Fire Alarm and Sensor Monitoring, F Division (Saskatchewan) Facilities

Solicitation number M5000-23-00507/A

Publication date

Closing date and time 2024/01/12 15:00 EST

Last amendment date


    Description

    Description: The Royal Canadian Mounted Police (RCMP) has a requirement for the supply and delivery of Fire Alarm and Sensor Monitoring Services and Fire Alarm Panel Inspection Services for multiple locations in Saskatchewan.

    The contract period will be for two years from the date of contract with an irrevocable option to extend it for up to three additional one-year periods.

    This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business.

    In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.

    Security: This solicitation contains a security requirement.

    Basis of selection: Mandatory Technical Criteria. A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

    Tenders must be submitted to the RCMP Bid Receiving Unit as per page one of the Request for Proposal (RFP).

    Refer to the attached tender documents to obtain further information.
    Canada retains the right to negotiate with any supplier on any procurement.
    Documents may be submitted in either official language of Canada.

    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 https://canadabuys.canada.ca/en/tender-opportunities . 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.

    Indigenous Procurement:
    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory.

    Contract duration

    The estimated contract period will be 24 month(s).

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address

    6101 Dewdney Avenue

    Regina, Saskatchewan, S4P 3K7
    Canada
    Contracting authority
    Shawn Balaski
    Phone
    780670-8592
    Email
    shawn.m.balaski@rcmp-grc.gc.ca
    Address

    6101 Dewdney Avenue

    Regina, Saskatchewan, S4P 3K7
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Saskatchewan
    Region of opportunity
    World
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.