Portable Ballistic Shield – Nij Level IV
The RCMP Emergency Response Team (ERT) requires a lightweight, portable NIJ Level IV ballistic shield to enhance safety and operational effectiveness during critical incidents in K and D Division. Current shields provide maximum protection but weigh up to 220 lbs, limiting rapid deployment. The new shield must deliver advanced protection while remaining adaptable for diverse tactical operations, including Search and Rescue, Command Posts, Explosive Disposal, Tactical Operations, and CBRN response. This procurement is not subject to the Policy on Reciprocal Procurement: Barring any other conditions or international sanctions, Canadian Suppliers, Suppliers of an Applicable Trading Partner and Suppliers of a Non-Trading Partner, as defined in the Annex Solicitation of Bids definitions, are eligible for this solicitation of bids. Basis of selection: A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract. Tenders must be submitted to the RCMP Bid Receiving Unit at: NWR_Procurement_Bids@rcmp-grc.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: Latesh Jaswani, Procurement and Contracting Services, Corporate Management Branch Royal Canadian Mounted Police (RCMP), latesh.jaswani@rcmp-grc.gc.ca Tel: 306.216.0375 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. 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 promoting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Offerors are encouraged to use environmentally preferable packaging for all packaged goods to be delivered to the end user as part of this procurement. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Winnipeg *Edmonton Contact: Latesh Jaswani (latesh.jaswani@rcmp-grc.gc.ca) (306) 216-0375
Source ID: CA-NOTICE-cb-264-86401616-000
Scope overview
The RCMP Emergency Response Team (ERT) requires a lightweight, portable NIJ Level IV ballistic shield to enhance safety and operational effectiveness during critical incidents in K and D Division. Current shields provide maximum protection but weigh up to 220 lbs, limiting rapid deployment. The new shield must deliver advanced protection while remaining adaptable for diverse tactical operations, including Search and Rescue, Command Posts, Explosive Disposal, Tactical Operations, and CBRN response. This procurement is not subject to the Policy on Reciprocal Procurement: Barring any other conditions or international sanctions, Canadian Suppliers, Suppliers of an Applicable Trading Partner and Suppliers of a Non-Trading Partner, as defined in the Annex Solicitation of Bids definitions, are eligible for this solicitation of bids. Basis of selection: A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract. Tenders must be submitted to the RCMP Bid Receiving Unit at: NWR_Procurement_Bids@rcmp-grc.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: Latesh Jaswani, Procurement and Contracting Services, Corporate Management Branch Royal Canadian Mounted Police (RCMP), latesh.jaswani@rcmp-grc.gc.ca Tel: 306.216.0375 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. 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 promoting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Offerors are encouraged to use environmentally preferable packaging for all packaged goods to be delivered to the end user as part of this procurement. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Winnipeg *Edmonton Contact: Latesh Jaswani (latesh.jaswani@rcmp-grc.gc.ca) (306) 216-0375
Full description
The RCMP Emergency Response Team (ERT) requires a lightweight, portable NIJ Level IV ballistic shield to enhance safety and operational effectiveness during critical incidents in K and D Division. Current shields provide maximum protection but weigh up to 220 lbs, limiting rapid deployment. The new shield must deliver advanced protection while remaining adaptable for diverse tactical operations, including Search and Rescue, Command Posts, Explosive Disposal, Tactical Operations, and CBRN response. This procurement is not subject to the Policy on Reciprocal Procurement: Barring any other conditions or international sanctions, Canadian Suppliers, Suppliers of an Applicable Trading Partner and Suppliers of a Non-Trading Partner, as defined in the Annex Solicitation of Bids definitions, are eligible for this solicitation of bids. Basis of selection: A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract. Tenders must be submitted to the RCMP Bid Receiving Unit at: NWR_Procurement_Bids@rcmp-grc.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: Latesh Jaswani, Procurement and Contracting Services, Corporate Management Branch Royal Canadian Mounted Police (RCMP), latesh.jaswani@rcmp-grc.gc.ca Tel: 306.216.0375 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. 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 promoting the procurement of environmentally preferable plastic products and the reduction of plastic packaging waste as per the Policy on Green Procurement, the Greening Government Strategy: A Government of Canada Directive, and the Ocean Plastics Charter. Offerors are encouraged to use environmentally preferable packaging for all packaged goods to be delivered to the end user as part of this procurement. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Canada *Winnipeg *Edmonton Contact: Latesh Jaswani (latesh.jaswani@rcmp-grc.gc.ca) (306) 216-0375
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.