Website Tenders

Bc Timber Sales Timber Auctions Tender

Others
Canada
Description: Tsl Ta2726, Wasi Creek, Mackenzie Field Team Bonus Bid/scale-based Take Notice That, Pursuant To Section 20 Of The Forest Act, Timber Sale Licence Ta2726 Is Being Offered For Sale By The Bc Timber Sales Prince George Business Area. Tenders Will Only Be Accepted From Individuals Or Corporations Registered As A Bc Timber Sales Enterprise In Category Category 1 (market) & Category 4 (value-added) Under The Bc Timber Sales Regulation. Questions & Answers Official Contact Name: Brenna Price, Forest Technician All Questions Related To This Timber Sale Licence Must Be Submitted In Writing Only To The Official Contact At The Following Email Address: Forests.princegeorgetimbersalesoffice@gov.bc.ca The Deadline For Receiving Questions Is 4:30 Pm On July 1, 2025. If Questions Are Received, A Question & Answer Document Will Be Posted To Bc Bid By 4:30 Pmon July 2, 2025. Closing Date: July 9, 2025 At 10:00 Am Closing Location: Applications Will Be Accepted By The Timber Sales Manager, Prince George Timber Sales Office, At: 2000 South Ospika Blvd., Prince George Bc V2n 4w5. Geographic Location: Wasi Creek Total Estimated Timber Sale Volume: 13342m3, More Or Less • Estimated Net Cruise Volume: 13342m3, More Or Less Estimated Area: 60.2 Ha. Estimated Species: Balsam (ba) 8479m³(64%), Lodgepole Pine (lo) 1836m³(14%), Spruce (sp) 3027m³(22%), More Or Less. The Preceding Volume And Species Estimates Are Based On Samples From A Full Cruise. Please See Tender Package For Additional Detail. Bidders Are Strongly Advised To Conduct A Thorough Field Review Of The Licence Area To Verify Timber Volume And Grade Estimates. Licence Term: 24 Months Upset Stumpage Rate: $0.25/m³. The Upset Stumpage Rate Was Determined In Accordance With The Interior Appraisal Manual And Applicable To Coniferous Sawlog Grades. The Successful Applicant Will Be Required To Implement And Conform To The Bc Timber Sales Environmental Management System And This Tsl Also Conforms To The Standards Of The Following Forest Management Certification System: Sustainable Forestry Initiative. Be Aware That Bcts Has Made Changes To Its Ems And Sfm Programs To Meet The Updated 2022 Sustainable Forestry Initiative (sfi) Forest Management Standard. Changes Impacting Bcts Clients Include New Training Requirements (table 008-1, 0008-1a, Tailgate Training, Sfi Awareness Documents, And New Indigenous Rights Awareness Information). In Addition, Note Changes To Ems/sfm Environmental Field Procedures And Incident Reporting Procedures Which Occurred June 1, 2022. Supervisors And Workers Will Need To Get Familiar With These Changes Prior To Commencement Of Operations. These Documents Are Posted On Our External Ems/sfm Website At Bc Timber Sales - Business Area Environmental Management System (ems) And Sustainable Forest Management (sfm) - Province Of British Columbia (gov.bc.ca). More Information On Sfi Available At Https://forests.org/. All Individuals, Corporations Or Partnerships Who Provide Direction To Workers Or Contractors Who Work Or Operate On Tsl Area(s) Will Be Required To Be Certified As Safe Companies, Endorsed By The Bc Forest Safety Council As New Entrants, Or Certified Under A Safety Certification Scheme Recognized By The Bc Forest Safety Council Or Bc Timber Sales, Or Work For An Employer That Is So Certified Or Endorsed. Please Also Refer To The Following Website For More Information: Https://www2.gov.bc.ca/gov/content/industry/forestry/bc-timber-sales/safety. On July 8, 2022 The Provincial Public Health Officer (pho) Signed An Order Under The Public Health Act (update To Earlier Orders) Regarding The Management Of Industrial Camps To Prevent And Control The Risk Of Transmission Of Communicable Diseases, Including Sars-cov-2. The Ministry Of Health Has Prepared A Guidance Document For Employers And Operators Of Natural Resource Sector Work Camps, Titled: Industrial Camps And Communicable Diseases Guidelines - Guidance For Workers, Contractors, And Employers In The Agricultural, Forestry, And Natural Resource Sectors On Implementing The Provincial Health Officer Industrial Camps Order- July 8, 2022.. A Copy Of This Guidance Is Available At The Following Weblink: Https://www2.gov.bc.ca/assets/gov/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/covid-19/guidance_all_sector_work_camps.pdf Additional Information Is Available On The Office Of The Provincial Health Officer Weblink: Https://www2.gov.bc.ca/gov/content/health/about-bc-s-health-care-system/office-of-the-provincial-health-officer/current-health-issues/covid-19-novel-coronavirus Applicants Are Encouraged To Confirm The Status Of Their Bcts Enterprise Registration To Ensure They Are Eligible To Apply For This Timber Sale Licence Prior To Submitting A Tender. Please Contact The Bc Timber Sales Prince George Business Area If You Are Unsure Of Your Eligibility To Submit A Tender. All Tender Information Provided For This Tsl Is Subject To Change. Any Changes Will Be Posted On This Site Before The Closing Date Of The Auction. *****it Is The Applicant’s Responsibility To Revisit This Site To Stay Abreast Of Any Changes That May Affect Their Bid.*****
Closing Date9 Jul 2025
Tender AmountRefer Documents 

