Architectural & Engineering Services
Status Awarded
Contract number M4000-5-0383/003
Solicitation number M4000-5-0383
Publication date
Contract award date
Contract value
Status Awarded
Contract number M4000-5-0383/003
Solicitation number M4000-5-0383
Publication date
Contract award date
Contract value
The Royal Canadian Mounted Police (RCMP) intends to retain consulting firms or joint ventures to provide services as set out in this Request for Standing Offer (RFSO).
It is RCMP’s intention to authorize up to 3 Standing Offers, each for a period of 1 year from the date of issuing the Standing Offers. Subject to a continued requirement, the RCMP reserves the right to extend services for up to 3 additional 12-month periods.
This procurement is subject to the Labrador and Inuit Land Claim Agreement.
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 Offer and meet all mandatory technical evaluation criteria to be declared responsive. Up to 3 standing offers may be issued as a result of this Request for Standing Offer. The responsive offer(s) with the highest combined rating of Technical Merit and Price will be recommended for issuance of a standing offer.
Offers must be submitted to the RCMP Bid Receiving Unit at:
ATL_Bid_Receiving@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.
385 St. Mary Avenue
The contract will be for a period of 12 month(s), from 2025/01/07 to 2026/01/06.
CAD 0.00
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
80 Garland Ave, H-066
80 Garland Ave, H-066