Vehicle Equipment Installation/Removal Services - Happy Valley-Goose Bay, NL

Status Awarded

Contract number M1000-4-1501

Solicitation number M1000-4-1501

Publication date

Contract award date

Contract value

CAD 103,356.25

    Description

    This contract was awarded to:

    JSL Enterprises Ltd.

    The Royal Canadian Mounted Police (RCMP) has a requirement for the provision of labour, certain materials and supervision necessary to install and remove police emergency equipment, safety equipment and radio/communication equipment on RCMP vehicles on an “as and when” requested basis, in the Happy Valley-Goose Bay area of Newfoundland and Labrador in accordance with the terms and conditions and the Scope of Work as detailed within this document or directed by the Atlantic Region Fleet Manager or Site Authority of the RCMP “B” Division, Newfoundland and Labrador.

    The requirement also includes the provision of a secure outdoor storage compound located on site of the Contractor’s installation facility in the Happy Valley-Goose Bay, NL area that has the capacity to store a minimum of 4 RCMP vehicles at any one time. The number of vehicles requiring storage will fluctuate.

    It is anticipated that the RCMP will make use of several contractors in the Happy Valley-Goose Bay area. The number of vehicles built and stored at each site will depend on the number of successful Offerors and their capacity.

    It is estimated that 15 vehicles will be equipped per 12-month period and that 15 vehicles will be de-equipped over the same period.

    The standing offer period will be for a 12-month period, with 3 additional 12-month options to extend. The services are required to be provided in Happy Valley-Goose Bay, NL.

    There is a security requirement associated with the Standing Offer.

    Basis of selection:

    An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. Multiple standing offers may be issued as a result of this Request for Standing Offer. The responsive offers with the lowest evaluated price will be recommended for issuance of a standing offer.

    Tenders must be submitted to the RCMP Bid Receiving Unit at:

    Bid Receiving/Réception des sousmissions
    ATL_Procurement@rcmp-grc.gc.ca

    Refer to the attached tender documents to obtain further information.

    Canada retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language of Canada.

    The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.
    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

    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.

    Business address

    206 Kelland Dr

    Happy Valley-Goose Bay, NL, A0P 1E0
    Canada
    Notice type
    Request for Standing Offer
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Newfoundland and Labrador

    Contract duration

    The contract will be for a period of 12 month(s), from 2024/09/25 to 2025/09/24.

    Commodity - UNSPSC

    • 25101702 - Police vehicles
    • 78181500 - Vehicle maintenance and repair services

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    RCMP
    Address

    80 Garland Ave, H-066

    Dartmouth, NS, B3B 0J8
    Canada
    Contracting authority
    Sandra Bremner
    Phone
    (902) 717-5395
    Email
    sandra.bremner@rcmp-grc.gc.ca
    Address

    80 Garland Ave, H-066

    Dartmouth, NS, B3B 0J8
    Canada
    Date modified: