Architectural & Engineering Services – New GOCB located in Marystown, NL

Status Awarded

Contract number 7245620

Solicitation number M4500-1-1043

Publication date

Contract award date


    Description

    This contract was awarded to:

    EXP Architects Inc.

    Title: Architectural & Engineering Services – New GOCB located in Marystown, NL

    Solicitation Number: M4500-1-1043

    Publication Date: July 24, 2020

    Closing Date and Time: September 10, 2020

    Trade Agreements:

    • Canadian Free Trade Agreement (CFTA) (formerly Agreement on Internal Trade [AIT])

    • Canada-Chile Free Trade Agreement (CCFTA)

    • Canada-Colombia Free Trade Agreement

    • Canada-Peru Free Trade Agreement (CPFTA)

    • Canada-Honduras Free Trade Agreement

    • Canada-South Korea Free Trade Agreement

    • Canada-Panama Free Trade Agreement

    • Comprehensive Economic and Trade Agreement

    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    • World Trade Organization – Agreement on Government Procurement (WTO-AGP)

    Region of Opportunity: World

    Region of Delivery: Canada (or certain provinces/territories)

    GSIN: C111A - Architect/Engineer Services - Administration and Service Buildings

    Notice Type: Request for Proposal (RFP)

    Tendering Procedure: Open

     

    1. Summary

    1.1 Services

    Royal Canadian Mounted Police (RCMP) requires the services of an architectural firm (the “Consultant”) together with a multi-disciplinary team of sub-consultants for the provision of service required for a new GOCB located in Marystown, NL.

    2. Questions or Requests for Clarification

    Questions or requests for clarification during the solicitation period must be submitted in writing to the Contracting Authority named on the RFP - Page 1 at e-mail address jeff.lockyer@rcmp-grc.gc.ca as early as possible. Enquiries should be received no later than 5 business days prior to the closing date identified on the front page of the Request for Proposal. Enquiries received after that date may not be answered prior to the closing date of the solicitation.

    3. General Information

    3.1 Bidders are responsible for obtaining copies of bid forms, special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid.

    3.2 This procurement contains mandatory and rated requirements. Failure to comply may result in rejection of your bid.

    3.3 Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at http://buyandsell.gc.ca/procurement-data/tenders. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package.

    3.4 There is a security requirement associated with this requirement.

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

    Bid Receiving/Réception des sousmissions

    Procurement & Contracting Services / Services d’acquisitions et des marchés.

    RCMP "H" Division HQ
    RCMP Mailstop # H-066
    80 Garland Avenue
    DARTMOUTH, NS B3B 0J8

    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.

    Procuring Office:

    Procurement & Contracting Services / Services d’acquisitions et des marchés.

    RCMP "H" Division HQ
    RCMP Mailstop # H-066
    80 Garland Avenue
    DARTMOUTH, NS B3B 0J8

    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 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
    1133 Regent Street, Suite 300
    Fredericton, NB, E3B 3Z2
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • C111A - Architect/Engineer Services - Administration & Service Buildings
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Lockyer, Jeffrey
    Phone
    902-720-5108
    Address
    80 Garland Avenue
    Dartmouth, NS, B3B 0J8
    CA

    Buying organization(s)

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