Standard First Aid, Cardiopulmonary Resuscitation (Level C) and Automated External Defibrillator Training and Recertification (multiple Ontario locations)
Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. The Royal Canadian Mounted Police (RCMP) require services of an organization specializing in Standard First Aid and Cardiopulmonary Resuscitation (CPR) – Level C and Automated External Defibrillator (AED). The organization must provide qualified instructors in both English and French to teach the most recent First Aid and CPR techniques approved by the Minister of Labour in accordance with Part XVI of the Canada Occupational Health and Safety Regulations (http://laws-lois.justice.gc.ca/eng/regulations/SOR-86-304/index.html). The contract period will be from May 1, 2026, to March 31, 2029 with an irrevocable option to extend it for up to three additional one-year periods. Basis of selection: Lowest-Priced Responsive Bid Tenders must be submitted to the RCMP Bid Receiving Unit at: Emily.Noonan@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: Emily Noonan Acting Procurement Specialist Royal Canadian Mounted Police, O Division 130 Dufferin Ave., 7th Floor, London ON N6A 5R2 T: 519-640-7079 Emily.Noonan@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/tenderopportunities . 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. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Honduras Free Trade Agreement *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-Panama Free Trade Agreement *Canadian Free Trade Agreement (CFTA) *Canada-Chile Free Trade Agreement (CCFTA) Regions of delivery: *Ontario (except NCR) Contact: Emily Noonan (Emily.Noonan@rcmp-grc.gc.ca) (519) 640-7079
Source ID: CA-NOTICE-cb-695-49557974-000
Scope overview
Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. The Royal Canadian Mounted Police (RCMP) require services of an organization specializing in Standard First Aid and Cardiopulmonary Resuscitation (CPR) – Level C and Automated External Defibrillator (AED). The organization must provide qualified instructors in both English and French to teach the most recent First Aid and CPR techniques approved by the Minister of Labour in accordance with Part XVI of the Canada Occupational Health and Safety Regulations (http://laws-lois.justice.gc.ca/eng/regulations/SOR-86-304/index.html). The contract period will be from May 1, 2026, to March 31, 2029 with an irrevocable option to extend it for up to three additional one-year periods. Basis of selection: Lowest-Priced Responsive Bid Tenders must be submitted to the RCMP Bid Receiving Unit at: Emily.Noonan@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: Emily Noonan Acting Procurement Specialist Royal Canadian Mounted Police, O Division 130 Dufferin Ave., 7th Floor, London ON N6A 5R2 T: 519-640-7079 Emily.Noonan@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/tenderopportunities . 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. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Honduras Free Trade Agreement *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-Panama Free Trade Agreement *Canadian Free Trade Agreement (CFTA) *Canada-Chile Free Trade Agreement (CCFTA) Regions of delivery: *Ontario (except NCR) Contact: Emily Noonan (Emily.Noonan@rcmp-grc.gc.ca) (519) 640-7079
Full description
Policy on Reciprocal Procurement: This solicitation of bids is open only to Canadian suppliers and to Suppliers of an applicable trading partner. The Royal Canadian Mounted Police (RCMP) require services of an organization specializing in Standard First Aid and Cardiopulmonary Resuscitation (CPR) – Level C and Automated External Defibrillator (AED). The organization must provide qualified instructors in both English and French to teach the most recent First Aid and CPR techniques approved by the Minister of Labour in accordance with Part XVI of the Canada Occupational Health and Safety Regulations (http://laws-lois.justice.gc.ca/eng/regulations/SOR-86-304/index.html). The contract period will be from May 1, 2026, to March 31, 2029 with an irrevocable option to extend it for up to three additional one-year periods. Basis of selection: Lowest-Priced Responsive Bid Tenders must be submitted to the RCMP Bid Receiving Unit at: Emily.Noonan@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: Emily Noonan Acting Procurement Specialist Royal Canadian Mounted Police, O Division 130 Dufferin Ave., 7th Floor, London ON N6A 5R2 T: 519-640-7079 Emily.Noonan@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/tenderopportunities . 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. Notice type: Request for Proposal Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canada-Honduras Free Trade Agreement *Canada-Peru Free Trade Agreement (CPFTA) *Canada-Colombia Free Trade Agreement *Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) *Canada-Panama Free Trade Agreement *Canadian Free Trade Agreement (CFTA) *Canada-Chile Free Trade Agreement (CCFTA) Regions of delivery: *Ontario (except NCR) Contact: Emily Noonan (Emily.Noonan@rcmp-grc.gc.ca) (519) 640-7079
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.