Advance Notice for Combatant Training Centre Design and Construction at CFB Esquimalt
This is one of more than 100,000 active tenders available on IndexBox Tenders. Get full access to detailed descriptions, workspace tools, AI recommendations, and expert support to help you work with this opportunity and thousands more.
Source ID: CA-NOTICE-MX-443846929813-000
Scope overview
Advance Procurement NoticeRIVER CLASS DESTRYOYER (RCD) - COMBATANT TRAINING AND INTEGRATION CENTRE – PACIFIC (CTIC(P)CFB ESQUIMALT, BRITISH COLUMBIA(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 a potential contract with anticipated security requirements to provide interested consultants/contractors an opportunity to begin the sponsorship process for obtaining (if required) the anticipated security clearance(s).
Note that there is no guarantee that this solicitation 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 ServicesModified Design Build (MDB) for the design and construction of a new purpose-built Combatant Training and Integration Centre (CTIC).The Royal Canadian Navy (RCN) is in the midst of a fleet and capability revitalization.
The new backbone of the fleet will be the River Class Destroyer (RCD).
The future fleet requires sustainable, scalable, and flexible training and operational support infrastructure that can deliver support to balanced RCD capacity and capabilities.The RCN requires a digitally enabled Combatant Training and Integration Centre (CTIC) in Esquimalt that will aggregate operational support and secure training in a single facility, designed for fast technology cycles, agile capability development, and multi-system integration.
Expand full description
The ability to conduct all aspects of secure training development, delivery, operational support in a virtual environment is a critical component of Combatant Training and Integration Centre Pacific (CTIC-P). The Digital Framework requirements are a significant consideration in the design of RCD infrastructure.
All spaces need to be designed with a focus on networking and connectivity.The facility will be designed to maximize its re-configurable nature and prioritize collaboration and laboratory workspaces which will be the basis for the future work environment in a digital age.
CTIC-P is envisaged to comprise of four functional areas: a Secure Training Facility, a Maritime Warfare Centre, a Data management Centre and a Network Operations Centre. CTIC-P facility will be the primary operational support infrastructure for the West Coast.The Rough order of magnitude value of this contract (including design and construction) is estimated to be between $180M - $210M.
It is anticipated that this solicitation will be initiated in April 2026. This is conditional on the contract receiving approval to proceed by the Department of National Defence (DND).The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples.
Hence, the Department of National Defence (DND) is committed to supporting Indigenous Businesses and Peoples in the form of meaningful sub-contracting to support the Combatant Training and Integration Centre (CTIC).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 Modified Design-Build (MDB) contract.The Indigenous communities may anticipate that there may be opportunities for the provision of subcontracts associated with the construction of the CTIC-P.Contract Award and Anticipated Security RequirementsTo be eligible for contract award, a proponent or bidder 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).Industrial Security Program Sponsorship Defence Construction Canada (DCC) is providing consultants or contractors early access to the security clearance application process through sponsorship under its Industrial Security Program (ISP).
Accordingly, consultants or contractors that intend to submit a proposal or a bid 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 bidders or 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 81933-MDB; 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 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(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 proposal or a bidDCC 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 or bidder regarding any further steps or actions to be undertaken or the status of the sponsorship request package processing.
At such time, the proponent or bidder 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:Danielle FlynnCoordinator, Contract ServicesDefence Construction Canada778-789-3070Danielle.flynn@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 security clearance granting process.
By applying to either of the aforementioned processes, the proponent or bidder 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 bidder or 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: *World Trade Organization Agreement on Government Procurement (WTO GPA)*Canada-European Union Comprehensive Economic and Trade Agreement (CETA)*Canadian Free Trade Agreement (CFTA)*Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Contact: Danielle Flynn (danielle.flynn@dcc-cdc.gc.ca) 778-789-3070
Buyer & contacts
Tags & Signals
Similar tenders
Defence Construction Canada Opens Source List for Military Infrastructure Projects
Defence Construction Canada is establishing an Open Construction Source List for contractors and suppliers to undertake commercial, residential, industrial, institutional, and civil work at Department of National Defence sites in New Brunswick and Prince Edward Island. The list will be valid for three fiscal years from April 2026 to March 2029, and all interested parties, including previous list holders, must apply through the official posting. Applicants are encouraged to submit their requests as soon as possible, with a preference for submissions by early March 2026.
Three-Year Framework Contract for SCBA Maintenance Services
This tender seeks a framework contract for the maintenance of Self-Contained Breathing Apparatus (SCBA) equipment over a three-year period. Services will be provided on an as-needed basis to ensure operational readiness. The contract establishes a long-term service arrangement for essential safety equipment maintenance.
Repair and Installation of Spare Parts for Chevrolet Impala Vehicle
This tender involves the repair, securing, and installation of spare parts for a 2018 Chevrolet Impala vehicle with license plate 8502, which was damaged in a traffic accident. The procurement covers necessary automotive components and repair services to restore the vehicle to operational condition. The work includes both mechanical repairs and installation of replacement parts.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot workflows. Zero obligation.
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.