OpenServices & Goods

Access Control and Intrusion Detection Services

Services de contrôle d’accès et de détection d’intrusion

Description

The Canada Revenue Agency (CRA) intends to enter into a contract with a single contractor for the provision of parts and labour (technical support, programming, installation, service and maintenance) on an “as and when requested” basis for its Integrated Security System (ISS) to CRA locations across Canada. The CRA also requires conversion of the remaining locations currently using a combination of the Digital Security Controls (DSC) Intrusion Detection Systems and Kantech Access Control, to complete a single Kantech Intrusion/Access Control-based system. The period of the resulting contract will be for three firm years. The contract will include four irrevocable one-year options to extend the period of the contract. An option to purchase additional quantities will also be included, as well as an option to add or remove products and sites. A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. Proposal documents and supporting information must be submitted in either English or French. Questions must be directed in writing to the contracting authority via email: Timothy.Berg@cra-arc.gc.ca Bids must be submitted by using the Connect service provided by the Canada Post Corporation. When responding, the proposal MUST be delivered to: Canada Revenue Agency Bid Receiving Unit BRUg@cra-arc.gc.ca Bids will not be accepted if emailed directly to this email address. This email address must be used to request that CRA open a Connect conversation, as detailed in Standard Instructions 2003. Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA. The CRA reserves the right to negotiate with suppliers on any procurement. There are security requirements associated with this requirement. For additional information, consult the bid solicitation document. The Federal Contractors Program (FCP) for employment equity applies to this procurement. This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner. For additional information, consult the bid solicitation document. The CRA will include a minimum spend commitment of $250,000 (all applicable taxes included) Canadian over the entire period of the resulting contract, which includes any exercised option periods, including any extension period thereof.

Tender Details

Reference Number
cb-661-74441010
Solicitation Number
1000536720A
Publication Date
Mar 27, 2026
Closing Date
Apr 28, 2026
Procurement Method
Competitive - Open bidding
Selection Criteria
Highest Combined Rating of Technical Merit and Price
Notice Type
Request for Proposal

Classification

UNSPSC Code
43222500; 46151600; 46170000; 46171600; 46171604; 46171608; 46171610; 46171619; 46171621; 46171622; 71123000; 72151700; 92121700
UNSPSC Description
Network security equipment; Security and control equipment; Security surveillance and detection; Surveillance and detection equipment; Alarm systems; Motion detectors; Security cameras; Security or access control systems; Surveillance video or audio recorders; Closed circuit television CCTV system; Integrated services; Safety and security system installation services; Security systems services

Trade Agreements

Canada-Colombia Free Trade Agreement; Canada-Chile Free Trade Agreement (CCFTA); Canada-Panama Free Trade Agreement; Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); Canadian Free Trade Agreement (CFTA); Canada-Korea Free Trade Agreement (CKFTA); World Trade Organization Agreement on Government Procurement (WTO GPA); Canada-Peru Free Trade Agreement (CPFTA); Canada-Ukraine Free Trade Agreement (CUFTA); North American Free Trade Agreement (NAFTA); Canada-Honduras Free Trade Agreement; Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

Contracting Entity

Canada Revenue Agency (CRA)

555 Mackenzie Ave. 2nd Floor, Connaught Building

Ottawa, Ontario

Contact

Timothy Berg

timothy.berg@cra-arc.gc.ca

(343) 294-7324

Regions of Delivery

Newfoundland and Labrador; Saskatchewan; British Columbia; National Capital Region (NCR); Prince Edward Island; Quebec (except NCR); Ontario (except NCR); Alberta; Manitoba; New Brunswick; Nova Scotia; Canada