RCMP 'D' Division Departmental Security Furniture RFB

Status Awarded

Contract number 7234640

Solicitation number M5000-19-3861/A

Publication date

Contract award date

Contract value

CAD 24,474.79

    Description

    This contract was awarded to:

    Haworth Ltd.

    Notice of Proposed Procurement (NPP)

    1. This NPP is issued pursuant to PWGSC Supply Arrangement (SA) # E60PQ-140003/B and covers a requirement from the following Product Category(ies) of the SA:

    - Product Category 1 - Interconnecting Panels and Freestanding Systems;

    - Product Category 3 - Metal Filing and Storage Cabinets;

    - Product Category 4 - Wood Veneer – Freestanding Products;

    - Product Category 5 - Ancillary and Lighting Products

    - Product Category 6 – Support Space – Collaborative Furniture

    2. Royal Canadian Mounted Police has a requirement for the purchase, delivery and installation of office furniture to Regina, SK  by March 29, 2019, if possible.

    3. This NPP covers a requirement to be solicited amongst the General Stream of Suppliers (SA holders).

    4. This requirement is subject to the Canadian Free Trade Agreement (CFTA) and the North American Free Trade Agreement (NAFTA)

    5. The bid solicitation is also open to suppliers who are not Supply Arrangement (SA) holders. In order for new suppliers to bid on this solicitation, the new supplier must first qualify for a SA. The process to qualify for a SA is detailed in RFSA # E60PQ-140003/B and can be found on the Government Electronic Tendering Service (GETS - https://buyandsell.gc.ca/procurement-data/tenders). Canada is not required to delay the award of a resulting contract pending the evaluation of an arrangement and issuance of a SA by the PWGSC Supply Arrangement Authority.

    6. There is a security requirement associated with the requirement. For additional information, consult the bid solicitation document.

    7. Evaluation Procedures: Bids will be assessed on financial evaluation criteria, lowest priced compliant bid. An evaluation team composed of representatives of Canada will evaluate the bids.

    8. Basis of selection: A bid must comply with all requirements of the bid solicitation to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

    9. Bid Receiving: Ensure that the Bidder's name, return address, the bid solicitation number, and bid solicitation closing date and time are clearly visible on the envelope or the parcel(s) containing the bid. Tenders must be submitted to the RCMP Bid Receiving Unit, in English or French, to:

    Royal Canadian Mounted Police (RCMP)

    Procurement & Contracting Services,

    Bid Receiving Unit,

    5th Floor, 10065 Jasper Avenue NW

    Edmonton, AB T5J 3B1

    10. 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.

    Refer to the attached tender documents to obtain further information.

    The Crown retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language of Canada.

    Inquiries regarding this Request For Bid (RFB) are to be submitted to the Contracting Authority listed below:

    Contracting Authority: Shelley Doering

    Department: Royal Canadian Mounted Police

    Division: K Division, Procurement & Contracting Unit

    Mailing Address: 11140 – 109th Street, Edmonton, AB, T5G 2T4

    Email: shelley.doering@rcmp-grc.gc.ca

    All enquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the bid closing date. Enquiries received after that time may not be answered.

    The RCMP has published its National Procurement Plan at: http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan.

    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. For further information please see link: http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html.

    As per the Standard Instructions, Clauses and Conditions 2003 (2017-04-27) contained in the Invitation to Tender (ITT): Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at http://www.buyandsell.gc.ca/tenders. 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.

    Business address
    2355 St. Laurent Blvd
    Ottawa, ON, K1G 4L2
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • N7110 - Office Furniture
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Doering, Shelley
    Phone
    780-670-8636
    Address
    5th Floor, 10065 Jasper Avenue NW
    Edmonton, AB, T5J 3B1
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: