EREP: Weir Skimmers
Solicitation number F7047-220015/B
Publication date
Closing date and time 2024/08/08 14:00 EDT
Last amendment date
Description
Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/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: This amendment006 is raised to answer questions from industry and to extend the closing date. ________________________________________________________________________ This amendment005 is raised to answer questions from industry and to extend the closing date. _______________________________________________________________________ This amendment004 is raised to answer questions from industry. ________________________________________________________________________ This amendment003 is raised to answer questions from industry. _______________________________________________________________________ This amendment002 is raised to answer questions from industry and to amend Annex "A" the Statement Of work. ________________________________________________________________________ This amendment001 is raised to extend the closing date and to answer question from industry. ____________________________________________________________________ EREP: 45m3/h and 90m3/h Weir Skimmers The Canadian Coast Guard (CCG) is the lead federal agency responsible for ensuring the clean-up of all ship-source and mystery-source pollution spills into waters under Canadian jurisdiction. In fulfillment of this legislated mandate, the CCG maintains a level of operational preparedness capacity to monitor, investigate, and respond, when required, to all reports of marine pollution incidents. The CCG requires 45m3/h and 90m3/h capacity weir skimmers to recover spilled oil in sheltered, offshore, and unsheltered waters. 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-United Kingdom Trade Continuity Agreement (Canada-UK TCA), and the Canadian Free Trade Agreement (CFTA). 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. Offerors intending to submit offers should obtain solicitation documents directly from https://canadabuys.canada.ca/en. Solicitation amendments, if and when issued, will be available on https://canadabuys.canada.ca/en. It is the responsibility of the Offeror to ensure that all amendments issued during the solicitation period have been obtained and addressed in the submitted offer. Offerors basing their submissions on solicitation documents obtained from other sources do so at their own risk. Learn how to receive notifications about solicitation amendments at https://canadabuys.canada.ca/en/support/notifications. 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) 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 https://www.canada.ca/en/public-services-procurement/services/acquisitions/support-for-businesses/get-assistance.html for more information about PAC’s seminars and other services. Suppliers are required to have a Procurement Business Number (PBN) before offer issuance. 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 OFFERS SUBMITTED USING THE CPC CONNECT SERVICE CONNECT SERVICE WILL BE ACCEPTED. Due to the nature of the offer solicitation, offers transmitted by facsimile, or email to PWGSC will not be accepted. The Phased Offer Compliance Process (POCP) applies to this requirement. Enquiries regarding this offer solicitation must be directed only to the Contracting Authority identified in the offer 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)
-
Canadian Free Trade Agreement (CFTA)
-
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
- Bakhos, Maya
- Phone
- (873) 355-3085 ( )
- Email
- Maya.Bakhos@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.B014.F29358.EBSU006.PDF | 006 | FR | 8 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU006.PDF | 006 | EN | 20 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU005.PDF | 005 | FR | 3 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU005.PDF | 005 | EN | 24 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU004.PDF | 004 | EN | 20 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU004.PDF | 004 | FR | 3 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU003.PDF | 003 | EN | 17 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU003.PDF | 003 | FR | 2 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU002.PDF | 002 | EN | 29 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU002.PDF | 002 | FR | 3 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU001.PDF | 001 | FR | 3 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU001.PDF | 001 | EN | 30 | |
ABES.PROD.PW_ERD.B014.F29358.EBSU000.PDF | 000 | FR | 8 | |
ABES.PROD.PW_ERD.B014.E29358.EBSU000.PDF | 000 | EN | 76 |
Access the Getting started page for details on how to bid, and more.