Fire Alarm and Sensor Monitoring, F Division (Saskatchewan) Facilities

Agency: Government of Canada
State: Federal
Level of Government: State & Local
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD17738220084865921
Posted Date: Apr 12, 2024
Due Date: May 7, 2024
Solicitation No: M5000-23-00507/C
Source: Members Only

Description

Description: The Royal Canadian Mounted Police (RCMP) has a requirement for the supply and delivery of Fire Alarm and Sensor Monitoring Services and Fire Alarm Panel Inspection Services for multiple locations in Saskatchewan.

The contract period will be for two years from the date of contract with an irrevocable option to extend it for up to three additional one-year periods.

This procurement is conditionally set aside under the federal government Procurement Strategy for Indigenous Business.

In order to be considered, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.

Security: This solicitation contains a security requirement.

Basis of selection: Mandatory Technical Criteria. A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

Tenders must be submitted to the RCMP Bid Receiving Unit as per page one of the Request for Proposal (RFP).

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.

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 .

Show more description Show less description
Contract duration

The estimated contract period will be 24 month(s).

Trade agreements
  • 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
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 .

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >