SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

Standing Offer for Marine and Civil Engineering Services in Prince Edward Island

Status Awarded

Contract number F5211-180714A

Solicitation number F5211-180714

Publication date

Contract award date


    Description

    This contract was awarded to:

    SHM Canada Consulting Limited

    Solicitation #: F5211-180714 Closing Date: April 29, 2019 Time: 2:00 P.M. ADT (Atlantic Daylight SavingTime)
    This requirement is for the Department of Fisheries and Oceans Canada.
    Title:
    Standing Offer for Marine and Civil Engineering Services in Prince Edward Island

    Introduction:
    The Department of Fisheries and Oceans has a requirement to set up standing offer agreements for Marine and Civil Engineering services in the province of Prince Edward Island on an “as and when” requested basis. The objective is to award Standing Offer Agreements (SOA) for up to three (3) suppliers who can provide Marine and Civil Engineering Services to meet the specific needs of the Statement of Work.

    The Department of Fisheries & Oceans Canada (DFO), Small Craft Harbours (SCH) branch operates and maintains a national system of harbours to provide commercial fish harvesters and other harbour users with safe and accessible facilities.

    The purpose of the standing offer is to pre-qualify a list of consultants to provide support to Small Craft Harbours (SCH) with marine / civil engineering inspection, planning and design services to meet program obligations with respect to maintaining safe and accessible facilities in the province of Prince Edward Island.

    Scope:

    Small Craft Harbours (SCH) requires the services of a firm (Consultant) with expertise in marine / civil engineering disciplines to act in the capacity of the coordinating engineer of record for the provision of services.

    RS1 Services Which May Be Required

    1. Inspection / Investigation / Site Assessment Service.

    2. Design Service.

    3. Tender Service.

    4. Construction Support Service.

    5. Commissioning Service.

    6. Post Construction Service.

    RS 2. Inspection / Investigation / Site Assessment Services

    The objective is to review and analyze all available project information, consult with the Project Authority, and deliver a comprehensive Inspection / Investigation / Site Assessment.

    RS 3. Design Service

    The objective of this stage is prepare construction drawings and specifications for the purpose of tendering through consultation with the Project Authority.

    RS 4. Tender Service

    The objective of this phase is to support the Project Authority with the tender.

    RS 5. Construction Support Service

    The objective of this phase is to support the Project Authority with the construction phase and ensure the quality, budget and schedule of the project.

    RS 6. Commissioning Service

    The purpose of the Commissioning Service is to ensure that a fully functioning project is delivered to the Client.

    RS 7. Post Construction Service

    The purpose of this phase is to support the Project Authority in obtaining all final documents required for project close out.

    RS 8. Additional Services

    If required, any additional services will be identified at the time of each individual Call-up, and the Contractor will be responsible for the provision and management of these additional services.

    Examples of these services include but are not limited to:

    • Coastal studies
    • Bathymetry (sounding) surveys
    • In-water and diving inspections
    • Geotechnical investigations
    • Environmental assessment and permitting
    • Peer review of consultant work
    • Topographical surveys
    • Marine electrical and lighting systems
    • Concrete and material testing

      RS 9. Sub-Contractor / Specialist Coordination

      The Contractor shall coordinate and manage the services of Sub-Contractor/Specialists required to complete project requirements in support of the requested services under a Call-up.

      Financial Limitation
      The total limitation resulting from all call-ups issued against this Standing Offer shall not exceed $1,250,000.00, HST/GST included for the entire period of standing offer. The Department does not guarantee any volume of work associated with this Standing Offer Agreement.

      Limitation of Individual Call-ups
      Individual call-ups issued under this Standing Offer Agreement shall not exceed $250,000.00 (inclusive of all expenses and Applicable taxes).

      Location of Work, Work site and Delivery Point

      The work will be conducted in the Province of Prince Edward Island.

      Expected Start and Completion Dates
      The period for placing call-ups against any resulting Standing Offer shall be from the date of award of the Standing Offer(s) for a two (2) year period with one (1) option year period to be exercised at the discretion of the Department. Call-ups will not be made for services beyond the above period.

      Security Requirement
      There is no security requirements associated with this Standing Offer Agreement. 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.

      Mandatory Requirements:
      M1
      Licenses/Certifications:

      The Proponent shall be authorized to provide coastal / harbour inspection and design services and must include a coastal / harbour engineer or designer licensed, or eligible to be licensed, certified or otherwise authorized to provide the necessary professional services to the full extent that may be required by provincial or territorial law in the province of Prince Edward Island. You must PROVIDE A COPY of current license to practice as a Professional Engineer. The proponent must provide proof of registration with the Association of Professional Engineers in the applicable province.

      Trade Agreements:

      The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).

      Enquiries regarding this RFSO requirement are to be submitted in writing to the following:

      Cathi Harris

      Senior Contracting Officer

      Fisheries and Oceans Canada

      Procurement Hub - Fredericton

      301 Bishop Drive

      Fredericton, NB E3C 2M6

      Tel: 506-238-1317

      Fax: 506-452-3676

      Email: DFOtenders-soumissionsMPO@dfo-mpo.gc.ca

    Business address
    and
    GEMTECH Consulting Engineers and Scientists Limited
    Halifax, NS,
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • C216C - Marine Architect and Engineering Services
    • C219C - Engineering Services
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Cathi Harris
    Phone
    506-238-1317
    Address
    301 Bishop Drive
    Fredericton, NB, E3C 2M6
    CA

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    Date modified: