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 001 is raised to respond to questions 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.