Architectural and Engineering Services – F Division Headquarters Building, Regina, SK

Solicitation number 202403275

Publication date

Closing date and time 2025/07/10 14:00 EDT

Last amendment date


    Description

    1. Summary
    1.1 Services
    The Royal Canadian Mounted Police (RCMP) requires an architectural service firm (the “Consultant”), together with a multi-disciplinary team of sub-consultants to undertake the design and construction administration/review services needed to facilitate the implementation of the removal and replacement of all domestic water and sewer lines at the existing F Division Headquarters Building in Regina, Saskatchewan for the RCMP.

    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 ten (10) working days prior to the closing date identified on the front page of the Invitation to Tender. 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 Canada retains the right to negotiate with suppliers on any procurement.
    3.4 Documents may be submitted in either official language of Canada.
    3.5 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.
    3.6 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.

    Contract duration

    The estimated contract period will be 30 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 19 2025/07/03
    001 FR 1 2025/07/03
    001 EN 9 2025/07/03
    001 FR 2 2025/07/03
    001 EN 16 2025/06/30
    001 FR 7 2025/06/30
    001 EN 64 2025/06/09
    001 FR 14 2025/06/09
    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
    Canada
    ,
    Saskatchewan
    Region of opportunity
    World
    Contract duration
    30 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.