SAP Ariba system maintenance

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

  • Saturday, October 5 from 8:00 pm until October 6 12:00am (EDT) 

Development of a National Pilotage Certification Program

Solicitation number T8080-210525

Publication date

Closing date and time 2022/03/17 14:00 EDT

Last amendment date


    Description

    ADVANCE CONTRACT AWARD NOTICE

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities.

    If no other supplier submits, on or before the closing date, a statement of capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government’s contracting policy have been met. 

    Following notification to suppliers not successful in demonstrating that their statement of capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board electronic bidding authorities.

    If other potential suppliers submit statements of capabilities during the fifteen calendar days posting period, and meet the requirements set out in the ACAN, the department or agency must proceed to a full tendering process on either the government’s electronic tendering service or through traditional means, in order to award the contract.

    1. Definition of Requirements

    In Canada there is several pilotage areas where it is compulsory for a vessel to be conducted by a licensed pilot. Currently, Canada’s four Pilotage Authorities (Laurentian Pilotage Authority, Great Lakes Pilotage Authority, Atlantic Pilotage Authority, and Pacific Pilotage Authority) are responsible for the requirements, the examinations, the issuance and the renewal of pilotage certificates. As this work is currently undertaken on a regional basis, there is no national consistency in how Pilotage Authorities are requiring or issuing pilotage certificates.

    Transport Canada is currently in the process of repealing Pilotage Regulations and drafting new regulations under the amended Pilotage Act. The authority to issue pilotage certificates will reside with the Minister of Transport, rather than with the Pilotages Authorities themselves. The Department aims to eliminate existing inconstancies in terms of the administration of pilotage certificates and create dependable, consistent regulatory practices.

    The role of Transport Canada Marine Safety and Security (TCMSS) is to maintain and enhance marine safety and work to protect life, health, property and the marine environment. This includes providing services that are mandated by Acts and Regulations.

    Taking into consideration, the intent of TCMSS is to develop a National Pilotage Certification Program to assure uniformity in terms of requirement and specifications for applicants seeking a Pilotage Certificate.

    1. Criteria for Assessment of the Statement of Capabilities

    Transport Canada requires someone with a combination of significant and recent experience managing/supervising in the Pilotage domain as well as having a marine certificate of competency and experience managing/leading a National Training Program:

    1. Possession of a Master Mariner Certificate
    2. Experience in the role of Captain of a vessel
    3. In-depth knowledge and experience with applying the following regulations in a training and certification environment:
      1. Pilotage Act,
      2. Pilotage Regulations, v
      3. Pilotage Authority Regulations,
      4. Marine Personnel Regulations,
      5. Canada Shipping Act, 2001.
    4. Extensive Experience in drafting regulations.
    5. Extensive experience managing/leading a National Training Program
    6. To have extensive experience in contributing to the development and oversight of a regional Pilotage Certification Program.
    7. Extensive experience in implementing, managing, approving and auditing a regional Pilotage Authority Certificate Training Program.
    8. Familiar with the review of applicant files and compliance for a pilotage certificate.
    9. Familiar with examinations for pilotage licences and certificates
    10. Expert liaising with the marine industry on all pilotage operational aspects; including the legislation, regulations and procedures that govern the pilotage authorities.
    11. Understanding the challenges that will be encountered by the marine industry and the four pilotage authorities with the implementation of a National Pilotage Certification Program.
    12. Experience in supervision, planning, problem-solving and decision-making skills.
    13. Experience as Lead Auditor.
    14. Strong ability to analyze and interpret laws and regulations.

    *Experience is defined as a period of two years or greater

    **Extensive experience is defined as a period of five years or greater.

    1. Trade Agreements

      Canadian Free Trade Agreement (CFTA)

      Canada–Chile Free Trade Agreement

      Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

      Canada–Colombia Free Trade Agreement

      Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

      Canada–Honduras Free Trade Agreement

      Canada–Korea Free Trade Agreement

      Canada–Panama Free Trade Agreement

      Canada–Peru Free Trade Agreement

      Canada-UK Trade Continuity Agreement (Canada-UK TCA)

      Canada–Ukraine Free Trade Agreement

      World Trade Organization–Agreement on Government Procurement (WTO-GPA)

    2. Justification for Pre-Identified Supplier

    Only One Person or Entity Capable of Performing the Contract.

    1. Exclusions and/or Limited Tendering Reasons

    Absence of competition for technical reasons.

    1. Contract Period

    The proposed contract period will be from April 1, 2022, to March 31, 2024.

    1. Estimated Cost

    The estimated maximum value of the proposed contract is $248,900.00 CAD including applicable taxes.

    1.  Name and Address of the Proposed Contractor

    Capitaine Diane Couture

    1. Suppliers’ Right to Submit a Statement of Capabilities

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, to the contact 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.

    Responses received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement. Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation. Your written response must provide sufficient evidence (e.g. specifications, technical data, drawings, or any other proof) that clearly demonstrates that your product or service is capable of fulfilling this requirement.

    Suppliers that have submitted a response will be notified in writing of TC’s decision to continue with the non-competitive procurement or to compete for the requirement

    1. Closing Date

    The closing date for a submission of a Statement of Capabilities is March 17, 2022

    at 2 PM Eastern Standard Time (EST).

    1. Contact

      Trevor Hardman

      Procurement Specialist

      Ph: 431 335-3874

      Email: trevor.hardman@tc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

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

    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
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Hardman, Trevor
    Phone
    431-335-3874
    Email
    trevor.hardman@tc.gc.ca
    Address
    344 Edmonton
    Winnipeg, MB, R3B 2L4
    CA

    Buying organization(s)

    Organization
    Transport Canada
    Address
    330 Sparks St
    Ottawa, Ontario, K1A 0N5
    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 – Open Bidding
    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: