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.

APN - Facilities Maintenance and Support Services Northern Canada

Solicitation number APN_RPOP033_84735

Publication date

Closing date and time 2026/02/02 14:00 EST

Last amendment date


    Description
    Advance Procurement Notice
    Facilities Maintenance and Support Services
    Northern Canada (with Security Requirements)
    Purpose of this Advance Procurement Notice
    This is not a bid solicitation nor a request for proposals.
    This is an advance notice for potential contracts with anticipated security requirements to provide interested contractors an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s) . Note that there is no guarantee that these solicitation(s) will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.
    Description of the Project and Services
    The Department of National Defence requires Facilities Maintenance and Support Services for approximately 100 existing buildings and associated utility infrastructure with an approximate total gross floor area of 60,000 m2. In addition to the buildings there are utility services, parking lots, sidewalks, roads and landscaped areas that form part of the site included under the provisions of the project(s).
    The site locations are as follows:
    Manitoba Churchill
    Northwest Territories Inuvik, Yellowknife
    Nunavut Eureka, Resolute Bay, Gascoyne Inlet, Nanisivik Naval Facility, Rankin Inlet, Iqaluit,
    Yukon Whitehorse
    The services provided by the Contractor may vary based on Sites: All the services listed will have Scheduled and/or “On-Demand‟ requirements.
    1. Hard Services
    1. Building Envelope Maintenance
    2. Heating, Ventilation, Air Conditioning & Refrigeration Systems
    3. Door Systems
    4. Electrical Systems
    5. Elevator and Lifting Systems
    6. Plumbing Systems
    7. Fire Detection and Suppression Systems
    8. Generators
    9. Life Safety Systems
    10. Security and Access Control Systems
    11. Kitchen Appliances and Equipment
    1. Soft Services
    1. Integrated Pest Management Services
    2. Landscaping and Grounds Maintenance Services
    3. Janitorial Services
    4. Hazardous Waste Management Services
    5. Environmental Services
    6. Snow and Ice Control Services
    7. Solid Waste Management
    8. Utility Billing Support Services
    1. Facilities Support Services
    1. Service Management & Coordination
    2. Maintenance Program Management
    3. Emergency Readiness and Response
    4. Asset Investment Advice
    5. Help Desk Services
    The Contractor(s) will also be required to undertake work that is outside the scope of the scheduled and demand services. This work will be priced, managed and implemented using an Additional Work Request (AWR) process
    The estimated value of this work is approximately $204M over a potential eleven (11) years. This/these solicitations will be initiated in Summer 2026 with Service Commencement in 2028.  This is conditional on the Project(s) receiving approval to proceed by the Department of National Defence (DND).

    The Government of Canada is committed to advancing reconciliation and fostering meaningful engagement with Indigenous Peoples. In alignment with these commitments, the Department of National Defence (DND) seeks to create opportunities for Indigenous businesses and communities through (sub)contracting, employment, and training initiatives associated with the proposed program of work.

    It is anticipated that Indigenous communities will benefit from potential subcontracting, employment, and training opportunities arising from this program of work.

    Contract Award and Anticipated Security Requirements
    To be eligible for contract award, a proponent will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation documents.
    The anticipated security clearance level for this contract is Facility Security Clearance (FSC) at the level of Secret.

    Industrial Security Program Sponsorship
    Defence Construction Canada (DCC) is providing contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, contractors that intend to submit a proposal on one or more of these projects and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP.
    Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential  proponents with their respective security clearance sponsorship process.
    To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements.
    In their sponsorship request application to DCC, contractors are asked to quote the following information, among other things:
    • Advance Procurement Notice (APN) number (Project number on the MERX notice);
    • Contract number: 84735 ; and
    • Level of clearance requested to be sponsored for.
    Sponsorship Process
    Upon receipt, DCC will review the sponsorship request application and will communicate directly with the contractors to provide assistance for the completion of the sponsorship request packages.
    Once DCC has determined, at its entire discretion, that a contractor:
    1. has started the sponsorship process prior to the solicitation(s) (Contract number(s) listed on their request for sponsorship) being advertised on MERX,
    2. has  met all the material requirements of the sponsorship request package, and
    3. has submitted a proposal
    DCC will  send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP).
    Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent will need to promptly cooperate with CSP  to ensure that the process is completed as soon as possible.

    Questions
    Any questions pertaining to the sponsoring process through the ISP can be addressed to:
    Telephone Number: (613) 998-8974; or
    Email address: ISP.Sponsorship@dcc-cdc.gc.ca

    Any questions relating to this Advance Procurement Notice can be addressed to:
    Eric Ndayambaza
    Coordinator, Contract Services
    Defence Construction Canada
    343 -576-9347
    Eric.Ndayambaza@dcc-cdc.gc.ca

    Disclaimer
    DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process  and does not provide any representations  or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP security
    clearance granting process. By applying to either of the aforementioned processes, the proponent agrees to bear any fees and risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes. Notwithstanding anything else stated above, DCC shall in no event be liable to the proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process
     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 132 month(s).

      Trade agreements

      • World Trade Organization Agreement on Government Procurement (WTO GPA)
      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

      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
      Defence Construction Canada - National Capital Region
      Address
      180 Kent Street, 14th Floor
      Ottawa, Ontario, K1P 0B6
      Canada
      Contracting authority
      Eric Ndayambaza
      Phone
      1-343-576-9347
      Email
      eric.ndayambaza@dcc-cdc.gc.ca
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      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

      Language(s)
      English, French
      Contract duration
      132 month(s)
      Procurement method
      Competitive – Open Bidding

      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: