Tender Details

Title (ENG) APN - HEALTH SERVICES CENTRE AND TRANSITION CENTRE, CFB HALIFAX, NOVA SCOTIA
Contracting Entity Defence Construction Canada - Atlantic Region
Reference Number MX-443968585310
Publication Date 4/14/2026
Tender Closing Date 6/15/2026
Type Not specified
Area Not specified
Tender Status Open
Attachments No attachments available
Description
Advance Procurement Notice Health Services Centre and Transition Centre Halifax, Nova Scotia (with Security Requirements) Purpose of this Advance Procurement Notice This is not a bid solicitation nor a request for proposals. In the context of the major investments announced by the Government and to foster a proactive partnership with industry, DCC is issuing this Advance Procurement Notice (APN) to inform contractors and consultants of an upcoming contract opportunity in Halifax, Nova Scotia. The purpose of this APN is to allow contractors and consultants to assess their capacity and interest in participating, and to prepare adequately for the potential solicitation process, notably by initiating any necessary steps. This is a preliminary notice regarding a potential contract, which includes security requirements. The purpose of this APN is to allow interested contractors and consultants to initiate, if required, the sponsorship process to obtain the necessary clearances or security clearances (if applicable). Note that this project may include Indigenous businesses participation component in accordance with the Procurement Strategy for Indigenous Business (PSIB). Please note that there is no guarantee that this contract will proceed or that security clearances will be granted within the anticipated timelines or at all as part of the sponsorship process. Description of the Project and Services The Department of National Defence (DND) is planning the design and construction of a new combined Health Services Centre (HSC) and Transition Centre (TC) at Windsor Park, Canadian Forces Base (CFB) Halifax, Nova Scotia. The existing HSC and TC currently occupy aging facilities that have reached the end of their operational life and require full replacement. The new purpose-built facility will have an estimated gross floor area of 20,000 m² and will accommodate 361 HSC personnel and 52 TC personnel. The project will also include the demolition and replacement of selected site infrastructure. Sustainability will be a significant consideration in the planning and development of the new facility. The project is expected to incorporate energy efficient systems and modern design strategies that contribute to reduced greenhouse gas emissions and long-term operational resilience. Environmental stewardship and whole life asset performance will be central to the project’s delivery objectives. The delivery model of the project is an integrated project delivery (IPD) model, the services to be procured may include design of the facilities and supporting infrastructure, construction of the facilities and supporting infrastructure as well as demolition and replacement of selected site infrastructure. The procurement will evaluate a collaborative project delivery team including prime constructor and multi-disciplinary design and engineering capability which may include architecture; civil, structural, mechanical and electrical engineering; communications; energy management and sustainability. The estimated cost of the proposed Integrated Project Delivery (IPD) Contract is expected to be in the range of $250 Million to $375 Million. It is anticipated that the solicitation will proceed in Spring 2026. This is conditional on the contract receiving approval to proceed from DND. The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples. Therefore, DND is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the proposed project. To support DND’s commitment, the development of an Indigenous Benefits Plan (IBP) that outlines sub-contracting opportunities for Indigenous Businesses and Peoples will be required in the IPD contract. The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the proposed HSC and TC in Halifax, NS. Contract Award and Anticipated Security Requirements To be eligible for contract award, a proponent will be required to, among other things, actively hold or obtain all required security clearance(s) prior to the date of the award, as further detailed in the solicitation documents. The anticipated security clearance level for this contract is Designated Organization Screening (DOS). Industrial Security Program Sponsorship Defence Construction Canada (DCC) is providing consultants and contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP). Accordingly, consultants and contractors that intend to submit a proposal for this project and that do not actively hold the above identified security clearance(s) should begin forthwith the security clearance application process by applying through DCC’s ISP. Under this program, DCC may, at its entire discretion, provide preliminary assistance to all the potential proponents with their respective security clearance sponsorship process. To begin the security clearance sponsorship process, please submit a sponsorship request application to DCC by following the steps identified on DCC’s website at: https://www.dcc-cdc.gc.ca/industry/security-requirements. In their sponsorship request application to DCC, consultants or contractors are asked to quote the following information, among other things:   Advance Procurement Notice (APN) number (Project number on the MERX notice). Contract number C.001958; and Level of clearance requested to be sponsored for. Sponsorship Process Upon receipt, DCC will review the sponsorship request application and will communicate directly with the consultants or contractors to provide assistance for the completion of the sponsorship request packages. Once DCC has determined, at its entire discretion, that a consultant or contractor:   has started the sponsorship process prior to the solicitation (Contract number listed on their request for sponsorship) being advertised on MERX, has met all the material requirements of the sponsorship request package, and has submitted a proposal or a bid DCC will send the documents to the Public Services and Procurement Canada’s (PSPC) Contract Security Program (CSP). Following receipt of the sponsorship request package, the CSP will communicate directly with the proponent regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing. At such time, the proponent will need to promptly cooperate with CSP to ensure that the process is completed as soon as possible. Questions Any questions pertaining to the sponsoring process through the ISP can be addressed to: Telephone Number: (613) 998-8974; or Email address: ISP.Sponsorship@dcc-cdc.gc.ca Any questions relating to this Advance Procurement Notice can be addressed to: Veronica L. Mendoza Team Leader, Contract Services Defence Construction Canada Cell: 902-493-1204 Email: Veronica.Mendoza@dcc-cdc.gc.ca Disclaimer DCC is only providing assistance, at its entire discretion, for the above stated sponsorship process and does not provide any representations or guarantees that a sponsorship request package or a security clearance application forwarded by DCC to the CSP will be successful or result in the granting of the requested security clearance(s) by the CSP. At all times, the processing of a sponsorship request package or a security clearance application is subject to the respective terms, conditions, and timelines of DCC’s ISP sponsorship process and the CSP security clearance granting process. By applying to either of the aforementioned processes, the proponent agrees to bear any fees and risks associated with: (i) the completeness or accuracy, or lack thereof, of its application or related documents submitted under or in connection with either said processes, and (ii) the timeliness, or lack thereof, of any processing or granting of security clearance(s) under or in connection with either said processes. Notwithstanding anything else stated above, DCC shall in no event be liable to the proponent for any direct, indirect, incidental, special, consequential, punitive or exemplary damages arising out or in connection with the above stated sponsorship process.  Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.
Contact Information

Contact: Veronica Mendoza

veronica.mendoza@dcc-cdc.gc.ca

902-943-1204


Address:

,

Ask Yuri