Deconstruction and disposal of fishing vessel “GARY M”

Status Expired

Contract number 4500092955

Contract value :

CAD 97,180.00

Solicitation number 30007235

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    Scruton Marine Inc

    Background

    On November 20, 2024, the fishing vessel “GARY M” suffered an ingress of water, causing it to sink while secured to the Government Dock in Stokes Bay, Ontario. Due to the circumstances and the hazards posed by the vessel, the Canadian Coast Guard (CCG) took action to have the vessel re-floated, towed, and removed from the marine environment in Southampton, Ontario. The vessel is now located onshore on cribbing at the Southampton Municipal Wharf.

    Objective

    The CCG requires the services of a Contractor to deconstruct and dispose of the vessel “GARY M”. The Vessel must either be relocated to an approved site for deconstruction and disposal, or be deconstructed onsite and then disposed of at an appropriate recycling and/or waste facility. All onsite work must be completed within five (5) days of arrival to the site. The full scope of work must be completed by October 14, 2025.

    Period of the Contract

    The period of the Contract is from Contract award until October 14, 2025.

    Security

    No Security clearance required, escort required at DFO sites, except for public zones.

    Trade Agreements

    The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Honduras Free Trade Agreement (CPFTA), Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), 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 Bidders must have completed a minimum of 36 months (3 years) experience in relevant deconstruction, demolition, or industry-specific activities (i.e., marine salvage / steel-hulled vessel projects / steel deconstruction projects) within the 120 months (10 years) from the date of bid closing.

    M2 Bidders must provide a thorough and detailed vessel deconstruction and disposal plan that outlines the safe execution of vessel deconstruction and disposal, as specified in the Statement of Work (Annex A).

    The vessel deconstruction and disposal plan must include the following items:

    1. A method statement outlining how the vessel will be safely deconstructed and disposed of in an environmentally responsible manner, in compliance with all applicable Canadian legislation;
    2. Safety measures to be taken for the project or Job Safety Analysis (JSA) detailing risks and measures to be taken including PPE requirements;
    3. A method statement detailing the measures that will be taken to restrict public access to the site during the operations. This should include safety protocols, signage, barriers, and any other relevant actions to ensure public safety and prevent unauthorized access;
    4. List of resources onsite (personnel and equipment) to complete wreck removals.
    5. A preliminary timeline for completion of operations.
    Should the Bidder choose an on water towing method for their removal plan, the plan must also address the following item in addition to items 1-5 above:
    6. Identify the measures to be taken on the casualty vessel to ensure a safe voyage such as, but not limited to, methods for sealing through hull fittings, securing of appendages, contingency plans.

    M3 Bidders must have valid Commercial Liability Insurance as defined in Annex C.

    Comprehensive Land Claim Agreements

    This procurement is not subject to any Comprehensive Land Claims Agreement

    Selection Method

    The basis of selection is Mandatory Technical Criteria – Lowest Evaluated Price.

    Business address

    49 John Street

    Port Dover, Ontario, N0A 1N7
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Ontario (except NCR)

    Contract duration

    The contract will be for a period of 0 month(s), from 2025/09/22 to 2025/10/14.

    Commodity - UNSPSC

    • 78182000 - Water transport vessel maintenance and repair services
    • 81101506 - Naval architecture

    Trade agreements

    • Please refer to tender description or tender documents

    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
    Department of Fisheries and Oceans (DFO)
    Address

    200 Kent Street

    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Stephanie Patry
    Phone
    (000) 000-0000
    Email
    stephanie.patry@dfo-mpo.gc.ca
    Address

    200 Kent Street

    Ottawa, Ontario, K1A 0E6
    Canada