Royal Canadian Mounted Police - RCMP Tender

Others
Canada
Description: The Royal Canadian Mounted Police (rcmp) Has A Requirement For The Supply, Delivery, And O?loading Two (2) Fully Assembled Sanitizing Cabinets For The Rcmp To Two Separate Addresses In The Province Of Alberta. There Is No Security Requirement Associated With The Requirement. The Period Of The Contract Is From Date Of Contract Award To October 31, 2025 Inclusive. All The Deliverables Must Be Received Within 60 Days Of Contract Award. 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 At: Nwr_procurement_bids@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: Shahlar Mammadov Senior Procurement And Contracting Officer Royal Canadian Mounted Police Procurement And Contracting, 5th Floor, 10065 Jasper Ave, Edmonton Alberta, T5j 3b1 587 336 6067, Shahlar.mammadov@rcmp-grc.gc.ca 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.
Closing Soon3 Jul 2025
Tender AmountRefer Documents 

Toronto Metropolitan University Tender

Electrical Cables And Wires...+1Electrical and Electronics
Canada
Details: Toronto Metropolitan University (the “university”) Has A Requirement For Dark Fibre Installation & Maintenance. The Purpose Of This Advance Contract Award Notice (acan) Is To Signal The University’s Intention To Award A Contract For The Above-noted Goods And/or Services To The Following Pre-selected Supplier: Beanfield Technologies Inc. (beanfield) 418-67 Mowat Ave Toronto, Ontario, M6k 3e3 T:(416)532-1555 Website: Https://www.beanfield.com Prior To Awarding This Contract, Is Providing Other Potential Suppliers With The Opportunity To Demonstrate That They Are Capable Of Satisfying The Requirements As Per This Acan, By Submitting A Statement Of Capabilities During The Posting Period. If Other Potential Suppliers Submit A Statement Of Capabilities That Meet The University’s Requirements As Set Out In The Acan, The University May Proceed To A Competitive Procurement Process. If No Other Supplier Submits A Statement Of Capabilities On Or Before The Closing Date/time, A Contract May Be Awarded To The Above-noted Pre-selected Supplier.
Closing Soon3 Jul 2025
Tender AmountRefer Documents 

Correctional Service Of Canada - CSC Tender

Others
Canada
Details: 21301-26-5037419a Heavy Machinery Rental With Operator And Underground Infrastructure Repair Service This Requirement Is For: The Correctional Service Of Canada, Donnacona And Port-cartier Institutions. Trade Agreement: Canadian Free Trade Agreement (cfta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement. Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. This Need Affects Donnacona And Port-cartier Institutions. Csc May Issue One Or More Standing Offer, As A Result Of This Request For Standing Offer. Offerors May Place An Offer For One Or More Institutions, Depending On Their Ability To Serve The Region Where The Institutions Are Located. Offerors Bidding For More Than One Institution Must Provide A Sufficient Number Of Resources To Be Able To Meet All The Requirements For All The Institutions For Which They Are Bidding. Set-aside Under The Procurement Strategy For Indigenous Business: This Procurement Is Not Subject To Any Set-asides For Indigenous Suppliers. Comprehensive Land Claim Agreement: This Procurement Is Not Subject To A Comprehensive Land Claims Agreement. Security Requirements: This Standing Offer Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Canada Is Looking For A Contractor To Provide, As And When Needed, Underground Infrastructure Repairs And Heavy Machinery Rental Services With Operator For Donnacona And Port-cartier Institutions. Objectives: Provide Underground Infrastructure Repairs And Heavy Machinery Rental Services With Operator For Donnacona And Port-cartier Institutions. Deliverables: The Contactor Must Provide, As And When Needed, Underground Infrastructure Repairs And Heavy Machinery Rental Services With Operator For Donnacona And Port-cartier Institutions. This Include But Is Not Limited To Soil Excavation For Various Purposes, Demolition Of Existing Structures, Exploratory Digging For Identification Of Conduits Or Other Underground Installations, Leveling And Compaction Of Surfaces And Underground Infrastructure Repairs. For A Complete Description Of The Services Subject To This Standing Offer, Please Consult The Technical Requirements Of The Technical Specifications. Any Conditions For Participation Of Suppliers Not Specified In Solicitation Documentation: None. Estimated Quantity Of Commodity: See Solicitation Document Statement Of Work And Basis Of Payment. Duration Of Standing Offer And Time Frame For Delivery: Period Of The Standing Offer: The Work Is To Be Performed During The Period Of The Award Of The Standing Offer Until August 31, 2026, With The Option To Renew For Two (2) Additional One-year Periods. File Number: 21301-26-5037419a Contracting Authority: Kim Lavallée Telephone Number: 514-235-9156 E-mail: Kim.lavallee@csc-scc.gc.ca Note To Bidders: Bidders Can Obtain The Complete Statement Of Work And Evaluation Criteria By Downloading The Solicitation Document And Associated Documents From The Canada Buys / Tender Opportunities Website. The Crown Reserves The Right To Negotiate With Suppliers On Any Procurement. Documents May Be Submitted In Either Official Language Of Canada (english Or French). After Contract Award, Bidders May Request A Debriefing On The Results Of The Bid Solicitation Process. Bidders Should Make The Request To The Contracting Authority Within Fifteen (15) Working Days Of Receipt Of The Results Of The Bid Solicitation Process. The Debriefing May Be In Writing, By Telephone Or In Person. Procurement Assistance Canada (pac) Offers Seminars To Businesses Interested In Learning How To Sell Goods And Services To The Government Of Canada. The Seminars Are Free. Topics Include: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Date21 Jul 2025
Tender AmountRefer Documents 

