21C10-25-5009048 - Engineering Services – Atlantic Region (Канада - Тендер #70819087) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 70819087 Дата публикации: 19-02-2026 Источник тендера: www.merx.com |
||
cb-940-1233437
Issuing OrganizationCorrectional Service of Canada (CSC)
Solicitation Number21C10-25-5009048
TitleEngineering Services – Atlantic Region
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)
World Trade Organization Agreement on Government Procurement (WTO-AGP)
Canada-Ukraine Free Trade Agreement (CUFTA)
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
Canada
2026/02/18 12:00:00 AM EST
Closing Date2026/03/06 01:00:00 PM EST
Sandra Wilford
Sandra.Wilford2@csc-scc.gc.ca
NOTICE OF PROPOSED PROCUREMENT (NPP)
for
TASK Based Professional Services (TSPS) Requirement
This requirement is for: The Correctional Service of Canada
This requirement is open only to those Supply Arrangement Holders under E60ZT-18TSPS who qualified under Tier 1, under the region / metropolitan area, level of expertise and for the following
category(ies):
Atlantic Region
Estimated # of Resources Category Level
1 5.1 Draftsperson/illustrator Level 2 (Intermediate)
1 5.4 Professional Engineer (P. Eng.) Level 3 (Senior)
The requirement is intended to result in the award of one (1) contract.
The following SA Holders have been invited to submit a proposal.
1. 9421-5340 Québec inc., 9193456 CANADA INC., IN JOINT VENTURE.
2. ADGA Group Consultants Inc.
3. Adirondack Information Management Inc., The AIM Group Inc. in Joint Venture
4. AECOM Canada ULC
5. CBCL Limited
6. Dunn Engineering Inc
7. Factr Limited, ALTIS RECRUITMENT & TECHNOLOGY INC., in Joint Venture
8. Fleetway Inc.
9. Lengkeek Vessel Engineering Inc.
10. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. In Joint Venture
11. T.I.7 INC., THE SOURCE STAFFING SOLUTIONS INC., in Joint Venture
12. The AIM Group Inc.
13. Tiree Facility Solutions Inc.
14. Valcom Consulting group Inc.
15. WSP Canada Inc.
Description of the Requirement:
The Correctional Service of Canada (CSC) CORCAN has a requirement for architectural draftspersons and professional engineering services. The work will involve drafting building designs for
prefabricated modular buildings. These modular buildings include residential, commercial, industrial and institutional designs. In addition, to these drafting services, CORCAN requires
engineering design services including production of signed and sealed engineered drawings for electrical, mechanical and structural (based on their professional geographical signing
authorities) related to these same structures.
Security:
There are security requirements associated with this requirement. Please note that SA Holders do not need to have the required clearance to submit a bid. For additional information, consult
Part 6 - Security, Financial and Other Requirements, and Part 7 – Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses,
Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
Level of Security Requirement:
Security Requirement: Common PS SRCL #9 applies
Minimum Corporate Security Required: Designated Organizational
Screening (DOS)
Minimum Resource Security Required: Reliability Status
Document Safeguarding Security Level Required: Protected B
Special comments:
Applicable Trade Agreements:
World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-Chile Free Trade Agreement (CCFTA), the Canada-Peru Free Trade Agreement (CPFTA), the Canada-Colombia Free
Trade Agreement (CColFTA), the Canada-Panama Free Trade Agreement (CPanFTA), the Canada-Honduras Free-Trade Agreement, the Canada-European Union Comprehensive Economic and Trade Agreement
(CETA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canadian Free Trade Agreement (CFTA), the Canada-Ukraine Free Trade Agreement (CUFTA), the
Agreement on Trade Continuity between Canada and the United Kingdom of Great Britain and Northern Ireland and the Canada-Korea Free Trade Agreement (CKFTA).
Proposed period of contract:
The proposed period of contract shall be from date of contract to 1 year later with an option to extend the contract for three (3) additional one-year periods.
Estimated Level of Effort:
The estimated level of effort of the contract will be for 32 (days)
File Number: 21C10-25-5009048
Contracting Authority: Sandra Wilford
Phone Number: 604.557-3004
E-Mail: Sandra.Wilford2@csc-scc.gc.ca
Inquiries:
Inquiries regarding this Request for Proposal (RFP) requirement must be submitted to the Contracting Authority named above. RFP documents will be e-mailed directly by the Contracting Authority
to the Qualified Supply Arrangement Holders who are being invited to bid on this requirement. BIDDERS ARE ADVISED THAT “CANADABUYS.CANADA.CA” ” IS NOT RESPONSIBLE FOR THE DISTRIBUTION OF
SOLICITATION DOCUMENTS. The Crown retains the right to negotiate with any supplier on any procurement. Documents may be submitted in either official language.
Debriefings:
Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results
of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
NOTE: The Task and Solutions Professional Services (TSPS) Method of Supply is subject to quarterly refresh cycles. If you wish to find out how you can be a “Qualified SA Holder”, please
contact SPTS.TSPS@TPSGC-PWGSC.GC.CA