Description |
GSIN: R010AG Finance & Accounting Services Audits (Supply Arrangement PASS E60ZQ-180001/D)
Reference Number: 202405455 Solicitation Number: 202405455/A
Organization Name: Royal Canadian Mounted Police (RCMP) - Procurement and Contracting Branch
Anticipated Start Date: November 1, 2025
Estimated Delivery Date: 1 firm year + 4 option years from anticipated start date Estimate Level of Effort:
9 Resources – Various levels
Contract Duration: The contract period will be for one year from the date of contract with an irrevocable option to extend for up to four additional one-year periods
Solicitation Method: Competitive Applicable Trade Agreements: CHFTA, CCFTA, CFTA, CKFTA, CETA, CUKTCA, WTO-AGP, CUFTA, CPFTA, CPAFTA, CCOFTA, CPTPP
Comprehensive Land Claim Agreement Applies: No Number of Contracts: 1
Requirement Details
Tendering Procedure: Selective Tendering
This requirement is open only to those PASS Supply Arrangement Holders who qualified under the following 3 Streams for services in the National Capital Region for the following category(ies);
Stream 3. Information Technology and Systems Audit;
Stream 4. Forensic Audit;
Stream 6. Financial and Accounting Services;
The following SA Holders have been invited to submit a proposal:
1) Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture
2) BDO Canada LLP
3) Deloitte LLP
4) Ernst & Young LLP
5) KPMG LLP
6) MNP LLP
7) OXARO INC.
8) Pricewaterhouse Coopers LLP
9) Raymond Chabot Grant Thorton Consulting Inc.
10) Samson & Associés CPA/Consultation Inc
Description of Work:
The Royal Canadian Mounted Police (RCMP) requires on-going monitoring of our Financial Management System and fraud risk assessment. A minimum of 9 resources are needed to provide professional services in financial and accounting services, and information technology and systems audit services, and forensic audit systems on an as-and-when-requested basis. Not all resources may be required at the same time, or for the same project.
STREAM CATEGORY
3 Project Manager/Leader
3 Senior Auditor
4 Project Manager/Leader
4 Senior Auditor
4 Auditor
6 Partner/Managing Director
6 Project Manager/Leader
6 Senior Auditor
6 Auditor
6 Junior Auditor
Note: Bidder’s are only to provide rates for an Auditor or Junior Auditor for Stream 6.
Minimum Corporate Security Required: Designated Organization Screening (DOS)
Minimum Resource Security Required: RCMP Enhanced Reliability
Contract Authority
Name: Carmelia DaSilva
Email Address: Carmelia.DaSilva@rcmp-grc.gc.ca
Important Notice to Bidders:
Conditional Set-Aside Under the Procurement Strategy for Indigenous Business
This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business.
In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSAB and that it will comply with all requirements of PSAB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.
For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Annex 9.4 of the Supply Manual.
Indigenous Procurement:
The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory
Inquiries
Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named above. Request for Proposal (RFP) documents will be e-mailed directly from the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.GC.CA” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
|