Canada - Anonymous internal fraud and misuse reporting lines

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
26 February 2025
Opportunity publication date
27 January 2025
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Notice of Proposed Procurement (NPP) for CRA’s Anonymous internal fraud and misuse reporting lines
DESCRIPTION OF REQUIREMENT
THIS REQUIREMENT CONTAINS SECURITY REQUIREMENTS.
Bidders must hold an approved facility clearance for Document Safeguarding at the Protected B level prior to contract award.
OVERVIEW
The CRA requires the services of an independently managed anonymous toll-free hotline and an online (website) services that are available to approximately 50,000 CRA employees, 24 hours a day, 7 days a week, in support of its Internal Investigation Program.
The Contractor must:
ï‚§ Implement and maintain the CRA Anonymous internal fraud and misuse reporting lines;
ï‚§ Ensure that allegations can be submitted through the below-specified mediums 24 hours/day, 7 days/week:
o Hotline (Phone) Reporting Service; and
o Online (Website) Reporting Service;
ï‚§ Make the services available to CRA employees located across Canada;
ï‚§ Ensure that a mention indicating the service is intended for CRA employees only, appear on the report page;
 Ensure that all services are available in English or French as per the Sources and CRA authorized reviewer’s language of choice;
ï‚§ Maintain all information gathered through the initiative in a secure location (physical and/or electronic) inside Canada at all times, ensuring that the data remains confidential and anonymous (NO cloud computing/storing);
ï‚§ Ensure the anonymity of the Source by providing warnings and reminders to the Source not to provide any personal information/identifiers;
ï‚§ Provide accounts administration and access to a maximum of six (6) CRA authorized reviewer profiles per year and revise as required based on position changes;
ï‚§ Provide email service to immediately alert the CRA authorized reviewers by automatic e-mail notification of the receipt of any newly submitted or updated allegation. Automatic e-mail must not contain protected information;
ï‚§ Provide anonymous follow up capabilities:
o Provide all Sources with a secure username and password, and an allegation number that will allow them to provide additional information on their allegation via online or phone;
o Ensure that the CRA authorized reviewers have the ability to communicate anonymously with the Source if additional information is required (i.e. CRA authorized reviewers can post a question under an allegation number and the Source can log in using the username and password provided to provide additional information) ; and
o Provide a Reporter Notification feature allowing Sources to submit an email address to the Contractor in order to receive email notifications when their report has been updated by a CRA Reviewer and communicate clearly that it will remain anonymous.
Note: In order to maintain anonymity of Sources, any data provided under this requirement must not allow any Source to be identified.
ï‚§ Provide data collection and data storage in a manner that is secure, confidential and anonymous (as per Annex A-3: Information Technology Security Requirements); and
ï‚§ Provide a unique identifier for each allegation.
Conditional Set-Aside Under the Procurement Strategy for Indigenous Business
• This procurement may be conditionally set aside under the federal government Procurement Strategy for Indigenous Business.
• In order to be considered for the set-aside, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. 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 Eligibility for Indigenous procurement set aside and Procurement information for Indigenous business owners
TRADE AGREEMENTS
The required services are subject to the following trade agreements:
CANADA-CHILE FREE TRADE AGREEMENT (CCFTA);
CANADA-COLOMBIA FREE TRADE AGREEMENT (CCOFTA);
CANADA-HONDURAS FREE TRADE AGREEMENT (CHFTA);
CANADA-KOREA FREE TRADE AGREEMENT (CKFTA);
CANADA-PANAMA FREE TRADE AGREEMENT (CPAFTA);
CANADA-PERU FREE TRADE AGREEMENT (CPFTA);
CANADA-UKRAINE FREE TRADE AGREEMENT (CUFTA);
CANADA UK TRADE COMMUNITY AGREEMENT (CUKCA);
COMPREHENSIVE AND PROGRESSIVE AGREEMENT FOR TRANS-PACIFIC PARTNERSHIP (CPTPP)
CANADIAN FREE TRADE AGREEMENT (CFTA);
COMPREHENSIVE ECONOMIC AND TRADE AGREEMENT (CETA);
WORLD TRADE ORGANIZATION – AGREEMENT ON GOVERNMENT PROCUREMENT (WTO-AGP).
CONTRACT AND OPTIONS PERIODS
The period of the contract is from April 1, 2025 to March 31, 2027 inclusive, with three irrevocable options to extend the contract period for up to three additional years, to be exercised in 1-year increments.
CONTRACTOR SELECTION METHODOLOGY
The Bidder must meet all mandatory criteria applicable to this solicitation. Only the bids meeting the mandatory criteria will be evaluated and scored in accordance with the point rated evaluation criteria. Any proposal that does not achieve the minimum score of 33 points out of 55 will be considered non-compliant and will receive no further consideration.
To determine an overall score for each proposal, technical and price will each be given a rating value; in this case, 60% for technical and 40% for price, and then combined to derive a total combined rating.
The Bidder recommended for award of the Contract will be the compliant Bidder achieving the highest combined rating.
SUBMISSION OF PROPOSALS
When responding, the proposal MUST be delivered to the Bid Receiving Unit address indicated below by the time and date indicated on Page 1.
BIDDERS ARE TO SUBMIT PROPOSALS TO:
Canada Revenue Agency
Bid Receiving Unit
BRUg@cra-arc.gc.ca
Bids will not be accepted if emailed directly to this email address. This email address must be used to request that CRA open a Connect conversation, as detailed in Standard Instructions 2003. Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA.
Bidders are hereby advised that the Bid Receiving Unit of CRA is available Monday to Friday inclusive, between the hours of 0830 and 1500 EDT, excluding those days that the federal government observes as a holiday.
Due to the nature of this solicitation, electronic transmissions of a proposal by facsimile is not considered to be practical and therefore will not be accepted.
Proposal documents and supporting information must be submitted in either English or French.
All enquiries regarding this Request for Proposal must be directed in WRITING (see email address below) to:
CONTRACTING Authority:
Michael Yaehne
Senior Supply/Business Analyst
Contracting Division
Canada Revenue Agency
Tel. Number : (613) 291-3146
Email Address : Michael.Yaehne@cra-arc.gc.ca

Opportunity closing date
26 February 2025
Value of contract
to be confirmed

About the buyer

Address
CRA

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?