National Project Delivery Office – Project Support Specialists

Solicitation number 202304088

Publication date

Closing date and time 2023/12/04 14:00 EST

Last amendment date


    Description

    The Royal Canadian Mounted Police (RCMP) requires support in conducting the business within the National Project Delivery Office (NPDO) and NHQ Assets Management.

    1. Support the RCMP role which includes, among other activities, the planning and management of various projects, many, but not all, of which are in the real property area; collecting requirements from organizational components; ensuring the plans for new space and/ or equipment meets the requirements ; scheduling the moves of the various organizational components; acquiring and managing services to remove personnel, equipment, furniture and other materials; acquiring and managing services to configure the new spaces; providing communications to RCMP organizational units ; acquiring and deploying goods; coordinating with other stakeholders (e.g. Public Service and Procurement Canada) ; monitoring and reporting progress ; and managing RCMP security in projects and on sites where project work is conducted;
    2. Adhere to all health and safety requirements for the Work locations; and,
    3. Support the RCMP objectives by performing the activities outlined herein, and by assisting others in the Work as required.

    "There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website. Please note, the above website is specific to PWGSC requirements and processes may differ from RCMP requirements.”

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canadian European Union Comprehensive Economic and Trade Agreement (CETA), the North American Free Trade Agreement (NAFTA), and the Canadian Free Trade Agreement (CFTA).

    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 one-year periods. The anticipated start date is March 1, 2024.

    Basis of selection:
    Lowest Cost Per Point
    1. To be declared responsive, a bid must:
    b. comply with all the requirements of the bid solicitation;
    c. meet all mandatory technical evaluation criteria; and
    d. obtain the required minimum points for the technical evaluation criteria which are subject to point rating.

    2. Bids not meeting (a) or (b) or (c) will be declared non-responsive. Neither the responsive bid that receives the highest number of points nor the one that proposed the lowest price will necessarily be accepted. The responsive bid with the lowest evaluated price per point will be recommended for award of a contract.

    Tenders must be submitted to the RCMP Bid Receiving Unit at: Carmelia.DaSilva@rcmp-grc.gc.ca

    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.

    Procuring Office:

    Carmelia DaSilva
    Royal Canadian Mounted Police, CM&C
    73 Leikin Dr., Ottawa, ON K1A 0R2

    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 60 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)

    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
    Carmelia DaSilva
    Address

    73 Leikin Drive

    Ottawa, ON, K1A 0R2
    Canada
    Contracting authority
    Carmelia DaSilva
    Phone
    (343) 598-9680
    Email
    Carmelia.Dasilva@rcmp-grc.gc.ca
    Address

    73 Leikin Drive

    Ottawa, ON, 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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    8
    001
    French
    1
    001
    English
    93
    001
    French
    6

    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
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Contract duration
    60 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Cost-per-Point
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    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: