Architectural and Engineering Services – Leomont Replacement Modular Building

Solicitation number 202603730

Publication date

Closing date and time 2026/03/10 14:00 EDT

Last amendment date


    Description

    1. Summary
    1.1 Services
    Royal Canadian Mounted Police (RCMP) intends to retain the services of an Architectural and Engineering firm (the “Consultant”) together with multi-disciplinary team of subconsultants for the provision of services required to construct a modular detention block to be located at 1200 Vanier Parkway, Ottawa, Ontario.

    2. Questions or Requests for Clarification
    Questions or requests for clarification during the solicitation period must be submitted in writing to the Contracting Authority named on Page 1 at email address jeff.lockyer@rcmp-grc.gc.ca as early as possible. Enquiries should be received no later than five (5) working days prior to the closing date identified on the front page of the Request for Proposal. Enquiries received after that date may not be answered prior to the closing date of the solicitation.

    3. General Information
    3.1 Bidders are responsible for obtaining copies of bid forms, special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid.
    3.2 This procurement contains mandatory and rated requirements. Failure to comply may result in rejection of your bid.
    3.3 Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at http://buyandsell.gc.ca/procurement-data/tenders. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package.
    3.4 Canada retains the right to negotiate with suppliers on any procurement.
    3.5 Documents may be submitted in either official language of Canada.
    3.6 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.
    3.7 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.

    4. Indigenous Procurement:
    4.1 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.

    Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner.

    Contract duration

    The estimated contract period will be 38 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
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police (RCMP)
    Address

    73 Leikin Drive

    Ottawa, Ontario, K1A 0R2
    Canada
    Contracting authority
    Jeff Lockyer
    Phone
    (343) 575-4984
    Email
    jeff.lockyer@rcmp-grc.gc.ca
    Address

    73 Leikin Drive

    Ottawa, Ontario, K1A 0R2
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 117 2026/02/12
    001 FR 19 2026/02/12
    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
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    38 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price