Department Of National Defence DND Tender

Others
Canada
Details: Notice Of Proposed Procurement This Requirement Is Only Open To The Below List Of Pre-qualified Suppliers Under The Task And Solutions Professional Services (tsps). Task Based E60zt-18tsps/ Professional Services Requirement File Number: W8485-tsps2025-12 Tier 1 (< $3.75 M) This Requirement Is For The Department Of National Defence (dnd). This Requirement Is For The: - Stream 5: Technical, Engineering And Maintenance Services Stream - Category 5.16: Life Cycle Management Specialist For The Services Of: - One (1) Lcms - Intermediate Unspsc 81141600: Supply Chain Management Number Of Contracts: This Bid Solicitation Is Intended To Result In The Award Of One (1) Contract For Two (2) Years, Plus Four (4) Irrevocable Option Years Allowing Canada To Extend The Term Of The Contract. Request For Proposal (rfp) Documents Will Be E-mailed Directly, From The Dnd Point Of Contact (dnd Poc) To The Qualified Supply Arrangement Holders Who Are Being Invited To Bid On This Requirement. Bidders Are Advised That Rfp Documents Are Not Available On The Government Electronic Tendering System (https://canadabuys.canada.ca/en). Location Of Work To Be Performed: Region(s): National Capital Region Specific Locations: 455 Boulevard De La Carrière, Gatineau, Qc Security Requirement: Security Requirements Check List: Common Ps Srcl #41 Supplier Security Clearance Required: Fsc - Secret Security Level Required (document Safeguarding): None Estimated Level Of Effort: The Estimated Level Of Effort Of The Contract Will Be For 240 Days Per Year. Estimated Time Frame Of Contract – 01 August 2025 To 31 July 2027 Plus Four (4) Irrevocable Option Years. Enquiries: Enquiries Regarding This Rfp Requirement Must Be Submitted To The Dnd Poc Listed Below. File Number: W8485-tsps2025-12 Dnd Poc: Bing Han E-mail: Dapservicesbidreceiving-doaservicesreceptiondessoumissions@forces.gc.ca Description Of The Requirement: This Bid Solicitation Is Being Issued To Satisfy The Requirement Of The Department Of National Defence For The Provision Of Task And Solutions Professional Services. The Department Of National Defence (dnd) Requires The Services Of One (1) Intermediate Life Cycle Management Specialist To Support Director Aerospace Equipment Program Management (fighter And Trainers) (daepm(ft)). Documents May Be Submitted In Either Official Language Of Canada. The Tsps Method Of Supply Is A Result Of A Formal Competitive Process Which Was Established As A Result Of Extensive Consultations With Industry. The Method Of Supply Provides Suppliers With An On-going Opportunity To Become Prequalified For Participation In Future Bidding Opportunities. To Obtain More Information About How To Become A Pre-qualified Supplier For Tbips, Please Contact Public Works And Government Services Canada (pwgsc) At: Spts.tsps@tpsgc-pwgsc.gc.ca. For General Information On The Various Pwgsc Methods Of Supply, Or To Obtain Specific Information On A Pwgsc Professional Service Method Of Supply, Please Visit Pwgsc's Buy And Sell Website At: Https://buyandsell.gc.ca/for-businesses/selling-to-the-government-of-canada/register-as-a-supplier/register-to-provide-services. List Of Pre-qualified Suppliers This Requirement Is Open Only To Those Supply Arrangement Holders Under E60zt-18tsps Who Qualified Under Tier 1 For The Following Category: • 5.16: Life Cycle Management Specialist The Following Sa Holders Have Been Invited To Submit A Proposal. List Of Suppliers: Legal Name: 1. 7351933 Canada Inc 2. 9468269 Canada Corp. 3. Acf Associates Inc. 4. Adga Group Consultants Inc. 5. Adirondack Information Management Inc., The Aim Group Inc. In Joint Venture 6. Akkodis Canada Inc. 7. Altis Recruitment & Technology Inc. 8. Amyantek Inc 9. Appian Corporation 10. Arup Canada Inc. 11. Cae Inc. 12. Calian Ltd. 13. Deloitte Inc. 14. Fleetway Inc. 15. Ipss Inc. 16. Lengkeek Vessel Engineering Inc. 17. Macp Inc. 18. Maverin Business Services Inc. 19. Maxsys Staffing & Consulting Inc. 20. Monz Consulting Inc., Newfound Recruiting Corporation. In Jointventure 21. Newfound Recruiting Corporation 22. Norda Stelo Inc. 23. Olav Consulting Corp., Moshwa Aboriginal Information Technologycorporation, In Joint Venture 24. Onetriam Inc. 25. Pennant Canada Limited 26. Procom Consultants Group Ltd. 27. Prologic Systems Ltd. 28. Promaxis Systems Inc 29. Protak Consulting Group Inc., Soubliere Interiors Ltd., 2672486 Ontario Inc. Injoint Venture 30. Reticle Ventures Canada Incorporated 31. Softsim Technologies Inc. 32. T.e.s. Contract Services Inc. 33. T.i.7 Inc., The Source Staffing Solutions Inc., In Joint Venture 34. Talencity Inc. 35. Technomics, Incorporated 36. The Aim Group Inc. 37. The Attain Group Inc. /le Groupe Atteindre Inc. 38. Thomas&schmidt Inc. 39. Tiree Facility Solutions Inc. 40. V42 Management Consulting, Inc. 41. Valcom Consulting Group Inc.
Closing Date10 Jul 2025
Tender AmountRefer Documents 

