Blood Alcohol Collection Kits
The Royal Canadian Mounted Police (RCMP) has a requirement to establish a National Standing Offer for the provision Blood Alcohol Collection kits for delivery across Canada, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs). The period of the Standing Offer will be from April 1, 2026 for three (3) years with three (3) 1-year options. The intent is to issue one Standing Offer as a result of this solicitation. This procurement is subject to the The Ta'an Kwach'an Council Final Agreement and Kwanlin Dun First Nation Final Agreement. Basis of selection: An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer. GSIN: N6665C – Hazard-Detecting Instruments and Apparatus 41113000 - Chemical evaluation instruments and supplies Tenders must be submitted to the RCMP Bid Receiving Unit at: Melissa.Garlough@rcmp-gr.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: Melissa Garlough Senior Procurement Officer Royal Canadian Mounted Police, Procurement and Contracting Branch 73 Leikin Drive, Ottawa, Ontario Melissa.Garlough@rcmp-grc.gc.ca 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. The RCMP has adopted the Ineligibility and Suspension Policy administered by Public Services and Procurement Canada. As a result, the supplier integrity and compliance provisions are being applied in RCMP contracting activities as outlined in this solicitation. Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. 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. Green Procurement - Environmentally Preferable Packaging: The Royal Canadian Mounted Police (RCMP) is committed to supporting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste, and is taking concrete steps to better manage the use and disposal of plastics in its own operations as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Environmentally preferable packaging specifications are mandatory requirements in this procurement. Notice type: Request for Standing Offer Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Korea Free Trade Agreement (CKFTA) *Canada-Ukraine Free Trade Agreement (CUFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Panama Free Trade Agreement *Canada-Honduras Free Trade Agreement *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *World Trade Organization Agreement on Government Procurement (WTO GPA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Chile Free Trade Agreement (CCFTA) *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Indigenous Lands Contact: Melissa Garlough (Melissa.garlough@rcmp-grc.gc.ca) (343) 596-7388
Source ID: CA-NOTICE-cb-981-22811944-000
Scope overview
The Royal Canadian Mounted Police (RCMP) has a requirement to establish a National Standing Offer for the provision Blood Alcohol Collection kits for delivery across Canada, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs). The period of the Standing Offer will be from April 1, 2026 for three (3) years with three (3) 1-year options. The intent is to issue one Standing Offer as a result of this solicitation. This procurement is subject to the The Ta'an Kwach'an Council Final Agreement and Kwanlin Dun First Nation Final Agreement. Basis of selection: An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer. GSIN: N6665C – Hazard-Detecting Instruments and Apparatus 41113000 - Chemical evaluation instruments and supplies Tenders must be submitted to the RCMP Bid Receiving Unit at: Melissa.Garlough@rcmp-gr.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: Melissa Garlough Senior Procurement Officer Royal Canadian Mounted Police, Procurement and Contracting Branch 73 Leikin Drive, Ottawa, Ontario Melissa.Garlough@rcmp-grc.gc.ca 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. The RCMP has adopted the Ineligibility and Suspension Policy administered by Public Services and Procurement Canada. As a result, the supplier integrity and compliance provisions are being applied in RCMP contracting activities as outlined in this solicitation. Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. 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. Green Procurement - Environmentally Preferable Packaging: The Royal Canadian Mounted Police (RCMP) is committed to supporting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste, and is taking concrete steps to better manage the use and disposal of plastics in its own operations as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Environmentally preferable packaging specifications are mandatory requirements in this procurement. Notice type: Request for Standing Offer Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Korea Free Trade Agreement (CKFTA) *Canada-Ukraine Free Trade Agreement (CUFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Panama Free Trade Agreement *Canada-Honduras Free Trade Agreement *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *World Trade Organization Agreement on Government Procurement (WTO GPA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Chile Free Trade Agreement (CCFTA) *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Indigenous Lands Contact: Melissa Garlough (Melissa.garlough@rcmp-grc.gc.ca) (343) 596-7388
Full description
The Royal Canadian Mounted Police (RCMP) has a requirement to establish a National Standing Offer for the provision Blood Alcohol Collection kits for delivery across Canada, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs). The period of the Standing Offer will be from April 1, 2026 for three (3) years with three (3) 1-year options. The intent is to issue one Standing Offer as a result of this solicitation. This procurement is subject to the The Ta'an Kwach'an Council Final Agreement and Kwanlin Dun First Nation Final Agreement. Basis of selection: An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer. GSIN: N6665C – Hazard-Detecting Instruments and Apparatus 41113000 - Chemical evaluation instruments and supplies Tenders must be submitted to the RCMP Bid Receiving Unit at: Melissa.Garlough@rcmp-gr.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: Melissa Garlough Senior Procurement Officer Royal Canadian Mounted Police, Procurement and Contracting Branch 73 Leikin Drive, Ottawa, Ontario Melissa.Garlough@rcmp-grc.gc.ca 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. The RCMP has adopted the Ineligibility and Suspension Policy administered by Public Services and Procurement Canada. As a result, the supplier integrity and compliance provisions are being applied in RCMP contracting activities as outlined in this solicitation. Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. 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. Green Procurement - Environmentally Preferable Packaging: The Royal Canadian Mounted Police (RCMP) is committed to supporting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste, and is taking concrete steps to better manage the use and disposal of plastics in its own operations as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Environmentally preferable packaging specifications are mandatory requirements in this procurement. Notice type: Request for Standing Offer Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Korea Free Trade Agreement (CKFTA) *Canada-Ukraine Free Trade Agreement (CUFTA) *Canada-UK Trade Continuity Agreement (Canada-UK TCA) *Canada-Panama Free Trade Agreement *Canada-Honduras Free Trade Agreement *Canada-European Union Comprehensive Economic and Trade Agreement (CETA) *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *World Trade Organization Agreement on Government Procurement (WTO GPA) *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Canada-Chile Free Trade Agreement (CCFTA) *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Indigenous Lands Contact: Melissa Garlough (Melissa.garlough@rcmp-grc.gc.ca) (343) 596-7388
Buyer & contacts
Documents
Similar tenders
R&S RTO64 Oscilloscope
As a requirement of the Supply Arrangement (SA) this notice is published on CanadaBuys for a period of 15 calendar days. Only pre-qualified Suppliers have been invited to bid. Suppliers that do not already hold a Supply
CIRCUIT CARD ASSEMBLY
NOTICE OF PROPOSED PROCUREMENT The Department of National Defence has a requirement for the items detailed below. The delivery is requested at CFB Halifax and CFB Esquimalt. Line Item: 001 CIRCUIT CARD ASSEMBLY Part Numb
Rohde and Schwarz EMI Test Receiver
As a requirement of the Supply Arrangement (SA) this notice is published on CanadaBuys for a period of 15 calendar days. Only pre-qualified Suppliers have been invited to bid. Suppliers that do not already hold a Supply
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline 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.