OpenServices

ANNUAL FUEL STORAGE TANK INSPECTION SERVICES – V DIVISION (NUNAVUT)

SERVICES D’INSPECTION ANNUELLE DES RÉSERVOIRS DE STOCKAGE DE CARBURANT - DIVISION V (NUNAVUT)

Description

Description: The Royal Canadian Mounted Police in Chesterfield Inlet and Iqaluit, Nunavut Territories, has a requirement for the Supply and Delivery of Annual Fuel Storage Tank Precision Leak Testing Services at the RCMP Iqaluit Headquarters Building and RCMP Hangar at the Iqaluit airport, and at the RCMP Chesterfield Inlet Detachment. This procurement is subject to the Nunavut Land Claims Agreement and the Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area. Bidders are requested to maximize Inuit employment, subcontracting and on-the-job training opportunities, and involve Inuit businesses, in carrying out the work under this project. The Nunavut Agreement contains a provision requiring the inclusion of socio-economic bid criteria in the solicitation document, when practicable and consistent with sound procurement management principles. These socio-economic bid criteria are referred to as Nunavut Benefits Criteria (NBC) and Inuit Benefits Criteria (IBC), and bidders propose Inuit benefits in their bid submission via an Inuit Benefits Plan (IBP). This solicitation is limited for bidding among firms registered on the Inuit Firm Registry (IFR). Bids submitted by businesses not on the IFR will render the bid non-responsive and no further consideration will be accorded to the bid. Policy on Reciprocal Procurement This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. Delivery Date: The contract period will be for 24 months from the date of contract with an irrevocable option to extend it for up to two additional 12-month periods. Security: This requirement contains a security requirement. Basis of selection: A bid must comply with all the requirements of the bid solicitation and be registered on the Inuit Firm Registry (IFR). Bids not meeting the requirements will be declared non-responsive. The selection will be based on the highest responsive combined rating of total Inuit Benefits Plan (IBP) merit, and price. The ratio will be 35% for the total IBP merit, and 65% for price. 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. 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.

Tender Details

Reference Number
cb-977-46867662
Solicitation Number
M5000-22-02209/C
Publication Date
Feb 4, 2026
Closing Date
Mar 2, 2026
Procurement Method
Competitive - Open bidding
Selection Criteria
Highest Combined Rating of Technical Merit and Price
Notice Type
Request for Proposal

Classification

UNSPSC Code
81141804
UNSPSC Description
Equipment inspection service

Trade Agreements

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

Contracting Entity

Royal Canadian Mounted Police (RCMP)

11140 109 Street

Edmonton, Alberta

Contact

Shawn Balaski

shawn.m.balaski@rcmp-grc.gc.ca

587545-2358

Regions of Delivery

Chesterfield Inlet; Iqaluit