Armoured Vehicle Services
Solicitation number BC227269
Publication date
Closing date and time 2026/06/10 17:00 EDT
Description
The Province invites interested suppliers to submit Responses for the provision of Armoured Vehicle Services to be provided to individual Purchasers on an as, if, and when requested basis. The Services will be accessed through a Corporate Supply Arrangement - Closed Framework (“CSA”) established with the Province, on substantially the terms and conditions set out in Schedule A.
The CSA with the Province, establishes, among other things, Purchasers’ access to Services, as described in section 4 of this RCSA.
The Term of a resulting CSA is to be three (3) years, with three (3) one-year options to extend.
The Purchasers will require any or all of the following: Regularly Scheduled and On-Demand pickup of Deposits to then be delivered to designated Consignees Regularly Scheduled and On-Demand pickup of Currency Orders from designated Consignees to then be delivered to the Purchasers Regularly Scheduled and On-Demand Transport of a Purchaser’s Items between two Premises of the Purchaser
There are 10 Geographic Areas requiring the Services, as described in Schedule D (Geographic Areas). Each Geographic Area contains Required Communities that must be provided the Services for Regularly Scheduled Pickup/Delivery by the Contractor, along with Optional Communities that Respondents may also propose to provide the Services for one, some or all Optional Communities. There will be a separate qualitative and price evaluation for each Geographic Area. A Respondent may propose to provide the Services within one, some or all of the 10 Geographic Areas listed within Appendix 1 to Schedule D (Geographic Areas Response Form). For each given Geographic Area, only one CSA will be awarded to one CSA Holder. If more than one Geographic Area is awarded to the same Respondent, those Geographic Areas will be covered under one combined CSA.
The names of the 10 Geographic Areas are as follows but refer to Appendix 1 to Schedule D (Geographic Areas Response Form) for the complete listing of all of the Required Communities and Optional Communities within each Geographic Area:
Metro Vancouver – including Powell River & Sechelt Victoria Vancouver Island - North Vancouver Island - Central Vancouver Island – South North Eastern Interior North Western Interior Central Interior South Eastern Interior South Central Interior
Purchasers of the Services offered through CSAs are anticipated to include several individual offices within various ministries and agencies of the Province and may include Public Sector Entities.
While the Province, represented by Procurement Services Branch, will manage the resulting CSAs, the CSA Holder(s) will contract directly with each Purchaser and provide unique and separate Accounts to each Purchaser for each Service Request issued to a CSA Holder. As required by each Purchaser, and the Contractor (once established as a result of a CSA Holder accepting and signing a Service Request that is also signed by a Purchaser) will then invoice each Purchaser for each Account separately and directly. For clarity, the Province will not hold an Account with a CSA Holder or the Contractor and is not responsible for the individual Purchasers’ Accounts or payment of their invoices; the Contractor/CSA Holder will set up each Purchaser with a unique Account and as required by the Purchaser. The individual Orders resulting from a CSA Holder accepting a Service Request will be between the Contractor and the Purchaser issuing the Service Request. The form of Contract between the Contractor and a Purchaser will be Appendix C (Order Terms and Conditions) to Schedule A (Corporate Supply Arrangement – Closed Framework). This applies to Purchasers and Service Requests issued by Ministries (and numerous individual departments within each ministry) and core provincial government agencies, as well as Public Sector Entities.
The CSA with the Province, establishes, among other things, Purchasers’ access to Services, as described in section 4 of this RCSA.
The Term of a resulting CSA is to be three (3) years, with three (3) one-year options to extend.
The Purchasers will require any or all of the following: Regularly Scheduled and On-Demand pickup of Deposits to then be delivered to designated Consignees Regularly Scheduled and On-Demand pickup of Currency Orders from designated Consignees to then be delivered to the Purchasers Regularly Scheduled and On-Demand Transport of a Purchaser’s Items between two Premises of the Purchaser
There are 10 Geographic Areas requiring the Services, as described in Schedule D (Geographic Areas). Each Geographic Area contains Required Communities that must be provided the Services for Regularly Scheduled Pickup/Delivery by the Contractor, along with Optional Communities that Respondents may also propose to provide the Services for one, some or all Optional Communities. There will be a separate qualitative and price evaluation for each Geographic Area. A Respondent may propose to provide the Services within one, some or all of the 10 Geographic Areas listed within Appendix 1 to Schedule D (Geographic Areas Response Form). For each given Geographic Area, only one CSA will be awarded to one CSA Holder. If more than one Geographic Area is awarded to the same Respondent, those Geographic Areas will be covered under one combined CSA.
The names of the 10 Geographic Areas are as follows but refer to Appendix 1 to Schedule D (Geographic Areas Response Form) for the complete listing of all of the Required Communities and Optional Communities within each Geographic Area:
Metro Vancouver – including Powell River & Sechelt Victoria Vancouver Island - North Vancouver Island - Central Vancouver Island – South North Eastern Interior North Western Interior Central Interior South Eastern Interior South Central Interior
Purchasers of the Services offered through CSAs are anticipated to include several individual offices within various ministries and agencies of the Province and may include Public Sector Entities.
While the Province, represented by Procurement Services Branch, will manage the resulting CSAs, the CSA Holder(s) will contract directly with each Purchaser and provide unique and separate Accounts to each Purchaser for each Service Request issued to a CSA Holder. As required by each Purchaser, and the Contractor (once established as a result of a CSA Holder accepting and signing a Service Request that is also signed by a Purchaser) will then invoice each Purchaser for each Account separately and directly. For clarity, the Province will not hold an Account with a CSA Holder or the Contractor and is not responsible for the individual Purchasers’ Accounts or payment of their invoices; the Contractor/CSA Holder will set up each Purchaser with a unique Account and as required by the Purchaser. The individual Orders resulting from a CSA Holder accepting a Service Request will be between the Contractor and the Purchaser issuing the Service Request. The form of Contract between the Contractor and a Purchaser will be Appendix C (Order Terms and Conditions) to Schedule A (Corporate Supply Arrangement – Closed Framework). This applies to Purchasers and Service Requests issued by Ministries (and numerous individual departments within each ministry) and core provincial government agencies, as well as Public Sector Entities.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Please refer to tender description or tender documents
Contact information
Contracting organization
- Organization
-
Procurement Services Branch
- Email
- procurement@gov.bc.ca
Bidding details
Full details for this tender opportunity are available on a third-party site
Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.