Regional Standing Offer for Diving Services for Inspections and Minor Repairs, British Columbia
Status Awarded
Contract number 4600000525
Solicitation number 30003511
Publication date
Contract award date
Status Awarded
Contract number 4600000525
Solicitation number 30003511
Publication date
Contract award date
This contract was awarded to:
OBJECTIVES OF THE REQUIREMENT
The objective of this Request for Standing Offer is to award up to 5 (five) Standing Offers per each delivery zone as specified within the RFSO, to suppliers who can provide support to Small Craft Harbours with diving services such as inspection and minor repairs to meet program obligations with respect to maintaining safe and accessible facilities.
SCOPE OF WORK
DFO will issue call-ups to successful suppliers identifying the required services as specified within the Statement of Work. These services may include, but are not limited to, the following:
1. Inspection service
2. Minor maintenance service
3. Any other type of work need to be carried out depending on the particular characteristics of the structure to be inspected.
PERIOD OF STANDING OFFER
The services are to be performed on an “as and when required” basis during the period from date of award to 30 September, 2028 inclusive.
SECURITY
There is no security requirement for this contract. The Company working under this Standing Offer Agreement must not be given access to sensitive information or assets, and must be escorted at all times while on DFO premises.
TRADE AGREEMENTS
The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-Colombia Free Trade Agreement, Canada-Peru Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada–Ukraine Free Trade Agreement, Canada-Honduras Free Trade Agreement, World Trade Organization–Agreement on Government Procurement (WTO-GPA), and the Canadian Free Trade Agreement (CFTA).
MANDATORY REQUIREMENTS
Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.
Mandatory Criteria
M1 The bidder must submit a list of qualified divers proposed for the work under this agreement.
For each proposed diver a copy of the following valid and current documents must be provided:
• Diver Certification Board of Canada (DCBC) Competency Card Or WCB Competency Training Certificate
• Commercial Diving Medical Certificate
• First Aid Level 1 Certificate
• Oxygen (O2) Therapy Certificate
All proof of certifications and licenses must be included with the bid.
COMPREHENSIVE LAND CLAIMS AGREEMENTS
The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.
566 Arvin Ave
The contract will be for a period of 60 month(s), from 2024/02/06 to 2029/02/06.
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
200 Kent St