SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Risk Management Specialist Consultants for the IRB

Solicitation number 20201177-IRB

Publication date

Closing date and time 2021/02/04 14:00 EST


    Description

    TASK Based Professional Services (TSPS) Requirement

    This requirement is for: The Immigration and Refugee Board of Canada (IRB)

    This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1 (= $0 - $3.75M)  for the following categories:

    3.6 Risk Management Specialist consultants - Two (2)

    The following SA Holders have been invited to submit a proposal:

    1. Accenture Inc.

    2. BDO Canada LLP

    3. Deloitte Inc.

    4. Ernest & Young LLp

    5. Juno Risk Solutions Incorporated

    6. KPMG LLP

    7. Milestone Digital Media Consultants Inc.

    8. Orbis Risk Consulting Inc.

    9. Pricewaterhouse Coopers LLP

    10. Primexx Ventures Inc., Alejandra Doxtator, Joint Venture

    11. QMR Staffing Solutions Incorporated

    12. Raymond Chabot Grant Thornton Consulting Inc.

    13. Samson & Associés CPA/Consultation Inc.

    14. Stratégia Conseil Inc.

    15. Zernam Enterprise Inc.

    **Please note: So as not to impede on the efficiency of the procurement process, the IRB has decided to extend the invitation for this bid solicitation only to the first three (3) pre-qualified suppliers submitting requests that are not listed in Attachment 1 to Part 1 “List of Suppliers Invited to Bid” of the bid solicitation.

    Description of the Requirement:

    Senior Risk Management Specialist Consultants for Documentation and Evaluation of Design and Control Effectiveness of key business process & control areas for the Immigration and Refugee Board of Canada (IRB).

    Objective and Scope of Work:

    The objective and scope are to complete the documentation and evaluation of design and control effectiveness in the following key areas, including any risks due to the COVID-19 pandemic on:

    • Payroll and Benefits

    • Operating Expenses and Accounts Payable

    • Tangible Capital Assets

    • Information Technology General Controls

    • Accounts Receivable and Revenue

    • Financial Close and Reporting

    • Budgeting

      The documentation should include a narrative, process flowchart and a risk control matrix. The process documentation should indicate the sub-processes and key transactions, including how they are initiated, processed, recorded, and controlled.

      Level of Security Requirement:

      Company Minimum Security Level Required: Reliability

      Resources Minimum Security Level Required: Reliability

      Applicable Trade Agreements:

      The requirement is subject to the provisions of:

      - Canadian Free Trade Agreement (CFTA);

      - Canada-Chili Free Trade Agreement;

      - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP);

      - Canada-Colombia Free Trade Agreement;

      - Canada-European Union Comprehensive Economic and Trade Agreement (CETA);

      - Canada-Honduras Free Trade Agreement;

      - Canada-Korea Free Trade Agreement;

      - Canada-United States-Mexixo Agreement (CUSMA;

      - Canada-Panama Free Trade Agreement;

      - Canada-Peru Free Trade Agreement;

      - World Trade Organization Agreement on Government Procurement (WTO-AGP);

      Associated Documents: N/A

      Proposed period of contract:

      The proposed period of contract shall be from contract award date to March 31, 2022.

      Estimated Level of Effort:

      The estimated level of effort of the contract will be for an estimated 191 days to complete.

      File Number: 20201177-IRB

      Contracting Authority:  Naomie Fevry

      Phone Number: 343-549-4433

      E-Mail: IRB.Procurement-Acquisitions.CISR@irb-cisr.gc.ca

      NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA 

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Immigration and Refugee Board
    Address
    344 Slater Street
    Ottawa, Ontario, K1A0K1
    Canada
    Contracting authority
    Fevry, Naomie
    Phone
    343-549-4433
    Email
    naomie.fevry@irb-cisr.gc.ca
    Address
    344 Slater
    Ottawa, ON, K1A 0K1
    CA

    Buying organization(s)

    Organization
    Immigration and Refugee Board
    Address
    344 Slater Street
    Ottawa, Ontario, K1A0K1
    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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: