Consulting Services

Solicitation number EN790-160917/A

Publication date

Closing date and time 2016/07/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Professional Audit Support Services (PASS) Supply Arrangement
    
    
    This requirement is for the: OFFICE OF AUDIT AND EVALUATION 
    
    
    This requirement is open only to those Supply Arrangement Holders under the PASS Supply Arrangement.
    
    The following resource categories are required:
    
    Stream 1, Internal Audit Services
    
    The following SA Holders have been invited to submit a proposal. 
    
    A Hundred Answers Inc.  
    Altis Human Resources (Ottawa) Inc.  
    BDO Canada LLP  
    Collins Barrow Ottawa LLP  
    Deloitte LLP  
    Ernst & Young LLP  
    KPMG LLP  
    MNP LLP  
    Murray Management Consulting Inc.  
    Orbis Risk Consulting Inc.  
    Pricewaterhouse Coopers LLP  
    QMR Staffing Solutions Incorporated, Windreach Consulting Services Incorporated, In Joint Venture  
    Raymond Chabot Grant Thornton Consulting Inc.  
    Samson & Associés CPA/Consultation Inc  
    Spearhead Management Canada Ltd.  
    Welch LLP, Lannick Contract Solutions Inc. IN JOINT VENTURE  
    
    Description of the Requirement:
    
    Canada seeks to establish up to two contracts on an “as and when” requested basis for two primary branches which include the Real Property Branch and the Acquisitions Branch under the Professional Audit Support Services Supply Arrangement (PASS SA) for Public Works and Government Services Canada as defined in Annex A - Statement of Work, from the date of Contract Award to 31 March 2017 with four (4) additional one year option periods.  The option periods may include additional “as and when” requested work for the following secondary branches: which include the following
    -  Accounting, Banking and Compensation Branch (ABCB)
    - Chief Information Officer Branch (CIOB)
    - Departmental Oversight Branch (DOB)
    - Finance and Administration Branch (FAB)
    - Human Resources Branch (HRB)
    - Integrated Services Branch (ISB)
    - Parliamentary Precinct Branch (PPB)
    - Policy, Planning and Communications Branch (PPCB)
    - Translation Bureau (TB)
    
     
    
    CLOSING DATE:
    
    This request for Proposal will close on July 11, 2016 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.
    
    Level of Security Requirement: 
    
    Company MinimumSecurity Level Required:  Protected B
    
    
    
    Resource Minimum Security Level Required:  Protected B
    
    
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-Chile Free Trade Agreement (CCFTA), the Agreement on Internal Trade (AIT), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Columbia Free Trade Agreement (CColFTA), and the Canada-Panama Free Trade Agreement (CPanFTA).
    
    
    Proposed period of contract:
    
    The proposed period of contract shall be from contract award to March 31, 2017.  
    
    
    File Number:    EN790-16-0917
    
    Contracting Authority: Robert LaFleche
    
    Phone Number: 873-469-4827
    
    E-Mail:   Robert.M.Lafleche@tpsgc-pwgsc.gc.ca 
    
    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

    • 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)
    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
    LaFleche, Robert
    Phone
    (819) 956-0316 ( )
    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
    000
    English
    16

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.