PASS RFSA Refresh 2015
Date closing 2017/12/29 14:00 Eastern Standard Time (EST)
Details
Reference number PW-$$ZQ-006-29483
Solicitation number E60ZQ-140002/C
Region of delivery
Alberta, British Columbia, Manitoba, National Capital Region, New Brunswick, Newfoundland and Labrador, Northwest Territories, Nova Scotia, Nunavut, Ontario, Prince Edward Island, Quebec, Saskatchewan, Yukon, Foreign
Notice type Notice of Proposed Procurement (NPP)
GSIN R010A: Internal and External Audits (Supply Arrangement PASS)
Trade agreement
Agreement on Internal Trade (AIT)
Canada-Colombia Free Trade Agreement
Canada-Peru Free Trade Agreement (CPFTA)
North American Free Trade Agreement (NAFTA)
World Trade Organization-Agreement on Government Procurement (WTO-AGP)
Canada-Panama Free Trade Agreement
Competitive procurement strategy Subsequent/Follow-on Contracts
Procurement entity Public Works and Government Services Canada
End user entity Public Works and Government Services Canada
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
Peru/Colombia/Panama
Tendering Procedures:
Competitive Procurement Strategy: Subsequent/Follow-on Contracts
Comprehensive Land Claim Agreement: No
Nature of Requirements:
PROFESSIONAL AUDIT AND SUPPORT SERVICES (PASS) REFRESH 2015
The Professional Audit and Support Services Supply Arrangement (PASS SA) is a federal government-wide mandatory procurement tool for the provision of professional services required to meet obligations set by two Treasury Board policies: the Internal Audit Policy and the Internal Control Policy. This solicitation is a Request for Supply Arrangements (RFSA) to renew the PASS SA procurement instruments which have been put in place to satisfy Canada’s various requirements for audit and related professional services across Canada, excluding any locations in areas subject to any of the Comprehensive Land Claims Agreements. It allows new and existing Suppliers to submit an arrangement to qualify for those Streams for which they wish to have an SA. Existing Suppliers are required to re-qualify for any Streams for which they already have an SA.
Further to PWGSC’s Information Notice: Implementation Update on PWGSC’s Professional Services National Procurement Strategy accessible on the Professional Audit and Support Services Supply Arrangement(s) www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/avissnamsp-noticepsn ps-eng.html. PASS has incorporated a number of changes to harmonization as outlined in the solicitation. For further information on the Professional Services National Strategy, it is accessible on buyandsell.gc.ca, reference: E60ZH-110001/B.
REQUIREMENT:
Each arrangement submitted may result in a Supply Arrangement (SA). All suppliers capable of meeting the requirements of this solicitation are invited to submit a proposal for the Services in an arrangement for a Supply Arrangement.
This procurement vehicle includes the eight following existing Streams of professional services:
Stream 1: Internal Audit Services;
Stream 2: Practice Inspections;
Stream 3: Information Technology and Systems Audits;
Stream 4: Forensic Audits;
Stream 5: External Audit Services;
Stream 6: Financial and Accounting Services;
Stream 7: Internal Control Training; and
Stream 8: Recipient/Contribution Agreement Audit
SA’s resulting from this RFSA will not be used for staffing or for Temporary Help Services (THS) requirements.
The resulting Supply Arrangements will remain valid until July 31, 2018, or until such time as Canada no longer considers them to be advantageous to use them. The period for awarding contracts under the Supply Arrangement begins on the start date of the Supply Arrangement.
This refresh solicitation will allow new Suppliers to qualify under one or more streams, and become pre-qualified Suppliers under the PASS SA. It will also allow Current SA holders to qualify under one or more additional streams in which are not pre-qualified under their current SA(s). All current SA holders who qualify for additional streams will be issued an amendment to their SA(s), which will include the additional streams for which they qualify under the refresh RFSA.
SECURITY REQUIREMENT:
There is a security requirement associated with the requirement of the Supply Arrangement. For additional information, see Part 4 – Evaluation Procedures and Basis of Selection, Part 6A – Supply Arrangement.
SET-ASIDE PROGRAM FOR ABORIGINAL BUSINESS:
Part of this procurement may be designated by one or more Identified Users as set-aside under the federal government’s Procurement Strategy for Aboriginal Business (PSAB). In these specific cases, (i) the procurement is set aside from the international trade agreements under the provision each has for set-asides for small and minority businesses, and (ii) as per Article 1802 of the AIT, the AIT does not apply.
