Pingo Day Use Parking Shoreline Protection, Pingo Canadian Landmark
5P468-25-0222/A Pingo Day Use Parking Shoreline Protection, Pingo Canadian Landmark BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL. PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT. BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED. The only acceptable email address for responses to bid solicitations is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted. The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808. The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size. The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2). Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments. REQUIREMENT Parks Canada requires a contractor to repair and reinforce approximately 52-meter-long and 7-meter-wide section of the waterfront that has been damaged due to tide and wave action. The remediation plan includes the rebuilding and regrading of the damaged slope with fill material, and the addition of a layer of riprap for protection. Supply and transport approximately 600 m3 of Class B & C rock and stockpile the stone offsite in Tuktoyaktuk prior to start of project. Prepare ground, place geotextile and rip rap armour stone prior to the summer tourist season. PERIOD OF CONTRACT / DELIVERY DATE Contractor must perform and complete the Work no later than July 31, 2026. COMPREHENSIVE LAND CLAIMS AGREEMENT This procurement is subject to the following comprehensive Land Claims Agreement(s): • Inuvialuit Final Agreement CONDITIONAL SET-ASIDE UNDER THE PROCUREMENT STRATEGY FOR INDIGENOUS BUSINESS This procurement is conditionally set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). Conditional set aside under Procurement Strategy for Indigenous Business (PSIB) is applied if two or more bids have been received by Indigenous businesses who are certified under the Procurement Strategy for Indigenous Business (PSIB) criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://services.sac-isc.gc.ca/REA-IBD?lang=eng). If your Indigenous business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Indigenous businesses are compliant with the terms of the bid solicitation, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business see Annex 9.4 of the Supply Manual. ENQUIRIES All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority. Enquiries regarding this solicitation must be submitted in writing and should be received no later than five (5) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided. INFORMATION National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act. Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *None Regions of delivery: *Northwest Territories Contact: Ken Lacanilao (kenneth.lacanilao@pc.gc.ca) 587832-1894
Source ID: CA-NOTICE-cb-228-27755238-000
Scope overview
5P468-25-0222/A Pingo Day Use Parking Shoreline Protection, Pingo Canadian Landmark BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL. PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT. BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED. The only acceptable email address for responses to bid solicitations is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted. The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808. The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size. The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2). Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments. REQUIREMENT Parks Canada requires a contractor to repair and reinforce approximately 52-meter-long and 7-meter-wide section of the waterfront that has been damaged due to tide and wave action. The remediation plan includes the rebuilding and regrading of the damaged slope with fill material, and the addition of a layer of riprap for protection. Supply and transport approximately 600 m3 of Class B & C rock and stockpile the stone offsite in Tuktoyaktuk prior to start of project. Prepare ground, place geotextile and rip rap armour stone prior to the summer tourist season. PERIOD OF CONTRACT / DELIVERY DATE Contractor must perform and complete the Work no later than July 31, 2026. COMPREHENSIVE LAND CLAIMS AGREEMENT This procurement is subject to the following comprehensive Land Claims Agreement(s): • Inuvialuit Final Agreement CONDITIONAL SET-ASIDE UNDER THE PROCUREMENT STRATEGY FOR INDIGENOUS BUSINESS This procurement is conditionally set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). Conditional set aside under Procurement Strategy for Indigenous Business (PSIB) is applied if two or more bids have been received by Indigenous businesses who are certified under the Procurement Strategy for Indigenous Business (PSIB) criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://services.sac-isc.gc.ca/REA-IBD?lang=eng). If your Indigenous business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Indigenous businesses are compliant with the terms of the bid solicitation, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business see Annex 9.4 of the Supply Manual. ENQUIRIES All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority. Enquiries regarding this solicitation must be submitted in writing and should be received no later than five (5) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided. INFORMATION National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act. Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *None Regions of delivery: *Northwest Territories Contact: Ken Lacanilao (kenneth.lacanilao@pc.gc.ca) 587832-1894
Full description
5P468-25-0222/A Pingo Day Use Parking Shoreline Protection, Pingo Canadian Landmark BIDS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL. PARKS CANADA IS NOT CURRENTLY ACCEPTING BIDS VIA SAP ARIBA, YOU MUST SUBMIT YOUR BID VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT. BIDS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED. The only acceptable email address for responses to bid solicitations is soumissionsami-bidsrpc@pc.gc.ca. Bids submitted by email directly to the Contracting Authority or to any email address other than soumissionsami-bidsrpc@pc.gc.ca will not be accepted. The only acceptable facsimile for responses to bid solicitations is 1-855-983-1808. The maximum email file size that Parks Canada is capable of receiving is 15 megabytes. The Bidder is responsible for any failure attributable to the transmission or receipt of the emailed bid due to file size. The Bidder should be cognisant of the size of the email as a whole, and not only the attachments. Please take into consideration that some attachments, when sent, may be resized during the email transfer. If the email size is too large, the Bidder should send the bid in multiple emails properly labeled with the solicitation number, project name, and indicate how many emails are included (ex. 1 of 2). Emails with links to bid documents will not be accepted. Bid documents must be sent as email attachments. REQUIREMENT Parks Canada requires a contractor to repair and reinforce approximately 52-meter-long and 7-meter-wide section of the waterfront that has been damaged due to tide and wave action. The remediation plan includes the rebuilding and regrading of the damaged slope with fill material, and the addition of a layer of riprap for protection. Supply and transport approximately 600 m3 of Class B & C rock and stockpile the stone offsite in Tuktoyaktuk prior to start of project. Prepare ground, place geotextile and rip rap armour stone prior to the summer tourist season. PERIOD OF CONTRACT / DELIVERY DATE Contractor must perform and complete the Work no later than July 31, 2026. COMPREHENSIVE LAND CLAIMS AGREEMENT This procurement is subject to the following comprehensive Land Claims Agreement(s): • Inuvialuit Final Agreement CONDITIONAL SET-ASIDE UNDER THE PROCUREMENT STRATEGY FOR INDIGENOUS BUSINESS This procurement is conditionally set aside under the federal government's Procurement Strategy for Indigenous Business (PSIB). Conditional set aside under Procurement Strategy for Indigenous Business (PSIB) is applied if two or more bids have been received by Indigenous businesses who are certified under the Procurement Strategy for Indigenous Business (PSIB) criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://services.sac-isc.gc.ca/REA-IBD?lang=eng). If your Indigenous business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Indigenous businesses are compliant with the terms of the bid solicitation, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. If the bids from the Indigenous businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Indigenous businesses remain, bids from all of the non-Indigenous businesses that had submitted bids will then be considered by the contracting authority. For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business see Annex 9.4 of the Supply Manual. ENQUIRIES All enquiries of a technical and contractual nature are to be submitted to the Contracting Authority. Enquiries regarding this solicitation must be submitted in writing and should be received no later than five (5) business days prior to the date set for solicitation closing to allow sufficient time to provide a response. Enquiries received after that time may result in an answer NOT being provided. INFORMATION National Parks Regulations require that all work is to be performed in accordance with the ordinances, laws, rules and regulations set out in the National Park Act. Bidders that consider themselves qualified to provide this Work and intend to submit bids on this project should obtain documents from the Government Electronic Tendering Service through the Government of Canada tendering service at http://canadabuys.canada.ca/en/tender-opportunities. Addenda, when issued, will be available from the Government of Canada tendering service. Bidders that elect to base their bids on documents obtained from other sources do so at their own risk. Late submissions will not be considered. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. Parks Canada has made every effort to provide equivalent documents in both official languages, however, if you find any discrepancies between the English and French documents, please notify the contract officer listed in this opportunity as soon as possible so that we can rectify the situation. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *None Regions of delivery: *Northwest Territories Contact: Ken Lacanilao (kenneth.lacanilao@pc.gc.ca) 587832-1894
Buyer & contacts
Documents
Similar tenders
Oral Health Services. Replaces contract # 1158142.
Oral Health Services. Replaces contract # 1158142. Department: Department of Health & Human Svcs Solicitation: 1155406 Contract type: Open Solicitation Vendor: Fatima Oglesby Morris Vendor contact: Fatima Oglesby Mo
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club Department: Department of Housing &
COM117/2025
Samora Machel Drive and Graniet Street Intersection Upgrade and Additional Related Works
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.