Development of technical Standards and Codes of Practice applied to the implementation of projects in and around water

Solicitation number 30004442

Publication date

Closing date and time 2024/03/08 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Summary

    The Request for Standing Offers (RFSO) is to establish up to three (3) National Individual 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.

    The SOs will assist the department in producing finalized Standards (Code of Practice, protocol, guideline or procedure) for publication. The intent is to develop Standards for one or more of the following management measures to manage the risks to fish and fish habitat from works undertakings and activities:

    (a) Fish screens for water intakes
    (b) Land-based erosion and sediment control
    (c) Establishing and maintaining functional riparian zones
    (d) Fish capture and relocation
    (e) Bypass or diversion channels for fish passage
    (f) Stream corridor and water body restoration
    (g) Managing underwater noise and energy (e.g. from pile driving, seismic, drilling, blasting) and,
    (h) Oher future proposed technical Standards.

    The period for making call-ups against the Standing Offer will be from date of issuance to March 31st, 2029.

    Comprehensive Land Claims Agreements (CLCAs):

    The Standing Offer (SO) is for the delivery of the requirement detailed in the SO 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 standing offer.

    Ownership of Intellectual Property:

    Fisheries and Oceans Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, for the following reasons, as set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts: the main purpose of the Contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination.

    Security Requirement:

    Security Clauses #1 – No Security Requirement, escort required at DFO site(s)

    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT have access to PROTECTED or CLASSIFIED information/assets.
    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT have unescorted access to restricted access areas of Fisheries and Oceans Canada facilities, or Canadian Coast Guard vessels.
    • The supplier and all individuals assigned to work on the contract or arrangement MUST NOT remove any PROTECTED or CLASSIFIED information/assets from DFO site(s).
    • Subcontracts or arrangements with a third party are not to be awarded without the prior written permission of the Contracting Authority (i.e. a new SRCL must be submitted and processed following the same procedure as for the initial contract).

    Contract duration

    The estimated contract period will be 60 month(s), with a proposed start date of 2024/04/01.

    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 Street

    Ottawa, ON, K1A 0E6
    Canada
    Contracting authority
    Cal LaKing
    Phone
    (506) 478-3581
    Email
    DFO.Tenders-Soumissions.MPO@dfo-mpo.gc.ca
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    and
    French
    9
    001
    English
    and
    French
    9
    001
    English
    and
    French
    13
    001
    English
    81
    001
    French
    11

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Contract duration
    60 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.