In order to be considered as an Aboriginal Business under the PSAB, the Supplier must complete the Aboriginal Business certification contained in the Data Collection Component of the CPSS.
By executing the certification, the Supplier warrants that it is an Aboriginal business as defined in the Set-aside Program for Aboriginal Business.
LOCATION OF SERVICES:
The document titled “Definitions of the National Zone, Regions and Metropolitan Areas” at the following link are incorporated by reference into any resulting SA, with the exception that the National Zone is to be considered as another Region:
www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/dznrrm-dnzrma-eng.html
The following Regions and Metropolitan areas may receive Services under this supply arrangement where a Supplier is qualified to do so:
Regions: National Zone, Atlantic, Quebec, Ontario, Western, Pacific, National Capital.
Metropolitan Areas: Halifax, Moncton, Montreal, Quebec City, Toronto, Calgary, Edmonton, Saskatoon, Winnipeg, Vancouver, Victoria, National Capital Region.
OFFICIAL LANGUAGES:
The services to be provided will be delivered in one or both of the two official languages of Canada according to the requirements of the Identified User issuing a contract against the SA.
MANDATORY TECHNICAL CRITERIA:
The technical arrangement should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the arrangement will be evaluated. As the status and circumstances of each supplier is unique, it is the responsibility of each supplier to read all documents related to this solicitation, and to ensure that all mandatory criteria, Certifications, and elements required for arrangement validity are met in their arrangement submission.
SELECTION METHODOLOGY:
The Supplier selection will be conducted for each specific Stream.
Each technically responsive arrangement will be recommended for the issuance of a Supply Arrangement on the terms stated in Part 6 of the solicitation.
CENTRALIZED PROFESSIONAL SERVICES SYSTEM (CPSS)
All suppliers that want to submit an arrangement will have to establish an account in the Supplier Module of the PWGSC Centralized Professional Services System (CPSS) e-Portal. Instructions on accessing the Supplier Module e-Portal application are specified in the RFSA document published on GETS.
Suppliers will be required to submit a portion of their technical arrangement through the CPSS e-Portal Supplier Module.
Should suppliers encounter technical difficulties with the Data Collection Component (for example, not able to access, save, or enter data as noted), please review the Supplier Easy Steps – for Data Collection Component at the following link: www.tpsgc-pwgsc.gc.ca/app-acq/spc-cps/espfccd-sesdcc-eng.html or may wish to send an email to the CPSS inbox at SSPC.CPSS@tpsgc-pwgsc.gc.ca.
NOTE: As the CPSS e-Portal does not currently accommodate digital signatures, Suppliers will also be required to submit documents in hard copy format through the Bid Receiving Unit. Instructions in the RFSA provide further details.
INFORMATION REGARDING RFSA:
Information regarding the RFSA can be obtained in accordance with the Enquiries provisions set out in the solicitation and by sending an e-mail to the PASS mailbox at:
SPSVAAautorite.PASSSAAuthority@tpsgc-pwgsc.gc.ca
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Delivery Date: 11/09/2015
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.
Access and terms of use
Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on Buyandsell.gc.ca/tenders, the authoritative location for GC tenders.
You may have received this tender notice or award 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 through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an Open Government Licence – Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the Buyandsell.gc.ca Terms and Conditions for more information.
Solicitation Documents
ABES.PROD.PW__ZQ.B006.E29483.EBSU000.PDF | English |
ABES.PROD.PW__ZQ.B006.F29483.EBSU000.PDF | French |
ABES.PROD.PW__ZQ.B006.E29483.EBSU001.PDF | English |
ABES.PROD.PW__ZQ.B006.F29483.EBSU001.PDF | French |
Contact Information
Contact name de Leon, Philip
Contact phone (819) 956-6489 ( )
Contact fax (819) 997-2229
Contact address
11 Laurier St. / 11, rue Laurier
11C1, Place du Portage III
Gatineau
Quebec
K1A 0S5
For more information: https://buyandsell.gc.ca/procurement-data/tender-notice/PW-ZQ-006-29483


This article comes from NationTalk:
http://n60.nationtalkdev1.com
The permalink for this story is:
http://n60.nationtalkdev1.com/tender/pass-rfsa-refresh-2015-4