Professional Audit Support Services (PASS) Renewal 2015

Solicitation number E60ZQ-140002/B

Publication date

Closing date and time 2015/03/03 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Subsequent/Follow-on Contracts
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    PROFESSIONAL AUDIT AND SUPPORT SERVICES (PASS) RENEWAL 2015
    
    The Professional Audit and Support Services Supply Arrangement
    (PASS SA) is a federal government-wide mandatory procurement
    tool for the provision of professional services required to meet
    obligations set by two Treasury Board policies: the Internal
    Audit Policy and the Internal Control Policy.  This solicitation
    is a Request for Supply Arrangements (RFSA) to renew the PASS SA
    procurement instruments which have been put in place to satisfy
    Canada's various requirements for audit and related professional
    services across Canada, excluding any locations in areas subject
    to any of the Comprehensive Land Claims Agreements.  It allows
    new and existing Suppliers to submit an arrangement to qualify
    for those Streams for which they wish to have an SA.  Existing
    Suppliers are required to re-qualify for any Streams for which
    they already have an SA.
    
    Further to PWGSC's Information Notice: Implementation Update on
    PWGSC's Professional Services National Procurement Strategy
    accessible on the Professional Audit and Support Services Supply
    Arrangement(s)
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/avissnamsp-noticepsn
    ps-eng.html.  PASS has incorporated a number of changes to
    harmonization as outlined in the solicitation.  For further
    information on the Professional Services National Strategy, it
    is accessible on buyandsell.gc.ca, reference:
    E60ZH-110001/B.
    
    REQUIREMENT:
    -----------------------
    Each arrangement submitted may result in a Supply Arrangement
    (SA). All suppliers capable of meeting the requirements of this
    solicitation are invited to submit a proposal for the Services
    in an arrangement for a Supply Arrangement.
    
    This procurement vehicle includes the eight following existing
    Streams of professional services:
    
    Stream 1: Internal Audit Services;
    Stream 2: Practice Inspections;
    Stream 3: Information Technology and Systems Audits;
    Stream 4: Forensic Audits;
    Stream 5: External Audit Services;
    Stream 6: Financial and Accounting Services;
    Stream 7: Internal Control Training; and
    Stream 8: Recipient/Contribution Agreement Audit
    
    SA's resulting from this RFSA will not be used for staffing or
    for Temporary Help Services (THS) requirements.
    
    The resulting Supply Arrangements will remain valid for a period
    of 36 months or until such time as Canada no longer considers
    them to be advantageous to use them. The period for awarding
    contracts under the Supply Arrangement begins on the start date
    of the Supply Arrangement.
    
    This re-competition (a "renewal solicitation") requires all
    suppliers, including those who may have received instruments
    under the previous solicitation, to submit an arrangement in
    response to the renewal solicitation in order to continue to
    provide services under its resulting Supply Arrangements.
    
    SECURITY REQUIREMENT:
    --------------------------------------
    There is a security requirement associated with the requirement
    of the Supply Arrangement. For additional
    information, see Part 4 - Evaluation Procedures and Basis of
    Selection, Part 6A - Supply Arrangement.
    
    SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS:
    -----------------------------------------------------------------
    ---------
    Part of this procurement may be designated by one or more
    Identified Users as set-aside under the federal government's
    Procurement Strategy for Aboriginal Business (PSAB). In these
    specific cases, (i) the procurement is set aside from the
    international trade agreements under the provision each has for
    set-asides for small and minority businesses, and (ii) as per
    Article 1802 of the AIT, the AIT does not apply.
    
    In order to be considered as an Aboriginal Business under the
    PSAB, the Supplier must complete the Aboriginal Business
    certification contained in the Data Collection Component of the
    CPSS.
    
    By executing the certification, the Supplier warrants that it is
    an Aboriginal business as defined in the Set-aside Program for
    Aboriginal Business.
    
    LOCATION OF SERVICES:
    ------------------------------------
    The document titled "Definitions of the National Zone, Regions
    and Metropolitan Areas" at the following link are incorporated 
    by reference into any resulting SA, with the exception that the
    National Zone is to be considered as another Region:
    
    Http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.ht
    ml
    
    The following Regions and Metropolitan areas may receive
    Services under this supply arrangement where a Supplier is
    qualified to do so:
    
    Regions: National Zone, Atlantic, Quebec, Ontario, Western,
    Pacific, National Capital.
    
    Metropolitan Areas: Halifax, Moncton, Montreal, Quebec City,
    Toronto, Calgary, Edmonton, Saskatoon, Winnipeg, Vancouver,
    Victoria, National Capital Region.
    	
    OFFICIAL LANGUAGES:
    ---------------------------------
    The services to be provided will be delivered in one or both of
    the two official languages of Canada according to the
    requirements of the Identified User issuing a contract against
    the SA.
    
    MANDATORY TECHNICAL CRITERIA:
    ----------------------------------------------------
    The technical arrangement should address clearly and in
    sufficient depth the points that are subject to the evaluation
    criteria against which the arrangement will be evaluated. As the
    status and circumstances of each supplier is unique, it is the
    responsibility of each supplier to read all documents related to
    this solicitation, and to ensure that all mandatory criteria,
    Certifications, and elements required for arrangement validity
    are met in their arrangement submission. 
    
    SELECTION METHODOLOGY:
    -----------------------------------------
    The Supplier selection will be conducted for each specific
    Stream. 
    
    Each technically responsive arrangement will be recommended for
    the issuance of a Supply Arrangement on the terms stated in Part
    6 of the solicitation.
    
    CENTRALIZED PROFESSIONAL SERVICES SYSTEM (CPSS)
    -----------------------------------------------------------------
    ------------
    All suppliers that want to submit an arrangement will have to
    establish an account in the Supplier Module of the PWGSC
    Centralized Professional Services System (CPSS) e-Portal.
    Instructions on accessing the Supplier Module e-Portal
    application are specified in the RFSA document published on GETS.
    
    Suppliers will be required to submit a portion of their
    technical arrangement through the CPSS e-Portal Supplier Module.
    
    Should suppliers encounter technical difficulties with the Data
    Collection Component (for example, not able to access, save, or
    enter data as noted), please review the Supplier Easy Steps -
    for Data Collection Component at the following link:
    http://www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/espfccd-sesdcc-eng.h
    tml or may wish to send an email to the CPSS inbox at
    SSPC.CPSS@tpsgc-pwgsc.gc.ca.
    
    NOTE: As the CPSS e-Portal does not currently accommodate
    digital signatures, Suppliers will also be required to submit
    documents in hard copy format through the Bid Receiving Unit. 
    Instructions in the RFSA provide further details.
    
    INFORMATION REGARDING RFSA:
    ------------------------------------------------------
    Information regarding the RFSA can be obtained in accordance
    with the Enquiries provisions set out in the solicitation and by
    sending an e-mail to the PASS mailbox at:
    
    SPSVAAautorite.PASSSAAuthority@tpsgc-pwgsc.gc.ca
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.
    
    Delivery Date: 31/03/2015
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    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
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    de Leon, Philip
    Phone
    (819) 956-6489 ( )
    Fax
    (819) 997-2229
    Address
    11 Laurier St. / 11, rue Laurier
    11C1, Place du Portage III
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    008
    English
    34
    008
    French
    15
    007
    English
    37
    007
    French
    4
    006
    English
    36
    006
    French
    2
    005
    English
    44
    005
    French
    5
    004
    English
    50
    004
    French
    9
    003
    English
    52
    003
    French
    8
    002
    English
    49
    002
    French
    6
    001
    English
    55
    001
    French
    9
    000
    English
    125
    000
    French
    15

    Access the Getting started page for details on how to bid, and more.

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Foreign
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Subsequent/Follow-on Contracts

    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: