SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Professional Services

Solicitation number EN578-19-0413

Publication date

Closing date and time 2018/05/02 14:00 EDT


    Description

    Professional Services

    EN578-19-0413

    Lusk, Christine

    Telephone No. – (613) 947-9320

    Email – Christine.Lusk@TPSGC-PWGSC.GC.CA

    1. Statement of Capabilities

    Suppliers who consider themselves fully qualified and available to provide the services described herein. , may submit a statement pf capabilities in writing to the contract person identified in this Notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    1. Background

    Pursuant to the National Shipbuilding Procurement Strategy announced by the Government on 2 June, 2010, two Canadian shipyards have been selected to construct federal ships 1,000 tonnes displacement and over; one to build combat vessels; and the other to build non-combat vessels.

    PSPC will continue to need the services of an experienced independent third party expert to assess the shipyards’ capabilities, conduct benchmark performance assessments, assess the effectiveness of their investments and to provide expert advice related to the large ship construction industrial sector on an as and when requested basis.

    1. Period of Proposed Contract Award:

    Date of contract Award to 5 years inclusive, plus options of up to 5 additional years.

    1. Estimated Value: To be determined.
    2. Delivery:

    The closing date and time accepting written statements of capabilities challenging this requirement is

    30 April, 2018 at 2:00 p.m. Eastern Time.

    1. Minimum Mandatory Requirements

    Any interested supplier and their affiliates must submit a statement of capabilities that demonstrates compliance with all of the following mandatory requirements:

    Independence

    1. The supplier and their affiliates must be an independent entity with no existing relationships with any other entity that may participate in the National Shipbuilding Procurement Strategy or its related projects that may pose a real or perceived conflict of interest;

    Experience

    1. The supplier must have demonstrated recent experience and expertise in evaluating and assessing shipyard contraction of commercial ships, naval vessels, and offshore structures, as well as ship repair, refit and conversion work on a national and global perspective. Recent experience is defined as the last 10 consecutive years;
    2. The supplier must have demonstrated recent in-house experience and expertise in providing comparative studies/reports on shipyards engaged in the construction of large vessels 1,000 tonnes or greater pertaining to best practices, technology, capacity, capability and competitiveness on a national level. Recent experience is defined as the last 10 consecutive years;
    3. The supplier must have recently (within the last 10 years) conducted shipbuilding sector-wide studies and assessments commissioned by the Governments of Canada, the United States, United Kingdom, or Australia that provide comparative data both globally and nationally;

      Tools

    4. The supplier must possess a proven comprehensive analytical tool or system that is used to benchmark and rate the performance and application of best practices by a shipyard in all areas of shipbuilding operations;
    5. The supplier must possess a proven comprehensive analytical tool or system that is used to assess the capability of a shipyard to contract specific types of vessels;
    6. The supplier must possess a proven comprehensive analytical tool or system that can assess the overall productivity and competiveness of a shipyard; and
    7. In support of these tools or systems, the supplier must possess a developed, comprehensive and current database of no less than 100 major shipyards and their use of best practices to serve as a basis for comparison that has been produced over, at least, the last ten (10) years. Major shipyards are those facilities around the world engaged in construction, and/or repair/refit and/or fabrication of ships, marine structures over 1,000 tonnes. Further, the database must contain shipyards that have built or are currently building the following types of vessels: frigates, destroyers, naval replenishment ships, offshore patrol vessels and ships that can be used in the arctic.
    1. Ownership of Intellectual Property

    Ownership of any foreground Intellectual Property arising out of the proposed contract will vest in the Contractor. The Government will require an irrevocable royalty-free licence to use any foreground Intellectual Property.

    1. Proposed Supplier

    The proposed supplier is First Marine International, a division of,

    HaskoningDHV UK LTTD.

    RIGHTWELL HOUSE BRETTON

    Peterborough

    Cambridgeshire

    PE3 8DW

    United Kingdom

    1. Government Contracts Policy Regulation Exception

    Canada has determined that only First Marine International, a division of HaskoningDHV UK Ltd., is capable of performing this contract.

    10.2.5 Exception (d) sets competitive bidding aside when only one person or firm can do the job. This exception is quite definitive and should be invoked only where patent or copyright requirements, or technical compatibility factors and technological expertise suggest that only one contractor exists.

    1. Trade Agreements

    The proposed procurement is subject to the following Trade Agreements:

    • Canadian Free Trade Agreement (CFTA)
    • North American Free Trade Agreement (NAFTA)
    • Wold Trade Organization Agreement on Government Procurement (WTO-AGP)
    1. Limited Tendering Reasons

      The following limited tendering reasons are invoked under the Applicable Limited Tendering Provisions.

    CFTA Article 513 Limited Tendering

    - (c) for additional deliveries by the original supplier of goods or services that were not included in the initial procurement, if a change of supplier for such additional goods or services:

    - (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, software, services, or installations procured under the initial procurement: and

    - (ii) would cause significant inconvenience or substantial duplication of costs for the procuring entity;

    NAFTA Article 1016.2(b)

    • Where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    WTO Article XV.1(a)

    • Protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    1. Justification for the proposed supplier

    First Marine International has the recognized expertise in shipbuilding performance measurement, is the current contractor performing the work and has been engaged by other governments to perform similar professional services. There are no other known suppliers that have the requisite in-house expertise capable of meeting all the minimum mandatory requirements set out in this ACAN.

    Inquiries and statement of capabilities are to be directed to:

    Christine Lusk, Email: Christine.Lusk@tpsgc-pwgsc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lusk, Christine
    Phone
    613-947-9320
    Email
    christine.lusk@tpsgc-pwgsc.gc.ca
    Address
    270 Albert Street
    Ottawa, ON, K1A 0K2
    CA

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: