M5000-23-05093/B - Annual Fire & Safety Equipment Testing and Inspections – V Division Facilities (Канада - Тендер #50675292) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 50675292 Дата публикации: 25-01-2024 Источник тендера: www.merx.com |
||
cb-148-68373879
Issuing OrganizationRoyal Canadian Mounted Police
Solicitation TypeRFP - Request for Proposal (Formal)
Solicitation NumberM5000-23-05093/B
TitleAnnual Fire & Safety Equipment Testing and Inspections – V Division Facilities
Source IDPWGSC
Agreement TypesCanada-Chile Free Trade Agreement (CCFTA)
Canada-Colombia Free Trade Agreement
Canada-European Union Comprehensive Economic and Trade Agreement(CETA)
Canada-Honduras Free Trade Agreement
Canada-Korea Free Trade Agreement
Canada-Panama Free Trade Agreement
Canada-Peru Free Trade Agreement (CPFTA)
Canadian Free Trade Agreement (CFTA)
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
Canada-Ukraine Free Trade Agreement (CUFTA)
Nunavut
2024/01/24 12:00:00 AM EST
Closing Date2024/02/23 03:00:00 PM EST
Shawn Balaski
(780) 670-8592
shawn.m.balaski@rcmp-grc.gc.ca
Description: The Royal Canadian Mounted Police (RCMP) “V” Division has a requirement for annual fire and safety equipment testing, validation and inspection checks for 25 (twenty-five)
communities in Nunavut in accordance with Nunavut and National Fire codes.
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 two-year periods.
This procurement is subject to the Nunavut Land Claims Agreement and the Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area.
Bidders are requested to maximize Inuit employment, subcontracting and on-the-job training opportunities, and involve Inuit businesses, in carrying out the work under this project.
The Nunavut Agreement contains a provision requiring the inclusion of socio-economic bid criteria in the solicitation document, when practicable and consistent with sound procurement management
principles. These socio-economic bid criteria are referred to as Nunavut Benefits Criteria (NBC) and Inuit Benefits Criteria (IBC), and bidders propose Inuit benefits in their bid submission
via an Inuit Benefits Plan (IBP).
The requirement is limited to Inuit businesses on the Inuit Firm Registry (IFR). Bids submitted by businesses not on the IFR will render the bid non-responsive and no further consideration will
be accorded to the bid.
Security: The Contractor (if an individual) and all of the contractor’s personnel/subcontractors who may work on site must hold a valid “Facility Access Level 2 (FA-2) with Escort” Status
Security Clearance issued by RCMP Departmental Security.
Evaluation Procedures: Bids will be assessed in accordance with the entire requirement of the bid solicitation. An evaluation team composed of representatives of Canada will evaluate the
bids.
Basis of Selection: A bid must comply with all 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.