| Description |
The Royal Canadian Mounted Police (RCMP), through its Forensic Identification Services (FIS), requires the supply of Cyanoacrylate (CA) fuming chambers to support forensic operations across Canada. These chambers are essential for the detection and development of latent impressions on non-porous exhibits and form part of the mandatory laboratory equipment approved by Integrated Forensic Identification Services (IFIS).
This procurement is subject to the Innu of Labrador Land Claim Agreement, the Tli?cho Land Claim Agreement, the Kwanlin Dün First Nation Land Claim Agreement and the Ta’an Kwach’an Council Final Agreements.
Reciprocal Procurement - Limited Supplier Eligibility
This solicitation of offers is subject to the Policy on Reciprocal Procurement. This means that only Canadian Suppliers and Suppliers of an Applicable Trading Partner, as defined in the Annex Solicitation of Offers Definitions, are eligible for this solicitation of offers. Offers submitted by Suppliers of a Non-Trading Partner will be rejected.
Basis of selection:
Offers must comply with all requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for award..
Requirements are in accordance with the Annex A – Statement of Work, and the Mandatory Technical Criteria is detailed in the Attachment 1 to Part 4 of the Request for Standing Offer document.
Tenders must be submitted to the RCMP Bid Receiving Unit at: David.Repsys@rcmp-grc.gc.ca
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.
Procuring Office:
Royal Canadian Mounted Police
Procurement and Contracting Branch
Address: 73 Leikin Dr, M1, 4th Floor, Mailstop #1, Ottawa, ON
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.
The RCMP has adopted the Ineligibility and Suspension Policy administered by Public Services and Procurement Canada. As a result, the supplier integrity and compliance provisions are being applied in RCMP contracting activities as outlined in this solicitation.
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.
Green Procurement - Environmentally Preferable Packaging
The Royal Canadian Mounted Police (RCMP) is committed to supporting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste, and is taking concrete steps to better manage the use and disposal of plastics in its own operations as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Environmentally preferable packaging specifications are mandatory requirements in this procurement.
|