Internal Audit Services

Solicitation number A0015-204054/A

Publication date

Closing date and time 2021/05/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: Qualified
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    - RFP Amendment 003 is raised to respond to a question submitted.
    
    
    PROFESSIONAL AUDIT SUPPORT SERVICES (PASS) SUPPLY ARRANGEMENT
    
    
    This requirement is for the Department of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC).
    
    This requirement is open only to those Supply Arrangement Holders under the Professional Audit and Support Services (PASS) Supply Arrangement E60ZQ-180001/XXX/ZQ.
    
    The Professional Services are required from the following Streams:
    
    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
    - Deloitte LLP
    - Ernst & Young LLP
    - KPMG LLP
    - Orbis Risk Consulting Inc.
    - Pricewaterhouse Coopers LLP
    - QMR Staffing Solutions Incorporated
    - QMR Staffing Solutions Incorporated, Windreach Consulting Services Incorporated, In Joint Venture
    - Raymond Chabot Grant Thornton Consulting Inc.
    - Samson & Associés CPA/Consultation Inc.
    
    
    Description of the Requirement:
    
    Canada seeks to establish up to three (3) contracts under Stream 1 of the Professional Audit Support Services Supply Arrangement (PASS SA) for Internal Audit Services where the work under the contract will be performed, on an "as and when requested" basis only.
    
    
    Closing Date:
    
    This request for Proposal will close on May 11, 2021 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: 
    
    National Capital Region and travel will be required. Resources may be required to travel to government offices in other cities within Canada.
    
    
    Level of Security Requirement: 
    
    The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Facility Security Clearance at the level of SECRET, with approved Document Safeguarding at the level of SECRET, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    
    The Contractor/Offeror personnel requiring access to CLASSIFIED/PROTECTED information, assets or sensitive site(s) must EACH hold a valid personnel security screening at the level of SECRET, granted or approved by the CSP, PWGSC.
    
    The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store any sensitive CLASSIFIED/PROTECTED information until the CSP, PWGSC has issued written approval.  After approval has been granted, these tasks may be performed at the level of SECRET.
    
    
    Applicable Trade Agreements:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA) and the Canada-Korea Free Trade Agreement (CKFTA).
    
    
    Proposed period of contract:
    
    The proposed period of contract shall be from contract award to 12 months later and up to four (4) option periods of one (1) year each.  
    
    
    File Number: A0015-204054
    
    Contracting Authority: Stéphane Beaudry 
    
    Phone Number:613-292-5625
    
    E-Mail: Stephane.Beaudry@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.

    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
    Beaudry, Stephane
    Phone
    (613) 292-5625 ( )
    Email
    stephane.beaudry@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau, Quebec, K1A 0S5

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    004
    English
    18
    004
    French
    4
    003
    English
    9
    003
    French
    4
    002
    English
    10
    002
    French
    4
    001
    English
    20
    001
    French
    12
    000
    English
    54
    000
    French
    20

    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
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: