Tender Details

Title (ENG) Furniture Products
Contracting Entity Canada Revenue Agency (CRA)
Reference Number cb-299-11018362
Publication Date 1/9/2026
Tender Closing Date 2/18/2026
Type Request for Proposal
Area *World
Tender Status Open
Attachments
Description
The Canada Revenue Agency (CRA) intends to enter into a contract with a single contractor for the supply, delivery, and installation of new furniture products, on an as and when requested basis. The requirement includes the following three (3) categories of furniture products: 1) Category 1: Freestanding Desking 2) Category 2: Panel systems 3) Category 3: Collaborative and support space furniture Products from category 1 must be supplied by the same manufacturer. Products from category 2 must be supplied by the same manufacturer. This requirement also includes two (2) options to extend the period of the contract by two (2) years each, along with the option to add, remove, or modify products or locations from the Contract, if the need arises, due to a shift in legislation, policy, or program requirements. The period of any resulting contract will be firm period of three (3) years. The CRA will include a minimum spend commitment in the contract of $350,000.00 Canadian over the entire period of the resulting contract, including any exercised option periods. All amounts are in Canadian currency. The minimum spend commitment may be satisfied by CRA over the entire period of the resulting contract, which includes any exercised option periods. A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The highest ranked responsive bid meeting all the requirements listed above will be recommended for award of a contract. Proposal documents and supporting information must be submitted in either English or French. e-Procurement Solution i) CRA e-Procurement Solution The CRA’s e-procurement solution for ordering, receiving and reconciling goods and services is an SAP Ariba tool which has been branded internally as Synergy 2.0. Synergy 2.0 will be used to place orders under any resulting contract. The highest-ranked responsive Bidder must be a member of the Ariba Network (AN) prior to contract award, and maintain membership in the AN throughout the period of any resulting Contract, including any exercised option periods. All costs associated with this membership shall be borne by the Bidder. ii) Government of Canada e-Procurement Solution (EPS) Canada is currently developing a government-wide EPS for ordering of goods and services. In support of the anticipated transition to this solution and how it may impact any resulting contract that is issued under this solicitation, refer to Part 7, article 7.7 of the Model Contract, Transition to Government of Canada e-Procurement Solution (EPS). The Government of Canada’s press release provides additional information. Conditional Set-Aside Under the Procurement Strategy for Indigenous Business • This procurement may be conditionally set aside under the federal government Procurement Strategy for Indigenous Business. • In order to be considered for the set-aside, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, 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. • For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Eligibility for Indigenous procurement set aside and Procurement information for Indigenous business owners Questions must be directed in writing to the contracting authority via email: chelsea.fournier2@cra-arc.gc.ca Bids must be submitted by using the Connect service provided by the Canada Post Corporation. 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. The CRA reserves the right to negotiate with suppliers on any procurement. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 20% for the technical merit and 80% for the price. Applicable Trade Agreements The following trade agreements apply to this procurement: Canadian Free Trade Agreement Canada-Panama Free Trade Agreement Canada-Peru Free Trade Agreement Canada-Ukraine Free Trade Agreement Canada-UK Trade Continuity Agreement Canada-Columbia Free Trade Agreement Canada-Korea Free Trade Agreement Canada-Honduras Free Trade Agreement Canada-Chile Free Trade Agreement Comprehensive and Economic Free Trade Agreement Comprehensive and Progressive Agreement for Trans-Pacific Partnership World-Trade Organization – Agreement on Government Procurement
Contact Information

Contact: Chelsea Fournier

chelsea.fournier2@cra-arc.gc.ca


Address:

,

Ask Yuri