SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

PENSION AUDIT AND CONSULTING SERVICES

Solicitation number MA021-20-0051

Publication date

Closing date and time 2020/09/29 13:00 EDT


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    PENSION AUDIT AND CONSULTING SERVICES

    SUPPLY ARRANGEMENT

    Solicitation No.: MA021-20-0051

    Contracting Authority: Marine Atlantic Inc.

    Telephone No.: 902-794-5375

    Fax No.: 902-794-5283

    E-mail Address: aoliver@marine-atlantic.ca

    This RFQ is only for pre-qualified Suppliers for Stream 9.3 Business Consultant against Supply Arrangement E60ZT-180024/C.

    DESCRIPTION OF REQUIREMENT:

    The required services may include, but are not limited to the following:

    • have an initial virtual meeting with MAI team to discuss pertinent information to the project.
    • minimum annual start date for the proforma review is the Monday of the second week in March.
    • commence the annual audit process no later than Monday of the second week of April.
    • request and review proforma statements and recommend if any revisions are required based on Accounting Standards.
    • request any required documentation to conduct the audit.
    • maintain communication with MAI Manager of Corporate Accounting throughout the audit process.
    • perform all required audit tasks.
    • assist MAI employees in the preparation of the Pension Plan fund statements and assisting or training (if required) MAI employees on changes to accounting standards that could affect the MAI Pension Plan and/or statement presentation.
    • provide signed audit letter as per accounting Standards.
    • consultation services may be required on an ad hoc basis for changes that may be required that are outside the scope of the audit.

    DURATION OF CONTRACT

    The period of the Contract is from January 1, 2021 – December 31, 2022 inclusive.

    EVALUATION PROCESS AND SELECTION METHODOLOGY

    Mandatory Technical Criteria

    Refer to Annex “C” for Mandatory Technical Criteria requirement.

    Point Rated Technical Criteria

    Item Description

    A. Describe in detail how the Contractor will provide quality service to also include:

    1. Management support
    2. Method of peer reviews
    3. Quality assurance

    B. Describe in detail internal quality control.

    C. Detail the Contractor’s approach to Client Management.

    D. Detail how the Contractor will ensure the security of MAI information.

    E. Describe three projects the proposed lead team member has completed with similar asset base within the last five years – Detailing pension plan knowledge.

    Minimum Threshold of 50 Points must be met to move to next stage of Evaluation

    Financial Evaluation

    Pricing will be scored based on a relative pricing formula using the rates set out in the Basis of Payment. Each bidder will receive a percentage of the total possible points allocated to price for the particular category it has bid on, which will be calculated in accordance with the following formula:

    Lowest price ÷ proponents price x weighting = proponent’s pricing points.

    Basis of Selection

    SACC Manual Clause (A0027T) (2012-07-16) , Basis of Selection - Highest Combined Rating of Technical Merit and Price

    1. To be declared responsive, a bid must:

    a)Comply with all the requirements of the bid solicitation

    b)Meet all mandatory technical evaluation criteria; and

    c)Obtain the required minimum of 50 points overall for the technical evaluation criteria which are subject to point rating.

    2. Bids not meeting (a) or (b) or (c) will be declared non-responsive.

    3.The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70 % for the technical merit and 30 % for the price.

    4.To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70 %.

    5.To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30 %.

    6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

    7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

    SECURITY REQUIREMENTS

      N/A

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Marine Atlantic Inc.
    Address
    10 Fort William Place
    St. John's, Newfoundland, A1C 1K4
    Canada
    Contracting authority
    Angell-Oliver, Allison
    Phone
    902-794-5375
    Email
    aoliver@marine-atlantic.ca
    Address
    65 Memorial Drive
    North Sydney, NS, B2A 0B9
    CA

    Buying organization(s)

    Organization
    Marine Atlantic Inc.
    Address
    10 Fort William Place
    St. John's, Newfoundland, A1C 1K4
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Unspecified
    Region of opportunity
    Newfoundland and Labrador
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: