EREP: 6" Trash Pump Skid Mount
Solicitation number F7047-220004/B
Publication date
Closing date and time 2023/01/31 14:00 EST
Last amendment date
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: Amendment 003 This amendment is raised to extend the bid closing date. *********************************** Amendment 002 This amendment is raised to answer questions that were received from Industry. *********************************** Amendment 001 This amendment is raised to: 1. Revise the Term of the Contract, 2. Add the Basis of Payment for Optional units and, 3. Revise Schedule A - Basis of Payment, Optional Goods and Services to include Option years. *********************************** EREP: Skid Mounted 6" Trash Pump Purpose The Canadian Coast Guard (CCG) is the lead federal agency responsible for ensuring the cleanup of all ship-source and mystery-source pollution spills into waters under Canadian jurisdiction. In fulfillment of this legislated mandate, the CCG requires skid-mounted 6" Trash Pump Systems capable of transferring water that may contain solids up to 3" diameter at a low pressure and high flow. Background Information This procurement is part of the Environmental Response Equipment (ERE) Program for the Canadian Coast Guard (CCG), and forms part of the Oceans Protection Plan announced in November 2016. Under the ERE Program, CCG is renewing its suite of environmental response (ER) equipment, ensuring a robust and strategic national response capability. The ERE Program will replace aging ER equipment and potentially introduce new response technologies to over 80 locations across Canada. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canada-UK Trade Continuity Agreement (Canada-UK TCA), the Canadian Free Trade Agreement (CFTA) and procedural requirements of the other international trade agreements such as Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) will be fulfilled following compliance to the procedural requirements of the WTO-AGP. The Federal Contractors Program (FCP) for employment equity applies to this procurement; see Part 5 - Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification. Businesses interested in learning more about selling to the Government of Canada are encouraged to review https://BuyAndSell.gc.ca/for-businesses/selling-to-the-government-of-canada. Procurement Assistance Canada (PAC) [Formerly known as The Office of Small and Medium Enterprises (OSME)] offers free seminars to businesses interested in learning about the general procurement process and how to sell goods and services to the government. Refer to http://www.tpsgc-pwgsc.gc.ca/app-acq/pme-sme/index-eng.html for more information about OSME?s seminars and other services. Suppliers are required to have a Procurement Business Number (PBN) before contract award. Suppliers may register for a PBN online at https://srisupplier.contractscanada.gc.ca/index-eng.cfm?af=ZnVzZWFjdGlvbj1yZWdpc3Rlci5pbnRybyZpZD0y&lang=eng. For non-Internet registration, suppliers may contact the InfoLine at 1-800-811-1148 to obtain the telephone number of the nearest Supplier Registration Agent. Only bids submitted using CPC Connect service will be accepted. Due to the nature of the bid solicitation, bids transmitted by facsimile, or email to PWGSC will not be accepted. The Phased Bid Compliance Process (PBCP) applies to this requirement. Enquiries regarding this bid solicitation must be directed only to the Contracting Authority identified in the bid solicitation. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
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-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Richards, Shazia
- Phone
- (343) 553-2046 ( )
- Email
- shazia.richards@tpsgc-pwgsc.gc.ca
- Address
-
Centennial Towers 7th Floor - 7W119
200 Kent StreetOttawa, Ontario, K1A0S5
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_ERD.B005.E28886.EBSU003.PDF | 003 | EN | 27 | |
ABES.PROD.PW_ERD.B005.F28886.EBSU003.PDF | 003 | FR | 5 | |
ABES.PROD.PW_ERD.B005.F28886.EBSU002.PDF | 002 | FR | 6 | |
ABES.PROD.PW_ERD.B005.E28886.EBSU002.PDF | 002 | EN | 28 | |
ABES.PROD.PW_ERD.B005.E28886.EBSU001.PDF | 001 | EN | 51 | |
ABES.PROD.PW_ERD.B005.F28886.EBSU001.PDF | 001 | FR | 8 | |
ABES.PROD.PW_ERD.B005.E28886.EBSU000.PDF | 000 | EN | 86 | |
ABES.PROD.PW_ERD.B005.F28886.EBSU000.PDF | 000 | FR | 11 |
Access the Getting started page for details on how to bid, and more.