Royal Canadian Mounted Police - RCMP Tender

Civil And Construction...+1Civil Works Others
Canada
Details: The Royal Canadian Mounted Police (rcmp) Training Academy In Saskatchewan Has A Requirement For Annual Maintenance, Cleaning And Repair Of Multiple Facilities And Structures With Masonry Exteriors. Services Are To Be Provided Annually And On An “as And When” Required Basis. The Contract Period Will Be For One Year From The Date Of Contract Award With An Irrevocable Two (2), One (1) Year Option Periods. Security: This Requirement Contains A Security Requirement. 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: Nwr_procurement_bids@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: Procurement Officer: Qyitayo Ziwa Royal Canadian Mounted Police Nwr – Procurement 5600-11th Ave, Regina, Sk. S4p 3j7 (639) 625-4151 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. 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
Closing Date30 Jul 2025
Tender AmountRefer Documents 

Department Of National Defence DND Tender

Others
Canada
Details: Notice Of Proposed Procurement File Number: W8486-260292/a Tier: 1 (< $3.75m) This Requirement Is For The Department Of National Defence (dnd) For The Services Of One (1) Senior Engineering Graduate Under Stream 5, Technical, Engineering And Maintenance Services Stream. The Intent Of This Solicitation Is To Establish One (1) Contract For A One-year Initial Period, With The Option To Extend The Term Of The Contract By Up To Five (5) One-year Irrevocable Option Periods Under The Same Conditions. This Solicitation Is Only Open To The Below List Of Pre-qualified Suppliers Under The Task And Solutions Professional Services (tsps) Supply Arrangement (sa) Number E60zt-18tsps. Time Frame Of Delivery: Asap Documents May Be Submitted In Either Official Language Of Canada. Rfp Documents Will Be E-mailed Directly From The Contracting Authority To The Qualified Supply Arrangement Holders Who Are Being Invited To Bid On This Requirement. Bidders Are Advised That The Rfp Documents Are Not Available On Canadabuys Tender Management Application (https://canadabuys.canada.ca). The Tsps Method Of Supply Is A Result Of A Formal Competitive Process Which Was Established As A Result Of Extensive Consultations With Industry. The Method Of Supply Provides Suppliers With An On-going Opportunity To Become Prequalified For Participation In Future Bidding Opportunities. To Obtain More Information About How To Become A Pre-qualified Supplier For Tsps, Please Contact Public Works And Government Services Canada (pwgsc). For General Information On The Various Pwgsc Methods Of Supply, Or To Obtain Specific Information On A Pwgsc Professional Service Method Of Supply, Please Visit Pwgsc's Canadabuys Tender Management Application Website At: Https://canadabuys.canada.ca/en/about-us/news-and-events/transition-canadabuystender-management-application#msg. List Of Pre-qualified Suppliers: This Requirement Is Open The Following Suppliers Who Qualified Under The Stated Consultant Stream, Security Level, Region And Tier: • 9421-5340 Québec Inc., 9193456 Canada Inc., In Joint Venture. • 9468269 Canada Corp. • Access Corporate Technologies Inc. • Acf Associates Inc. • Adga Group Consultants Inc. • Adirondack Information Management Inc., The Aim Group Inc. In Joint Venture • Aecom Canada Ulc • Akkodis Canada Inc. • Allswater Marine Consultants Limited • Altis Recruitment & Technology Inc. • Amyantek Inc • Arup Canada Inc. • Blue Water Sourcing Inc • C4i Training & Technology Inc. • Calian Ltd. • Chant Limited • Dare Human Resources Corporation • Deloitte Inc. • Dunn Engineering Inc • Factr Limited, Altis Recruitment & Technology Inc., In Joint Venture • Fleetway Inc. • Gastops Ltd. • Humansystems Incorporated • Ipss Inc. • Lengkeek Vessel Engineering Inc. • Louis Tanguay Informatique Inc. • Macp Inc. • Martec Limited • Maverin Business Services Inc. • Maxsys Staffing & Consulting Inc. • Michael Wager Consulting Inc. • Numerica Technologies Inc. • Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture • Orbis Risk Consulting Inc. • Pennant Canada Limited • Posterity Group Consulting Inc, • Primex Project Management Limited • Procom Consultants Group Ltd. • Prologic Systems Ltd. • Promaxis Systems Inc • Raymond Chabot Grant Thornton S.e.n.c.r.l. • Reticle Ventures Canada Incorporated • Salasan Consulting Inc. • Serco Canada Marine Corporation • T.e.s. Contract Services Inc. • T.i.7 Inc., The Source Staffing Solutions Inc., In Joint Venture • Technomics, Incorporated • The Aim Group Inc. • The Attain Group Inc. /le Groupe Atteindre Inc. • Thomas&schmidt Inc. • Tiree Facility Solutions Inc. • V42 Management Consulting, Inc. • Valcom Consulting Group Inc. • Wsp Canada Inc. Additional Information For Bidders For Services Requirements, Bidders Must Provide The Required Information As Detailed In Article 2.3 Of Part 2 Of The Bid Solicitation, In Order To Comply With Treasury Board Policies And Directives On Contracts Awarded To Former Public Servants. Security Requirement: There Are Security Requirements Associated With This Requirement: Supplier Security Clearance Required: Secret Security Level Required (document Safeguarding): None For Additional Information, Consult Part 6 – Security 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 Industrial Security Program (isp) Of Public Works And Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) Website. Location Of Work: Region: National Capital Region Specific Location: 101 Colonel By Drive, Ottawa, Ontario And/or 105 Rue De L'hôtel-de-ville, Gatineau, Québec. Bidders’ Inquiries Inquiries Regarding This Request For Proposal Requirement Must Be Submitted To The Contracting Authority: Name: Iain Fitzgerald Email: Iain.fitzgerald@forces.gc.ca The Crown Retains The Rights To Negotiate With Suppliers On Any Procurement.
Closing Soon7 Jul 2025
Tender AmountRefer Documents 

Toronto Police Service Tender

Automobiles and Auto Parts
Canada
Details: Request For Quotation (rfq) No. 1824663-25a Bids Are Invited For The Non-exclusive Provision Of 2026 Bmw Police Motorcycles, Specifically, Model No. R 1300 Rt-p For The Duration Of The Mentioned Term In Section 2.3 Of The Rfq, As Further Described In Appendix A – Scope Of Work, Specifications And Mandatory Requirements Form. Interested Vendors Will Provide Required Forms For Submission As Per Section 2.2. Submission Requirements Quotations Must Be Submitted Through The Merx Electronic Bid Submission (“ebs”) System (https://www.merx.com/). For Assistance In Using Merx, Please Contact Merx Directly At 1-800-964-merx Or Visit The Merx Website At Www.merx.com. Uploading Large Documents May Take Significant Time, Depending On File Size And Internet Connection Speed. It Is Strongly Recommended That Bidders Review The Merx Ebs Instructions Well In Advance Of The Submission Deadline And Allow Sufficient Time Before The Submission Deadline To Upload Documents And Finalize Their Submissions. Bidders Making Submissions Near The Deadline Do So At Their Own Risk. The Determination Of Whether The Bid Is Delivered By The Submission Deadline Shall Be Based On The Electronic Time And Date Stamp Generated By The Merx Ebs System Server, Whether Or Not Accurate. Vendors Are To Submit Their Quotation Through The Merx Ebs System Prior To 13:00:00 P.m. (toronto Local Time) On July 14, 2025. Objective Tps Seeks To Identify And Appoint A Vendor For The Provision Of 2026 Bmw Police Motorcycles, Specifically, Model No. R 1300 Rt-p. The Purpose Of This Rfq Is To Enter Into Agreement With A Suitable And Qualified Vendor With Specific Product Knowledge And Requisite Capacity For Desired Scope, Quality, Timeframe, And/or Cost-effectiveness. Mandatory Requirements Vendors To Refer To Section 2.2 Of The Rfq Addressing Required Forms For Submission. Term Of The Contract The Term Of The Contract For The Provision Of Goods And/or Services Shall Commence Upon Award, And Last For A Period Of One (1) Year. All Terms And Conditions Of The Contract Shall Remain The Same And Continue During The Extended Term. Piggyback (if Applicable) The Tpsb/tps May, Upon Request, Permit Other Public Bodies And The Police Cooperative Purchasing Group (pcpg) To Purchase Against Any Part Of The Contract Which May Result From This Rfq. Bidders Are Requested To Indicate On The Pricing Submission Form If They Will Extend The Pricing, Terms And Conditions Of This Proposal To Other Government Agencies Including Pcpg, If The Bidder Becomes The Successful Services Provider. If The Successful Bidder Agrees To This Provision, Participating Agencies May Enter Into A Contract With The Successful Bidder For The Purchase Of Services Described Herein Based On The Terms, Conditions, Prices, And Percentages Offered By The Bidder. Minor Changes In Terms And Conditions May Be Negotiated By Participating Agencies. Please Note: Copies Of The Bidders Submission May Need To Be Provided To The Interested Agency (in Confidence) In Order To Review Prior To Participating. Non-exclusivity The Creation Of This Rfq Shall Not Be A Guarantee Of Exclusivity. All In Accordance With The Requirements Stated In The Rfq Document To Be Downloaded.
Closing Date14 Jul 2025
Tender AmountRefer Documents 

Royal Canadian Mounted Police - RCMP Tender

Software and IT Solutions
Canada
Details: Notice Of Proposed Procurement (npp) For Task-based Informatics Professional Services (tbips) This Requirement Is For: Royal Canadian Mounted Police (rcmp). This Requirement Is Open Only To Indigenous Tbips Supply Arrangement Holders Under En578-170432 Who Qualified Under Tier 1, Under The Region / Metropolitan Area, Level Of Expertise And For The Following Category: P.1 Change Management Consultant, Level 3 The Requirement Is Intended To Result In The Award Of One (1) Contract. The Following Sa Holders Have Been Invited To Submit A Proposal: - Acosys Consulting Services Inc. - Acosys Consulting Services Inc. / Services Conseils Acosys Inc., Pricewaterhousecoopers Llp, In Joint Venture - Adirondack Information Management Inc. - Adirondack Information Management Inc., Amita Corporation, Artemp Personnel Services Inc., The Aim Group Inc., In Joint Venture - Adrm Technology Consulting Group Corp. - Adrm Technology Consulting Group Corp. And Randstad Interim Inc. - Advanced Chippewa Technologies Inc. - Alika Internet Technologies Inc. - Alivaktuk Consulting Inc. & Navpoint Consulting Group Inc., In Joint Venture - Allan Clarke & Associates Inc.; The Halifax Computer Consulting Group Inc., In Joint Venture - Donna Cona Inc. - Donna Cona Inc., Ibm Canada Limited, In Joint Venture - Ipss Inc. - Makwa Resourcing Inc. - Makwa Resourcing Inc., Tpg Technology Consulting Ltd., In Joint Venture - Malarsoft Technology Corporation - Maplestream Inc., Cofomo Inc., In Joint Venture - Maverin Business Services Inc. - Maverin Inc. - Mindwire Systems Ltd., Akkada Professional Services Inc., Hubspoke Inc., In Joint Venture - Monz Consulting Inc., Newfound Recruiting Corporation, In Joint Venture - Nattiq Inc. - Nisha Technologies Inc. - Olav Consulting Corp., Moshwa Aboriginal Information Technology Corporation, In Joint Venture - Onaki Création S.e.n.c., Ibiska Telecom Inc., In Joint Venture - Professional Quality Assurance Ltd. - Prologic Systems Ltd. - Prologic Systems Ltd. And Maplesoft Consulting Inc., In Joint Venture - Skyfly Solutions Inc., Ifathom Corp., Epi-use Now Inc., In Joint Venture - Steel River Group Ltd., Tundra Technical Solutions Inc., In Joint Venture - Symbiotic Group Inc. - Symbiotic Group Inc., Akkodis Canada Inc., In Joint Venture - Tato Recruiting Inc., S.i. Systems Ulc, In Joint Venture - Turtle Technologies Inc. Description Of The Requirement: The Royal Canadian Mounted Police (rcmp) Is Canada’s National Police Service And An Agency Of The Ministry Of Public Safety Canada. As Such, The Rcmp Is Mandated To Enforce Laws, Prevent Crime, Maintain Peace, Order And Security. The Rcmp’s Digital Program Is Responsible For The Development Of Information Technology (it) Related Business Solutions. The Digital Program Is Also The Policy Centre For Information Management And Responsible For Managing The Information Required To Carry Out The Rcmp Mandate. The Digital Program Has Broad And Significant Support Responsibilities That Enable Rcmp Operations And Contributes To The Achievement Of The Organization's Strategic Priorities. One Of The Key Priorities Of The Digital Program Is The Digital Policing Strategy. The World Around Us Is Changing - Rapid Advances In Technology Have Led To Significant Changes In Criminal Behaviour And New Crime Types. These Changes Require A New, Modern Approach To Policing. This Is Why The Digital Policing Strategy Was Created: To Help Guiding The Rcmp's Future As A Modern, Agile Organization. Three Current Major Digital Program Business Transformation Projects Are: The National Cybercrime Solution (ncs) To Support The Rcmp National Cybercrime Coordination Unit (nc3); The Canadian Criminal Intelligence System (ccis); And The Exchange Online Migration Project (exo). These Are All Modernization Initiatives That Ensure Canadian Police Services, Federal Agencies And International Law Enforcement Agencies Can Meet Their Mandates For Public Security, National Security, And Reduce The Threat, Victimization, And Impact Of Cybercrime On Canadians. The Objective Of This Requirement Is To Have Organizational Change Management Consultants Support These Enterprise It Projects (ncs, Ccis, Exo) And Ensure That Technological Initiatives Align Seamlessly With Organizational Goals. The Organizational Change Managers Will Perform Tasks, Such As: Developing A Change Management And Communications Strategy; Analyzing, Developing And Documenting The Project’s Current, Transition And Target States From Both A Technology And Business Perspective; Leading Other Functional Staff To Define Business Strategy And Processes In Support Of Transformation And Change Management Activities; Participating In Change Impact Analysis; Coordinating Development Of Training And Coordination With Stakeholders; Creating Presentations And Producing Status Reports. 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: Customized Rcmp Srcl 104551 Applies Minimum Corporate Security Required: Enhanced Reliability Status (ers) Minimum Resource Security Required: Enhanced Reliability Status (ers) Document Safeguarding Security Level Required: Protected B Special Comments: This Procurement Is Set Aside Under The Federal Government Procurement Strategy For Indigenous Business (psib). For More Information On Indigenous Business Requirements Of The Set-aside Program For Indigenous Business, Refer To Annex 9.4 Of The Supply Manual. Region Of Opportunity: National Capital Region (ncr) - The Ncr Is Defined As The Ottawa-gatineau Area And Its Adjacent / Surrounding Suburban And Exurban Communities. Region Of Delivery: National Capital Region (ncr) - The Ncr Is Defined As The Ottawa-gatineau Area And Its Adjacent / Surrounding Suburban And Exurban Communities. Basis Of Selection: Highest Combined Rating Of Technical Merit (70%) And Price (30%). The Selection Will Be Based On The Highest Responsive Combined Rating Of Technical Merit And Price. The Ratio Will Be 70% For The Technical Merit And 30% For The Price. Trade Agreements: N/a: This Procurement Is Set Aside From International Trade Agreements Under The Provision Each Has For Measures With Respect To Indigenous Peoples. Further To Article 800 Of The Canadian Free Trade Agreement (cfta), Cfta Does Not Apply To This Procurement. Proposed Period Of Contract: The Proposed Period Of Contract Shall Be For One Year From The Date Of Contract, With An Irrevocable Option To Extend It For Up To One Additional One-year Period. The Anticipated Contract Start Date Is August 25, 2025. Estimated Level Of Effort: The Estimated Level Of Effort Of The Contract Will Be For A Grand Total Of 480 Days. Contracting Authority Information: File Number: 202503249/a Contracting Authority Name: Stefano Fotia E-mail: Stefano.fotia@rcmp-grc.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: Task-based Informatics Professional Services (tbips) Method Of Supply Is Refreshed On A Quarterly Basis. If You Wish To Find Out How You Can Be A “qualified Sa Holder”, Please Contact Parcnmdai.apncrimos@tpsgc-pwgsc.gc.ca
Closing Soon3 Jul 2025
Tender AmountRefer Documents 

Texas Comptroller Of Public Accounts - TCPA Tender

Others
United States
Details: Therailroad Commission Of Texas (rrc),rrc Is Soliciting Proposals To Provide Live Audio-video Broadcasting (webcast)for The Commissioners’ Conference Open Meetings Held By The Agency Or On-demandfrom A Hosted Website Solely Dedicated To Open Meetings Of Rrc.
Closing Date24 Jul 2025
Tender AmountNA 
71-80 of 2205 active Tenders