OFFERS RECEIVED BY FAX AND EMAIL WILL BE ACCEPTED AS OFFICIAL.
PARKS CANADA IS NOT CURRENTLY ACCEPTING OFFERS VIA SAP ARIBA, YOU MUST SUBMIT YOUR OFFER VIA FAX OR EMAIL AS INDICATED IN THE SOLICITATION DOCUMENT.
OFFERS RECEIVED IN-PERSON OR BY COURIER WILL NOT BE ACCEPTED.
The only acceptable email address for responses to offer solicitations is
soumissionsami-bidsrpc@pc.gc.ca. Offers 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 offer solicitations is 1-855-983-1808.
The maximum email file size that Parks Canada is capable of receiving is 15 megabytes.
The Offeror is responsible for any failure attributable to the transmission or receipt of the emailed offer due to file size.
The Offeror 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 Offeror should send the offer 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 offer documents will not be accepted. Offer documents must be sent as email attachments.
REQUIREMENT
Parks Canada Agency (PCA) is inviting consulting firms with Civil Engineering (Structural) and Prime Consultant experience to submit offers for one (1) Standing Offer. The successful consulting firm will provide Structural Engineering and Prime Consultant services and other services in-house or through sub-consultants such as, but not limited to, hydraulic, geotechnical / material, electrical, roadway / transportation, and environmental services on an “as and when requested” basis primarily in Mountain Parks (Banff, Jasper, Waterton Lakes, Yoho, Kootenay, Glacier, and Revelstoke) located in the provinces of British Columbia and Alberta, and to a lesser extent other National Parks located in the provinces of British Columbia, Alberta, Saskatchewan, Manitoba, Yukon Territory and Northwest Territories. The services may include but not be limited to site inspection, investigation, emergency response, oversized load analysis, planning, design, and construction supervision mainly for Structural projects (bridge / snowshed / wildlife overpass / highway twinning) and to a lesser extent to other Civil projects.
The total dollar value of the Standing Offer is estimated to be $15,000,000.00 (Applicable Taxes included).
CONTRACTOR SELECTION AND INDIGENOUS BENEFITS FRAMEWORK (IBF)
This solicitation document includes socio-economic criteria that is practicable and consistent with sound procurement management principles. These socio-economic criteria are referred to as Indigenous Benefits Framework (IBF) and Offerors propose Indigenous benefits in their Indigenous Benefits Framework (IBF). Offerors should submit an Indigenous Benefits Framework as part of their offer. The intent of this section is to assess Offeror’s framework on engaging local Indigenous groups and involve them with an Indigenous Participation Plan (IPP) at the call up stage.
COMPREHENSIVE LAND CLAIMS AGREEMENT(S)
The Request for Standing Offers (RFSO) is to establish Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users, including areas subject to Comprehensive Land Claims Agreements (CLCAs).
• Champagne and Aishihik First Nations Final Agreement
• Gwich’in Comprehensive Land Claims Agreement
• Inuvialuit Final Agreement
PERIOD OF THE STANDING OFFER
It is PCA’s intention to authorize up to one (1) Standing Offer, for a period of three (3) years from the date of issuance, with two (2) one-year options to extend the Standing Offers.
OFFERORS’ CONFERENCE
An Offerors' conference will be held via Microsoft Teams on October 9, 2025. The conference will begin at 9:00 AM PDT. The scope of the requirement outlined in the Request for Standing Offers (RFSO) will be reviewed during the conference and questions will be answered. It is recommended that Offerors who intend to submit an offer attend or send a representative.
Offerors are requested to communicate with the Standing Offer Authority before the conference to confirm attendance. Offerors should provide, in writing, to the standing Offer Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than October 8, 2025. Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer.
Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer.
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 ten (10) working 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.