Public data workspaceRead-only tender record
Public tender

Advance Notice for Northern Canada Facilities Maintenance and Support Services

Advance Procurement NoticeFacilities Maintenance and Support ServicesNorthern Canada (with Security Requirements)Purpose of this Advance Procurement NoticeThis is not a bid solicitation nor a request for proposals.This is an advance notice for potential contracts with anticipated security requirements to provide intere…

Source ID: CA-NOTICE-MX-443898971274-000

Scope overview

Advance Procurement NoticeFacilities Maintenance and Support ServicesNorthern Canada (with Security Requirements)Purpose of this Advance Procurement NoticeThis is not a bid solicitation nor a request for proposals.This is an advance notice for potential contracts with anticipated security requirements to provide interested contractors an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s) .

Note that there is no guarantee that these solicitation(s) will proceed or that any security clearance(s) will be granted under the sponsorship process in a timely fashion or otherwise.Description of the Project and ServicesThe Department of National Defence requires Facilities Maintenance and Support Services for approximately 100 existing buildings and associated utility infrastructure with an approximate total gross floor area of 60,000 m2.

In addition to the buildings there are utility services, parking lots, sidewalks, roads and landscaped areas that form part of the site included under the provisions of the project(s).The site locations are as follows:Manitoba ChurchillNorthwest Territories Inuvik, YellowknifeNunavut Eureka, Resolute Bay, Gascoyne Inlet, Nanisivik Naval Facility, Rankin Inlet, Iqaluit,Yukon WhitehorseThe services provided by the Contractor may vary based on Sites: All the services listed will have Scheduled and/or “On-Demand" requirements.

Hard Services Building Envelope Maintenance Heating, Ventilation, Air Conditioning & Refrigeration Systems Door Systems Electrical Systems Elevator and Lifting Systems Plumbing Systems Fire Detection and Suppression Systems Generators Life Safety Systems Security and Access Control Systems Kitchen Appliances and Equipment Soft Services Integrated Pest Management Services Landscaping and Grounds Maintenance Services Janitorial Services Hazardous Waste Management Services Environmental Services Snow and Ice Control Services Solid Waste Management Utility Billing Support Services Facilities Support Services Service Management & Coordination Maintenance Program Management Emergency Readiness and Response Asset Investment Advice Help Desk ServicesThe Contractor(s) will also be required to undertake work that is outside the scope of the scheduled and demand services.

This work will be priced, managed and implemented using an Additional Work Request (AWR) processThe estimated value of this work is approximately $204M over a potential eleven (11) years. This/these solicitations will be initiated in Summer 2026 with Service Commencement in 2028.

This is conditional on the Project(s) receiving approval to proceed by the Department of National Defence (DND).The Government of Canada is committed to advancing reconciliation and fostering meaningful engagement with Indigenous Peoples.

In alignment with these commitments, the Department of National Defence (DND) seeks to create opportunities for Indigenous businesses and communities through (sub)contracting, employment, and training initiatives associated with the proposed program of work.It is anticipated that Indigenous communities will benefit from potential subcontracting, employment, and training opportunities arising from this program of work.Contract Award and Anticipated Security RequirementsTo 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 Facility Security Clearance (FSC) at the level of Secret.Industrial Security Program Sponsorship Defence Construction Canada (DCC) is providing contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP).

Accordingly, contractors that intend to submit a proposal on one or more of these projects 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, contractors are asked to quote the following information, among other things: Advance Procurement Notice (APN) number (Project number on the MERX notice); Contract number: 84735 ; and Level of clearance requested to be sponsored for.Sponsorship ProcessUpon receipt, DCC will review the sponsorship request application and will communicate directly with the contractors to provide assistance for the completion of the sponsorship request packages.Once DCC has determined, at its entire discretion, that a contractor: has started the sponsorship process prior to the solicitation(s) (Contract number(s) 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 proposalDCC 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.QuestionsAny questions pertaining to the sponsoring process through the ISP can be addressed to:Telephone Number: (613) 998-8974; orEmail address: ISP.Sponsorship@dcc-cdc.gc.caAny questions relating to this Advance Procurement Notice can be addressed to:Eric NdayambazaCoordinator, Contract ServicesDefence Construction Canada343 -576-9347Eric.Ndayambaza@dcc-cdc.gc.caDisclaimerDCC 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 securityclearance 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.

Notice type: None Procurement method: Competitive - Open bidding Selection criteria: None Trade agreements: *Canada-European Union Comprehensive Economic and Trade Agreement (CETA)*World Trade Organization Agreement on Government Procurement (WTO GPA)*Canadian Free Trade Agreement (CFTA) Contact: Eric Ndayambaza (eric.ndayambaza@dcc-cdc.gc.ca) 1-343-576-9347

Statusopen
CategoryNon-Consulting Services
CountryCanada
Publish dateFeb 27, 2026
Submission deadlineMay 1, 2026
Estimated value
Notice typetender_notice
Sourceca-canadabuys-notices
BuyerDefence Construction Canada - National Capital Region
Buyer websitehttps://canadabuys.canada.ca/
CityOttawa

Buyer & contacts

Public read-only access
Contact fields are visible publicly. Use the workspace for exports, buyer tracking, and alerts.
Open workspace
Emaileric.ndayambaza@dcc-cdc.gc.ca
OrganizationDefence Construction Canada - National Capital Region

Tags & Signals

facilities maintenancenorthern Canadadefence infrastructuresecurity clearancebuilding systemsgrounds maintenancesupport servicesadvance procurement
Unlock actions

Keep reading for free. Pay only when you need workspace actions.

This record stays public. Upgrade only when you want alerts, exports, OCR packs, and autopilot workflows inside the private workspace.

Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.