PROFESSIONAL AUDIT SUPPORT SERVICES (PASS)

Solicitation number ISED200660

Publication date

Closing date and time 2022/05/06 14:00 EDT

Last amendment date


    Description

    PROFESSIONAL AUDIT SUPPORT SERVICES (PASS)

    SUPPLY ARRANGEMENT

    Buyer ID: Suzanne Gauthier

    Solicitation No.: IC 200660

    Contracting Authority: Suzanne Gauthier

    Telephone No.: 343-572-8946

    E-mail Address: Suzanne.Gauthier@ised-isde.gc.ca

    **SECURITY REQUIREMENTS

    Security Requirement for Canadian Supplier: PWGSC File # Common-PS-SRCL#23

    This RFP is only for pre-qualified Suppliers for Stream 1: Internal Audit, Stream 3: Information Technology and Systems Audits and for Stream 8 - Recipient Audit Services against Professional Audit Support Services (PASS) Supply Arrangement (E60ZQ-180001/ZQ):

    The following suppliers are invited to bid under Stream 1 -Internal Audit:

    1. A Hundred Answers Inc.
    2. Altis Human Resources (Ottawa) Inc.
    3. Deloitte LLP
    4. Ernst & Young LLP
    5. KPMG LLP
    6. MNP LLP
    7. Orbis Risk Consulting Inc.
    8. Pricewaterhouse Coopers LLP
    9. QMR Staffing Solutions Incorporated
    10. QMR Staffing Solutions Incorporated, Windreach Consulting Services Incorporated, In Joint Venture
    11. Raymond Chabot Grant Thornton Consulting Inc.
    12. Samson & Associés CPA/Consultation Inc

    The following suppliers are invited to bid under Stream 3: Information Technology and Systems Audits

    1. A Hundred Answers Inc.
    2. C3SA CYBERNETIC SECURITY AUDIT INC
    3. Deloitte LLP
    4. Ernst & Young LLP
    5. KPMG LLP
    6. MNP LLP
    7. Orbis Risk Consulting Inc.
    8. Pricewaterhouse Coopers LLP
    9. QMR Staffing Solutions Incorporated
    10. Raymond Chabot Grant Thornton Consulting Inc
    11. Samson & Associés CPA/Consultation Inc

    The following suppliers are invited to bid under Stream 8 - Recipient Audit Services

    1. Altis Human Resources (Ottawa) Inc.
    2. Deloitte LLP
    3. Ernst & Young LLP
    4. GOVERNMENT SOLUTIONS GROUP LLP
    5. KPMG LLP
    6. MNP LLP
    7. Pricewaterhouse Coopers LLP
    8. Raymond Chabot Grant Thornton Consulting Inc.
    9. Samson & Associés CPA/Consultation Inc
    10. Welch LLP

    The following suppliers are invited to bid under Stream 4: Forensic Audit Services

    1. Altis Human Resources (Ottawa) Inc.
    2. Deloitte LLP
    3. Ernst & Young LLP
    4. KPMG LLP
    5. Pricewaterhouse Coopers LLP
    6. Raymond Chabot Grant Thornton Consulting Inc.
    7. Samson & Associés CPA/Consultation Inc

    Request For Proposal (RFP) documents will be e-mailed directly, from the contracting officer, to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT THE BUY AND SELL ARE NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS

    1.  

    Innovation Services and Development Canada (ISED) seeks to establish six (6) contracts under the Professional Audit Support Services (PASS) Supply Arrangement, under the following Streams

    Stream 1: Internal Audit Services (Two (2) contracts to be awarded under this stream)

    Stream 3: Information Technology and Systems Audits (Two (2) contracts to be awarded under this stream)

    Stream 4: Forensic Audit Services (One (1) contract to be awarded under this stream)

    Stream 8: Recipient Audit Services (One (1) contract to be awarded under this stream) 

    CATEGORIES AND NUMBER OF RESOURCES REQUIRED

    Under Stream 1: Internal Audit Services

    One (1) Partner/Managing Director

    Two (2) Project Leaders

    Two (2) Senior Auditors

    One (1) Auditor

    One (1) Junior Auditor

    Under Stream 3: Information Technology and Systems Audits

    One (1) Partner/Managing Director

    One (1) Project Leader

    Three (3) Senior Auditors

    One (1) Auditor

    One (1) Junior Auditor

    Under Stream 4: Forensic Audit Services

    One (1) Partner/Managing Director

    One (1) Project Leader

    Three (3) Senior Auditors

    One (1) Auditor

    One (1) Junior Auditor

    Under Stream 8: Recipient Audit Services

    One (1) Partner/Managing Director

    One (1) Project Leader

    One (1) Senior Auditor

    One (1) Auditor

    One (1) Junior Auditor

    Summary

    As prescribed by the Treasury Board (TB) Policy on Internal Audit, the Deputy Head is to be supported by an internal audit function that contributes directly and proactively to improving risk management, control and governance, and to receive assurance and advice from their departmental audit committee and internal audit function to inform decision making in their departments.

    The Audit and Evaluation Branch (AEB)’s vision is to be a recognized centre of expertise, collaborating with departmental management to promote excellence in the achievement of ISED’s strategic outcomes. The mission of the Internal Audit Directorate (IAD) is to provide independent and objective assurance and advisory services designed to add value and improve the Department’s operations. The IAD follows a defined audit methodology to help ensure that processes are designed to meet the Institute of Internal Auditors (IIA) International Professional Practices Framework (IPPF), which includes the IIA Standards and Code of Ethics, as well as the TB Policy on Internal Audit and related directive.

    In order to provide assurance and advisory services and to deliver on its annual Risk-Based Internal Audit Plan, IAD is to determine how internal audit resources are directed to areas of highest risk, significance and priority in order to effectively contribute to the improvement of ISED’s governance, risk management and internal controls. To achieve this, external professional services are required to either compliment the current internal audit team, to assure the professional competency of the resources on a given engagement, such as forensic expertise, or to provide additional internal services that would not be provided by IAD, such as recipient audits.

    The intention of these supply arrangements managed by AEB will also be to make these services available to other ISED sectors and programs in need of such services.

    DURATION OF CONTRACT

    From the date of Contract award to March 31, 2025 with two (2) option periods of one (1) year each.

    EVALUATION PROCESS AND SELECTION METHODOLOGY

    Basis of Selection – Highest Combined Rating of Technical Merit [70%] and Price [30%]

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Industry Canada
    Contracting authority
    Gauthier, Suzanne
    Phone
    343 572-8946
    Email
    Suzanne.gauthier@isde-ised.gc.ca
    Address
    235 Queen street
    Ottawa, ON, K1A 0H5
    CA

    Buying organization(s)

    Organization
    Industry 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: