Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Inbound, Warehousing, and Distribution Solution of Indigenous Services Canada (ISC) medical supplies and equipment stockpile

Solicitation number 1000264167

Publication date

Closing date and time 2025/08/29 14:00 EDT

Last amendment date


    Description

    Indigenous Services Canada (ISC) requires a logistics service provider to execute all the functions associated with managing ISC’s medical supplies and equipment stockpile, including but not limited to Personal Protective Equipment (PPE), Hand Sanitizer and medical equipment. The aforementioned may include, but is not limited to receipt at the Contractor’s warehouse, secure warehousing, deconsolidation, stocktaking, inventory management, responsive reporting and timely distribution of medical supplies and equipment to various locations in each of the provinces and territories (P/T), including remote, isolated, and semi-isolated First Nations and Inuit communities.
    ISC requires an Inbound, Warehousing, and Distribution Solution (IWDS) to provide a complete supply chain approach that encompasses program management, transportation, inbound receipt, warehouse management, inventory management, outbound delivery, and reporting requirements. The warehouse can be shared be a shared warehouse with other clients, as long as requirements are met.
    The Contractor must manage the full control of supply chain activities for goods from receipt to Point of Delivery.
    The Contractor must provide a temperature-controlled warehouse space that has the capacity to store and handle approximately 1,700 pallets, based on pallet size of 40” x 48” x 60” (1.02m x 1.22m x 1.53m). within 100 km of an International Airport including the following requirements:

    a. Managing shipments arriving to the Contractor’s warehouse or to the final destination. This can include coordinating shipment pick-ups and providing transportation of the shipments if required;

    b. Receiving inbound shipments;

    c. Providing Inventory Management and Inventory Control (including storage of products, security) of medical supplies, hand sanitizer and equipment at the Contractor’s warehouse;

    d. Relabeling of packaging to meet regulatory requirements;

    e. Picking and packing of medical supplies and equipment for distribution;

    f. Shipping primarily to various locations in each of the (P/T) as needed, including remote, isolated, and semi-isolated First Nations and Inuit communities. Shipping may be required to other locations in Canada as needed;

    g. Providing reports to ISC, including but not limited to: daily inventory reports (excel only); and

    h. Transmission of information to ISC (including inventory tracking, fulfillment, receipts, order management).

    i. Disposal Services - When directed by the Project Authority, the Contractor must ship products to disposal sites.

    The Contractor must provide warehousing services located in either the province of Ontario, Manitoba, Saskatchewan or Alberta, Canada for medical supplies and equipment inventory.

    Contract duration

    The estimated contract period will be 17 month(s).

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Department of Indigenous Services (ISC)
    Address

    9 Montclair St.

    Gatineau, Québec, K1A0H4
    Canada
    Contracting authority
    Bruno Paradis
    Phone
    (999) 999-9999
    Email
    Bruno.Paradis2@sac-isc.gc.ca
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 21 2025/08/22
    001 FR 3 2025/08/22
    001 EN 29 2025/08/19
    001 FR 2 2025/08/19
    001 EN 21 2025/08/19
    001 FR 3 2025/08/19
    001 EN and FR 31 2025/08/13
    001 EN 66 2025/08/06
    001 FR 9 2025/08/06
    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    17 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: