SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

A&E Services RCMP E & M Division – BC and Yukon

Status Awarded

Contract number M298990100B/003

Solicitation number M2989-9-0100/A

Publication date

Contract award date


    Description

    This contract was awarded to:

    Stantec Architecture Ltd.

    Description:

    The Royal Canadian Mounted Police (RCMP) is inviting consulting firms with Architectural / Civil / Structural Engineering / Municipal Engineering / Electrical and Mechanical Engineering expertise to submit offers for Standing Offers. The selected consultants shall provide a range of investigation and recommendation reports, as well as design and construction services for RCMP building projects as identified in the Required Services (RS) section of this document for projects in the following zones:

    ZONE A: RCMP projects in British Columbia

    ZONE B: RCMP projects in Yukon Territory 

    Offerors may submit offers for either one zone or both zones in separate packages.

    Offerors shall be licensed to practise in the province of British Columbia for Zone A and Yukon Territory for Zone B. Firms should be able to demonstrate successful delivery of these services for a broad variety of projects over the last eight (8) years. In general, the firm and its personnel will be evaluated on the basis of their demonstrated understanding of the scope of services, their approach and methodology to providing those services, the quality of their relevant experience in this area, as well as the cost of the provision of the services.

    It is RCMP's intention to authorize up to three (3) Standing Offers for Zone A and up to three (3) Standing Offers for Zone B, each for a period of three (3) years plus two (2) one (1) year options from the date of issuing the Standing Offers. The total dollar value of all Standing Offers is estimated to be $10,000,000.00 (Applicable Taxes included). Individual call-ups will vary, up to a maximum of $1,500,000.00 (Applicable Taxes included). Offerors should note that there is no guarantee that the full or any amount of the Standing Offers will be called-up; RCMP will issue call-ups only when the specific services to be provided under the Standing Offer are needed. Please refer to Section SP5, CALL-UP PROCEDURE.

    Comprehensive Land Claims Agreements (CLCA) – Zone B

    This procurement is subject to the following Comprehensive Land Claims Agreements (CLCA): Vuntut Gwich'in First Nation, First Nation of Nacho Nyak Dun, Teslin Tlingit Council, Champagne and Aishihik First Nations, Little Salmon/Carmacks First Nation, Selkirk First Nation, Tr'ondëk Hwëch'in First Nation, Ta'an Kwach'an Council, Kluane First Nation, Kwanlin Dun First Nation, Carcross/Tagish First Nation.

    Overview of Selection Process:

    The Standing Offer selection process is as follows:

    a) a Request for Standing Offer is obtained by Offerors through the GETS;

    b) in response to the Request for Standing Offer, interested offerors submit the "technical" component of their offer in one section and the proposed price of the services (price offer) in a second section;

    c) responsive offers are reviewed, evaluated and rated by a RCMP Evaluation Board in accordance with the criteria, components and weight factors set out in the Request for Standing Offer; 

    d) RCMP may issue a standing offer to the successful offerors;

    e) Offerors are notified of the results within one week after RCMP has entered into a standing offer arrangement with the successful offerors.

    Period of the Standing Offer

    The period for placing call-ups against the Standing Offer shall be for three (3) years plus two (2) one (1) year options commencing from the start date identified on the Standing Offer for Zone A and Zone B.

    The Consultant offers to extend its offer for an additional two (2) one (1) year period under the same conditions and at the rates or prices specified in the Standing Offer for Zone A and Zone B.

    Submission of Offer:

    Canada requires that each offer, at solicitation closing date and time or upon request from the Contracting Authority, be signed by the Offeror or by an authorized representative of the Offeror. If an offer is submitted by a joint venture, it must be in accordance with section GI18.

    It is the Offeror's responsibility to:

    a) obtain clarification of the requirements contained in the Request for Standing Offer, if necessary, before submitting an offeror:

    b) submit an offer, duly completed, IN THE FORMAT REQUESTED, on or before the closing date and time set for receipt of offers;

    c) send its offer only to Royal Canadian Mounted Police (RCMP) Bid Receiving Unit specified below;

    Option 1:

    In the case of submission of a hard copy offer, send its offer only to:

    Bid Receiving/Réception des sousmissions

    Front Desk

    Mailstop 1004

    14200 Green Timbers Way

    Surrey, BC V3T 6P3

    Option 2:

    In the case of submission by E-mail, see instructions GI10.2.1.

    In the case of submission by Facsimile, see instructions in GI10.2.2.

    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:

    Name: Patty Yi

    Title: Team Lead, Procurement and Contracting

    Royal Canadian Mounted Police

    Address:

    14200 Green Timbers Way

    Surrey, BC V3T 6P3

    Telephone: 236-334-9653

    Facsimile: 778-290-6110

    E-mail address: patty.yi@rcmp-grc.gc.ca

    Business address
    202 - 107 Main Street
    Whitehorse, YT, Y1A 2A7
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • C211D - Architect and Engineering Services - Buildings
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Yi, Patty
    Phone
    236-334-9653
    Address
    14200 Green Timbers Way
    Surrey, BC, V3T 6P3
    CA

    Buying organization(s)

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