Canadian Coast Guard National Home Port Analysis

Status Awarded

Contract number 4500058121

Solicitation number 30004851-001

Publication date

Contract award date

Contract value

CAD 114,808.00

    Description

    This contract was awarded to:

    R.A. Malatest & Assoc. Ltd.

    This is a contract for the Canadian Coast Guard (CCG) to acquire an industry analysis of current marine industry crewing best practices, specifically for crew change travel, to recommend options for CCG that can be managed within the confines of the Government of Canada’s National Joint Council’s (NJC) travel directive which was developed in partnership between employer and bargaining agent representatives. This work must include a comparison of crew change best practices with other marine operators for consistency in application and methodology and to provide recommendations which can be applied to CCG.

    Under the contract, CCG will have one (1) senior Business Analyst to provide research findings of current marine industry crew change practices to help inform a new national home port concept. The findings and analysis must consider maximizing operational flexibility and readiness of CCG. This includes outlining the financial impact(s) as well as the pros and cons of a national home port concept where employees would be pooled from one or several locations across Canada to allow greater operational flexibility that would allow employees to be reimbursed for travel expenses incurred while traveling to their national location(s) of work to board their respective assigned CCG vessel.

    With the introduction of new CCG ships, CCG anticipates growth of its seagoing personnel to 130% by 2030. As a result, CCG requires new crewing options for these employees that better balances the need for operational readiness and employee flexibility to live where they desire.

    The period of the contract is from February 23, 2024 to May 17, 2024 inclusive. The contract includes an irrevocable option to extend the resulting contract term by up to one (1) additional year under the same conditions.

    Business address

    500 - 294 Albert St.

    Ottawa, Ontario, K1P 6E6
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Selective Tendering
    Language(s)
    English
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 2 month(s), from 2024/02/23 to 2024/05/17.

    Commodity - UNSPSC

    • 80101500 - Business and corporate management consultation services

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent St.

    Ottawa, ON, K1A 0E6
    Canada
    Contracting authority
    Richard Soulliere
    Phone
    (343) 576-2873
    Email
    DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca
    Address
    Canada
    Date modified: