SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Architectural & Engineering Services

Status Awarded

Contract number M9424-0-3651/001

Solicitation number M9424-0-3651

Publication date

Contract award date

Last amendment date

Contract value

CAD 7,000,000.00

    Description

    This contract was awarded to:

    EXP Architects Inc.

    Title: Architectural & Engineering Services

    Solicitation Number: M9424-0-3651

    Publication Date: September 2, 2020

    Closing Date and Time: November 19, 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 (CCoFTA)

    • 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: C219A

    Notice Type: Request for Standing Offer (RFSO)

    Tendering Procedure: Open

     

    The selected offerer shall provide services as identified in the Required Services section of this document for building projects in the Atlantic Region (Nova Scotia, New Brunswick, Prince Edward Island, and Newfoundland and Labrador). Firms must demonstrate successful delivery of these services for a broad variety of projects over the last five (5) years. This procurement will follow a one phase submission process. It is the RCMP’s intention to authorize two Standing Offer’s as a result of this Request for Standing Offer process, for a period of one (1) year from the date of issuance. Subject to a continued requirement by the Atlantic Region; the RCMP reserves the right to extend services for an additional (3) three, one (1) year periods. The RCMP will limit The Standing Offer to list two (2) successful offers who will be approached by various technical authorities throughout Atlantic Canada as required. The system will contain for each offerer an ideal business distribution percentage which has been established as follows; [70]% of the business for the top ranked offerer, [30]% for the 2nd ranked offerer.

    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

    • C219A - Engineering Services
    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
    Date modified: