Enterprise-wide Overhead Methodology - PASS Stream 6

expired opportunity(Expired)
From: MerX(Federal)
Enterprise-wide Overhead Methodology - PASS Stream 6

Basic Details

started - 06 Oct, 2023 (6 months ago)

Start Date

06 Oct, 2023 (6 months ago)
due - 23 Oct, 2023 (6 months ago)

Due Date

23 Oct, 2023 (6 months ago)
Bid Notification

Type

Bid Notification
Enterprise-wide Overhead Methodology - PASS Stream 6

Identifier

Enterprise-wide Overhead Methodology - PASS Stream 6
Office of the Superintendent of Financial Institutions Canada

Customer / Agency

Office of the Superintendent of Financial Institutions Canada
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Enterprise-wide Overhead Methodology - PASS Stream 6 Project Description :NOTICE OF PROPOSED PROCUREMENT (NPP) This RFP is only for pre-qualified Suppliers for PASS Stream 6 - Financial and Accounting Services – Enterprise -wide Overhead Methodology against Professional Audit Support Services (PASS) Supply Arrangement no. E60ZQ-180001/D List of Pre-Qualified Suppliers invited to bid: List of vendors: A Hundred Answers Inc. ABFK Chartered professional Accountants PC Altis Human Resources (Ottawa) Inc. Alvarez & Marsal Canada Inc. Aniko Consultants Inc., Samson & Associés-CPA Consultation Inc.-Samson & Associates CPA-Consulting Inc., in Joint Venture Collins Barrow Ottawa LLP Ernst & Young LLP MNP LLP Niewe Technology and Consulting Ltd. Orbis Risk Consulting Inc. Otus Strategic Financial Business Planning Group Pricewaterhouse Coopers LLP Raymond Chabot Grant Thornton Consulting Inc. Samson & Associés CPA/Consultation Inc THE RIGHT DOOR CONSULTING & SOLUTIONS INCORPORATED, Baker
Tilly Ottawa Management Consultants Inc. , IN JOINT VENTURE DESCRIPTION OF REQUIREMENT: The Deputy Chief Financial Officer requires the services of a team to develop an enterprise-wide overhead methodology to ensure that it represents a fair and reasonable approach for effectively allocating Internal Services costs to OSFI’s program activities. The said methodology is to be aligned with legislative and central agency requirements and industry leading practices. Additional work under this stream and professional services will be required on an as-and-when-requested basis. DURATION OF CONTRACT The duration of the contract is from contract award to March 31, 2024, plus 2 one-year options. EVALUATION PROCESS AND SELECTION METHODOLOGY The Highest combined ratings of technical (70%) and price (30%) bid will be awarded the contract. SECURITY REQUIREMENTS Common PS SRCL #6 applies. APPLICABLE TRADE AGREEMENTS WTO-AGP, CFTA, CKFTA INQUIRIES Inquiries regarding this RFP requirement must be submitted to the Contracting Authority named in this notice. Request for Proposal (RFP) documents will be e-mailed by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “BUYANDSELL.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. NOTE: Professional Audit Support Services (PASS) Method of Supply is refreshed four (4) times per year. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPSVAAautorite.PASSSAAuthority@tpsgc-pwgsc.gc.ca

MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9Location

Address: MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9

Country : CanadaState : Ontario