HomeMy WebLinkAboutFSD-039-25Staff Report
If this information is required in an alternate accessible format, please contact the Accessibility
Coordinator at 905-623-3379 ext. 2131.
Report To: General Government Committee
Date of Meeting: December 1, 2025 Report Number: FSD-039-25
Authored By: Sandra McKee, Acting Procurement Manager
Submitted By: Trevor Pinn, Deputy CAO/Treasurer, Finance and Technology
Reviewed By: Mary-Anne Dempster, CAO
By-law Number: Resolution Number:
File Number: RFP2025-17
Report Subject: Audit Services
Recommendations:
1.That Report FSD-039-25, and any related delegations or communication items, be
received;
2.That the proposal received from Deloitte LLP, being the highest scoring proponent
meeting all terms, conditions and specifications of RFP2025-17 be awarded the
contract to provide the required Audit Services to the Municipality of Clarington.
3.That the funds required to complete this project be funded from the approved
budget; and
4.That all interested parties listed in Report FSD-039-25, be advised of Council’s
decision.
GG-187-25
Municipality of Clarington Page 2
Report FSD-039-25
Report Overview
To request authorization to award RFP2025-17 for the provision of Audit Services.
1. Background
1.1 The Municipality of Clarington requires the assistance of a qualified a qualified auditor to
carry out examinations of the records and financial statements of the Municipality.
1.2 A Request for Proposal (RFP) was drafted to allow the Municipality to select a qualified
Chartered Professional Accountants who is licensed under the Public Accounting Act,
2004 with significant experience in providing audit services to Ontario municipalities and
are qualified within the conditions outlined in Section 296 of the Municipal Act.
1.3 RFP2025-17 was prepared and issued by the Procurement Services Division and
advertised electronically on the Municipality’s website. The RFP was structured on a
two-envelope system with price being an evaluated factor.
2. Analysis
2.1 The Request for Proposal closed on October 16, 2025.
2.2 Five companies downloaded the request for proposal, and two proposals were received
(refer to Attachment 1) by the stipulated closing date and time. Both proposals received
were determined to have met the mandatory items as contained within the RFP. The
proposals were distributed to the evaluation committee for review, evaluation, and
scoring.
2.3 The technical proposals were evaluated and scored independently by the members of
the evaluation committee in accordance with the established criteria as outlined in the
RFP. The evaluation committee was comprised of staff from the Accounting Division.
2.4 The RFP stipulated, among other things, that the proponents were to provide a
description of the Firm/Consulting team, key qualifications, firm profile, highlights of past
service and experience of team members with projects of similar size, nature and
complexity, and demonstrate their understanding of the Municipality’s requirements.
Municipality of Clarington Page 3
Report FSD-039-25
2.5 The evaluation committee met to review and come to a consensus on the scores for
each proposal. Some of the areas on which the proposals were evaluated were as
follows:
• Experience and qualifications of both the firm as well as the proposed team who
would be working on the project.
• That the proposed team had the expertise and certifications required to complete
the services.
• The Proponents methodology and understanding of the requirements for the
project.
• A proposed work plan indicating the project method, schedule, Time-Task Matrix
showing an estimated overall timeline of the project.
2.6 Upon completion of the evaluation, one proposal met the established passing threshold
of 80 percent for Phase 2 - Technical Submission and moved to Phase 3 - Pricing. The
evaluation committee determined that the optional presentation from the short-listed
proponents would not be required.
2.7 The pricing envelope for the short-listed proponent was opened and evaluated as
stipulated in the RFP document.
2.8 Upon completion of the evaluation scoring, the recommendation is to award the contract
for this work to the highest scoring proponent, Deloitte LLP.
2.9 Deloitte LLP has completed work for the Municipality in the past therefore no reference
checks were completed.
3. Financial Considerations
3.1 The funding required for this contract award for the five-year term of the agreement is
$596,822.40 (Net HST Rebate). The project will be funded from the following accounts,
of which funding was approved
General Corporate – Audit &
Accounting Fees
100-05-211-00000-7154 $592,822.40
4. Strategic Plan
Not Applicable.
Municipality of Clarington Page 4
Report FSD-039-25
5. Climate Change
Not Applicable.
6. Concurrence
Not Applicable.
7. Conclusion
It is respectfully recommended that Deloitte LLP being the highest scoring proponent
meeting all terms, conditions and specifications of RFP2025-17 be awarded the contract
for the provision of the required Audit Services.
Staff Contact: Sandra McKee, Temporary Procurement Manager, 905-623-3379 Ext. 2210 or
smckee@clarington.net.
Attachments:
Attachment 1 – Summary of Proposals Received
Interested Parties:
List of Interested Parties available from Department.
Municipality of Clarington Page 5
Report FSD-039-25
Attachment #1 to Report FSD-039-25 – Summary of Proposals Received
Municipality of Clarington
Summary of Bid Results
RFP2025-17 Audit Services
Bidder Status
Deloitte LLP Short-listed