Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Real Property Project Management Office – Project Management Services

Status Awarded

Contract number 2000988

Contract value :

CAD 3,082,368.80

Solicitation number 202402038/A

Publication date

Contract award date


    Description
    This contract was awarded to:
    Tiree Facility Solutions Inc.

    NOTICE OF PROPOSED PROCUREMENT (NPP)
    for Solutions-Based Professional Services (TSPS) Requirement

    This requirement is for: The Royal Canadian Mounted Police

    This requirement is open only to those Supply Arrangement Holders under E60ZT-16TSSB who qualify under Tier 1, the region/ metropolitan area and for the following stream(s):

    Stream 4 – Real Property Project Management Services:
    Project Manager – Senior, Intermediate AND Junior* (SPM, IPM, JPM)
    Project Administrator – Senior, Intermediate AND Junior* (SPA, IPA, JPA)

    The requirement is intended to result in the award of one (1) contract for five (years). – Ontario, Canada.

    This procurement is subject to a preference for Indigenous businesses.

    The following SA Holders have been invited to submit a proposal.

    1. Altis Recruitment & Technology Inc.
    2. Collier Project Leaders Inc.
    3. Collier Project Leaders Inc, Tiree Facility Solutions Inc. in Joint Venture
    4. Lightning Tree Consulting Inc.
    5. Mobile Resource Group Inc.
    6. Monz Consulting Inc., Newfound Recruiting Corporation in Joint Venture
    7. OLAV Consulting Corp., MOSHWA Aboriginal Information Technology Corporation, in Joint Venture
    8. P1 Consulting Inc.
    9. Peter J. Kindree Architect
    10. QMR Staffing Solutions Incorporated
    11. Systemscope Inc.
    12. T.1.7 Inc.
    13. Thomas & Schmidt Inc.
    14. Tiree Facility Solutions Inc.
    15. Turner & Townsend Canada Inc.

    Description of the Requirement:

    The Royal Canadian Mounted Police requires services under the Task and Solutions Professional Services – Task Based (TSPS) under the TSPS Supply Arrangement (SA) method of supply. The requirement is for services to support the Real Property Project Management Office (RPPMO) on "as and when requested" services through Task Authorizations (TAs) for the Director Real Property Project Management Office or designate.

    Security:

    There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

    Level of Security Requirement:

    Security Requirement: RCMP SRCL 202402038
    Minimum Resource Security Required: Enhanced Reliability Status

    Applicable Trade Agreements:

    • Canadian Free Trade Agreement (CFTA) (formerly Agreement on Internal Trade [AIT])
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement (CCoFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-UK Trade Continuity Agreement
    • World Trade Organization – Agreement on Government Procurement (WTO-AGP)
    • Canadian European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Tans-Pacific Parternrship (CPTPP)
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trad Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Ukraine Free Trade and Agreement

    Proposed period of contract:

    The proposed period of contract shall be from April 1, 2026 to March 31, 2031.

    Estimated Level of Effort:

    Category Level of Expertise The Estimated Level of Effort
    4.1 Project Administrator for Real Property Junior 140
    4.1 Project Administrator for Real Property Intermediate 140
    4.1 Project Administrator for Real Property Senior 140
    4.2 Project Manager for Real Property Junior 140
    4.2 Project Manager for Real Property Intermediate 140
    4.2 Project Manager for Real Property Senior 140

    File Number: 202402038/A

    Carmelia DaSilva
    Royal Canadian Mounted Police, CM&C
    73 Leikin Dr., Ottawa, ON K1A 0R2

    Inquiries:

    Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.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.

    Debriefings:

    Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please contact SPTS.TSPS@TPSGC-PWGSC.GC.CA

    Business address

    360 Albert Street

    Ottawa, ON, K1R 7X7
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada

    Contract duration

    The contract will be for a period of 60 month(s), from 2026/04/01 to 2031/03/31.

    Commodity - UNSPSC

    • 80101600 - Project management

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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
    Royal Canadian Mounted Police (RCMP)
    Address

    73 Leikin Drive

    Ottawa, ON, K1A 0R2
    Canada
    Contracting authority
    Carmelia Da Silva
    Phone
    (343) 598-9680
    Email
    carmelia.dasilva@rcmp-grc.gc.ca
    Address

    73 Leikin Drive

    Ottawa, ON, K1A 0R2
    Canada
    Date modified: