Annual Fire & Safety Equipment Testing and Inspections – V Division Facilities

Solicitation number M5000-23-05093/A

Publication date

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

Last amendment date


    Description

    Description: The Royal Canadian Mounted Police (RCMP) “V” Division has a requirement for annual fire and safety equipment testing, validation and inspection checks for 25 (twenty-five) communities in Nunavut in accordance with Nunavut and National Fire codes.

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

    This procurement is subject to the Nunavut Land Claims Agreement and the Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area.

    Bidders are requested to maximize Inuit employment, subcontracting and on-the-job training opportunities, and involve Inuit businesses, in carrying out the work under this project.

    The Nunavut Agreement contains a provision requiring the inclusion of socio-economic bid criteria in the solicitation document, when practicable and consistent with sound procurement management principles. These socio-economic bid criteria are referred to as Nunavut Benefits Criteria (NBC) and Inuit Benefits Criteria (IBC), and bidders propose Inuit benefits in their bid submission via an Inuit Benefits Plan (IBP).

    Security: The Contractor (if an individual) and all of the contractor’s personnel/subcontractors who may work on site must hold a valid “Facility Access Level 2 (FA-2) with Escort” Status Security Clearance issued by RCMP Departmental Security.

    Evaluation Procedures: Bids will be assessed in accordance with the entire requirement of the bid solicitation. An evaluation team composed of representatives of Canada will evaluate the bids.

    Basis of Selection: A bid must comply with all 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 12 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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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.

    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address

    6101 Dewdney Avenue

    Regina, Saskatchewan, S4P 3K7
    Canada
    Contracting authority
    Shawn Balaski
    Phone
    (780) 670-8592
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    2
    001
    French
    0
    001
    English
    12
    001
    French
    2
    001
    English
    and
    French
    8
    001
    English
    and
    French
    2
    001
    English
    10
    001
    French
    1
    001
    English
    7
    001
    French
    0
    001
    English
    10
    001
    French
    1
    001
    English
    7
    001
    French
    1

    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

    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: