National Security Guard Services
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-cb-859-60308932-000
Estimated value
As published by the source; may be updated by the buyer.
Scope overview
The Canada Revenue Agency (CRA) intends to enter into a contract with a single contractor for a requirement to supply security guard and related services at CRA offices across Canada on an “as and when requested” basis in the following resource areas: • unranked post guards and supervisors • Security Monitoring Centre (SMC) guards • escort guards • alarm response guards • preventive patrol guards • lock/unlock services The period of the resulting contract will be two years from the date of contract award and includes irrevocable options to extend the period by five additional one year periods each under the same conditions. A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bids meeting all mandatory evaluation will be further evaluated and scored in accordance with the point-rated criteria. Financial proposals submitted will be evaluated to determine the total bid price. The responsive bid with the highest combined rating of technical merit and price will proceed with the conditions precedent to contract award. The Bidder with the highest ranked responsive bid and meeting all the requirements will be recommended for award of a contract. Proposal documents and supporting information must be submitted in either English or French. Bids must be submitted by using the Connect service provided by the Canada Post Corporation, by the time and date indicated on page 1. 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. Bidders are hereby advised that the Bid Receiving Unit of CRA is available Monday to Friday inclusive, between the hours of 0830 and 1500 EDT excluding those days that the federal government observes as a holiday. 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. This solicitation is open only to Canadian suppliers. For additional information, consult the bid solicitation document. The Federal Contractors Program (FCP) for employment equity applies to this procurement. The following procurement is applicable to the Canadian Free Trade Agreement (CFTA). Further to the following references, these trade agreements do not apply to this service: 1. Canada-Chile Free Trade Agreement (CCFTA) Annex Kbis-01.1- 4; Section B-Excluded Coverage 2. Canada-Colombia Free Trade Agreement (CCoFTA) Annex 1401-4 Services; Section B - Excluded Coverage 3. Canada-Honduras Free Trade Agreement (CHFTA) Annex 17.4 Services; Section B - Excluded Coverage 4. Canada-Korea Free Trade Agreement (CKFTA) Annex 14-C – Services 5. Canada-Panama Free Trade Agreement (CPaFTA) Annex 5: Services; Section B – Excluded Coverage by Major Service Category 6. Canada-Peru Free Trade Agreement (CPFTA) Annex 1401.1-4; Section B - Excluded Coverage 7. Canada-Ukraine Free Trade Agreement (CUFTA) Annex 11-A.4: Services 8. Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Annex 15-A: Section E – Services 9. World Trade Organization – Agreement on Government Procurement (WTO-AGP) Annex 5-Services Notes 3a 10. Comprehensive Economic and Trade Agreement (CETA) Annex 19-5 Services 11. Canada-United Kingdom Trade Continuity Agreement (CUKTCA) Questions must be directed in writing to the contracting authority via email: Stephanie.Riley@cra-arc.gc.ca to ensure the integrity of this process. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Highest Combined Rating of Technical Merit and Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Manitoba *New Brunswick *National Capital Region (NCR) *Canada *Ontario (except NCR) *Saskatchewan *Newfoundland and Labrador *Alberta *Quebec (except NCR) *Nova Scotia *Prince Edward Island *British Columbia Contact: Stephanie Riley (Stephanie.Riley@cra-arc.gc.ca) (343) 553-0646
Buyer & contacts
Documents
Similar tenders
Community: Whitehorse, Carmacks Traditional Territory: Kwanlin D?n First Nation, Ta?an Kwach?an First Nation, Little Salmon Carmacks First Nation Supply, deliver and assemble specialized furniture to schools in various schools in Yukon. The assembly of furniture is required for items in one Whitehorse school only.
Community: Whitehorse, Carmacks Traditional Territory: Kwanlin D?n First Nation, Ta?an Kwach?an First Nation, Little Salmon Carmacks First Nation Supply, deliver and assemble specialized furniture to schools in various s
Chorus Licenses
Provision of Chorus Analyse and Investigate licences with Cloud Hosting
Time Charter Lease for Transportation and Logistics Support in Support of United States Coast Guard (USCG)
Task Order 1 to be issued concurrently with Homeland Security Cutter (HSC)-Ocean IDIQ RFP No. 70Z02326R The objective of this task order is to procure transportation and logistics support services to enhance United State
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.