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.

Carrier, External, Load Carrying

Solicitation number M7594-182188/A

Publication date

Closing date and time 2017/10/19 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: The bidder must supply Canadian goods and/or services
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    REQUIREMENT:
    The Royal Canadian Mounted Police (RCMP) has a requirement for a firm quantity of 3,200 units of Carrier, External, Load Carrying.  The carriers must be manufactured in accordance with the RCMP Specification G.S.1045-360 dated 2017-07-13, the patterns and the viewing sample.
    
    This requirement also includes three (3) options to purchase an additional quantity as follows:
    
    Option 1:  for a maximum of 4,000 units exercisable for a period of 12 months from the date of contract award. 
    
    Option 2:  for a maximum of 4,000 units exercisable for a period of 24 months from the date of contract award.
    
    Option 3:  for a maximum of 4,000 units exercisable for a period of 36 months from the date of contract award.
    
    
    MANDATORY  DELIVERY:
    
    Delivery Schedule - MANDATORY - Firm Quantity
    The Contractor must make the first delivery within 45 calendar days from the date of the written notice of approval of the pre-production sample.  The quantity delivered must be 300 units.  The balance must be shipped at the rate of 200 units weekly after the first delivery until completion of the Contract.
    
    Delivery Schedule - MANDATORY - Options 1, 2 and 3
    The Contractor must make the first delivery within 45 calendar days from the date of the written notice of approval of the technical requirements of the option(s) and after final delivery of the contract quantity  The quantity delivered must be 300 units.  The balance must be shipped at the rate of 200 units weekly after the first delivery until completion of the option quantity.
    
    
    FINANCIAL SECURITY:
    A contract financial security will be required in the amount of up to ten percent (10%) of the contract price.
    
    PRE-AWARD SAMPLE AND SUPPORTING DOCUMENTATION:
    Pre-award samples of the carrier along with laboratory test reports and Certificates of Compliance will be requested from low bidders after bid closing.
    
    VIEWING SAMPLE:
    An RCMP viewing sample will be provided to bidders who are requested to provide a pre-award sample.  The viewing sample must be used for guidance of the manufacturer in all factors not covered by the specification.Variation from the specification may appear in the sample in which case the specification shall govern.
    
    A viewing sample may be viewed (by appointment only) at the following Public Services and Procurement Canada's regional offices at:  QUEBEC, QC.; MONTREAL, QC.; MISSISSAUGA, ON.; WINNIPEG, MB; EDMONTON, AB; VANCOUVER, BC.
    
    CANADIAN CONTENT POLICY:
    This requirement is subject to the Canadian Content Policy and is solely limited to Canadian origin goods.
    
    ENQUIRIES:
    To ensure a response before the bid closing date, all enquiries about this requirement must be submitted in writing and received by the Contracting Authority at least seven (7) calendar days prior to the bid closing date.  
    
    E-mail:  sylvie.gravel@pwgsc.gc.ca
    
    This PWGSC office provides procurement services to the public in both official languages.
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Gravel, Sylvie
    Phone
    (613) 240-7281 ( )
    Email
    sylvie.gravel@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-5454
    Address
    11 Laurier St./ 11, rue Laurier
    6A2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    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
    000 EN 73 2017/10/02
    000 FR 10 2017/10/02
    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
    Ontario (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: