Financial Sector Consulting & Prof. Services
Solicitation number 59017-180004/B
Publication date
Closing date and time 2019/01/31 14:00 EST
Last amendment date
Description
Trade Agreement: Canadian Free Trade Agreement (CFTA) Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: Please note that the solicitation period has been extended until January 31, 2019 2pm. Please note that the solicitation period has been extended until January 9, 2019 2pm. Financial Sector Consulting & Prof. Services Professional Audit Support Services (PASS) Supply Arrangement (SA) This requirement is for the Office of the Superintendent of Financial Institutions (OSFI). This requirement is open only to those Supply Arrangement Holders under the Professional Audit and Support Services (PASS) Supply Arrangement E60ZQ-140002/XXX/ZQ. The Professional Services are required from the following Streams: Stream 1 Internal Audit Services A. Governance and internal controls Stream 3 Information Technology and Systems Audits B. Information technology and operational management Stream 4 Forensic Audits C. Forensic auditing Stream 6 Financial Accounting Services D. Asset and liability valuation , including liquidation analysis E. Credit quality assessment including liquidation analysis F. Fee-based businesses G. Liquidity/funding risk H. Cash flows I. Earnings quality J. Recovery and resolution related services K. Actuarial services L. Claims management services M. Reinsurance services N. Accounting and Financial Reporting Services O. Asset and liability valuation for pension plans The following SA Holders have been invited to submit a proposal: BDO Canada LLP Deloitte LLP Ernst & Young LLP KPMG LLP MNP LLP Pricewaterhouse Coopers LLP Raymond Chabot Grant Thornton Consulting Inc. Samson & Associés CPA/Consultation Inc. Description of the Requirement: Canada seeks to establish up to three (3) contracts on an as and when requested basis only, for five (5) years and two (2) option periods of three (3) year each under the Professional Audit Support Services (PASS) Supply Arrangement for specialized consulting and professional services to the OSFI with expert advice capabilities to pursue complex and/or labour intensive supervisory interventions directed towards federally regulated financial institutions and private pension plans (FRFIs and PPPs). Closing Date: This request for proposal will close on December 20, 2018 at 2h00 p.m. Comment: 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. Location of work to be performed: The work may be primarily conducted on-site at one or more locations of the federally regulated financial institutions or private pension plan which are located across Canada. The Contractor may also be required to attend meetings on-site at any of OSFI’s locations (i.e. Ottawa, Toronto, Montreal or Vancouver) as required. The location(s) of work will be specified in each TA. Level of Security Requirement: The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC. Applicable Trade Agreements: The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA). Enquiries can be made to: Martine A Lamarche Supply Specialist Telephone number: 613-293-6371 Email address: martine.lamarche@tpsgc-pwgsc.gc.ca Documents may be submitted in either official language of Canada. Delivery Date: Above-mentioned 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
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lamarche, Martine
- Phone
- (613) 293-6371 ( )
- Email
- martine.lamarche@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
Terrasses de la Chaudière 5th Floor
10 Wellington StreetGatineau, Quebec, K1A 0S5
Buying organization(s)
- Organization
-
Office of the Superintendent of Financial Institutions
- Address
-
255 Albert StreetOttawa, Ontario, K1A0H2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW__ZQ.B010.E34200.EBSU005.PDF | 005 |
English
|
7 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU005.PDF | 005 |
French
|
1 | |
ABES.PROD.PW__ZQ.B010.E34200.EBSU004.PDF | 004 |
English
|
5 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU004.PDF | 004 |
French
|
0 | |
ABES.PROD.PW__ZQ.B010.E34200.EBSU003.PDF | 003 |
English
|
4 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU003.PDF | 003 |
French
|
1 | |
ABES.PROD.PW__ZQ.B010.E34200.EBSU002.PDF | 002 |
English
|
6 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU002.PDF | 002 |
French
|
0 | |
ABES.PROD.PW__ZQ.B010.E34200.EBSU001.PDF | 001 |
English
|
13 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU001.PDF | 001 |
French
|
0 | |
ABES.PROD.PW__ZQ.B010.E34200.EBSU000.PDF | 000 |
English
|
34 | |
ABES.PROD.PW__ZQ.B010.F34200.EBSU000.PDF | 000 |
French
|
3 |
Access the Getting started page for details on how to bid, and more.