SAP Ariba system maintenance

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

  • Saturday, June 21 from 2:00 pm until 11:59 pm (EDT) 

CCGS Griffon - Vessel Life Extension (VLE)

Solicitation number F7049-200157/A

Publication date

Closing date and time 2023/12/06 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    
    Vessel:      CCGS Griffon Vessel Life Extension (VLE)
    Solicitation No.:  F7049-200157/A
    Contracting Authority (CA): Loubna Jeddi
    Telephone No.:   873-455-3835
    Email:    loubna.jeddi@pwgsc-tpsgc.gc.ca
    
    NOTICE AMENDMENT #1: Change to vessel work period dates.
    NOTICE AMENDMENT #2: Extend the bid closing date to October 11, 2023.
    NOTICE AMENDMENT #3: Change to vessel work period dates.
    NOTICE AMENDMENT #4: Extend the bid closing date to November 08, 2023.
    NOTICE AMENDMENT #5: Change from bid closing from 2:00 pm EDT to 2:00 pm EST. 
    NOTICE AMENDMENT #6: Extend the bid closing date to November 29, 2023.
    NOTICE AMENDMENT #7: Extend the bid closing date to December 06, 2023.
    
    Requirement:
    
    The CCGS Griffon was built in 1969 and was placed in service in 1970. Primarily it operates in the Lake Ontario and in the Gulf of St. Lawrence.  During winter months, the vessel provides icebreaking assistance to shipping traffic in the lower lakes.  When the seaway is open the vessel assists shipping and maintains navigation aids from the Quebec border to Thunder Bay.  The VLE dry-docking will include the refurbishment/overhauling of the main propulsion DC motors, steering gear system, the 4 main propulsion generators and the replacement of the MCCs, main and emergency switchboards. Other new equipment installations include: new stores crane, new oily water separator, new propulsion control systems, new set of propellers, new sewage treatment plant, echo sounder, CAT6 network, new Furuno Radar/ECDIS system, new HVAC units and various piping replacements. During the VLE project the A-frame on the forecastle deck will be removed, the main mast will be replaced by a totally new mast and the hull coatings will be removed to bare metal and replaced by new.
    
    Bidders' Conference (optional):
    
    A virtual bidders' Conference chaired by the CA will be held on June 14th , 2023 at 9:00:00 AM EST. Bidders must communicate with the CA no later than five (5) Working Days before the scheduled conference to confirm attendance and provide the name(s) of the person(s) who will attend.
    
    Site Visit - Vessel (optional):
    
    The viewing will take place from June 8th and 9th, 2023 to be held at 401 King St West Prescott, Ontario.  Bidders must communicate with the CA no later than five (5) Working Days before the scheduled visit to confirm attendance and provide the name(s) of the person(s) who will attend.  It is recommended that Bidders attend the site visit.  Bidders are required to wear safety boots, safety glasses and a hardhat while onboard the vessel.  
    
    An electronic version of the Statement of Work Technical Data Package (ITT Annex A- Statement of Work) will be made available upon submission of a completed Non-Disclosure Agreement (ITT Annex M), to be e-mailed to the CA.
    
    An Initial Work Period, following contract award and ending at the start of the Vessel Work Period, will include a fully hazardous assessment of the vessel, procurement, VLE preparation and planning Work. 
    
    Work on the vessel must commence and be completed as follows:
    
    Commencement: December 16, 2024
    Completion:  April 19, 2026 
    
    
    Sourcing Strategy:
    
    The sourcing strategy relating to this procurement will be limited to Canadian suppliers, as permitted by the Canadian Free Trade Agreement (CFTA).  
     
    In line with the Shipbuilding, Repair, Refit, and Modernization Policy (2010-08-16) and with the Buy in Canada Policy, the VLE work must be carried out at a docking facility located in Eastern Canada, that is, in Ontario, Quebec, New Brunswick, Nova Scotia Newfoundland and Labrador and Prince Edward Island. 
    
    This procurement includes a mandatory Indigenous Participation Component (IPC) under the Procurement Strategy for Indigenous Business program.
    
    The requirement is subject to the Canadian Free Trade Agreement (CFTA). 
    
    The requirement is exempt from the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP) (see Annex 7, General Notes, 1 (a)).
    
    The Phased Bid Compliance Process applies to this requirement.
    Competitive Procurement Strategy: Lowest Evaluated Price
    
    Date of delivery: see above. 
    
    The Crown retains the right to negotiate with suppliers on any procurement. 
    
    Bids may be submitted in either official language of Canada.
    
    
    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

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Jeddi, Loubna
    Phone
    (873) 455-3835 ( )
    Email
    loubna.jeddi@tpsgc-pwgsc.gc.ca
    Fax
    (819) -
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    Canada
    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
    044 FR 23
    044 EN 42
    043 EN 107
    043 FR 42
    042 FR 16
    042 EN 38
    041 EN 27
    041 FR 8
    040 FR 8
    040 EN 31
    039 FR 12
    039 EN 35
    038 FR 10
    038 EN 29
    036 EN 21
    037 EN 28
    037 FR 10
    036 FR 12
    035 FR 8
    035 EN 33
    034 FR 13
    034 EN 31
    033 FR 9
    033 EN 36
    032 FR 11
    032 EN 32
    031 FR 13
    031 EN 33
    030 FR 9
    030 EN 28
    029 FR 10
    029 EN 37
    028 EN 43
    028 FR 14
    027 FR 9
    026 FR 9
    026 EN 38
    027 EN 44
    025 EN 46
    025 FR 16
    024 FR 15
    024 EN 47
    023 FR 9
    023 EN 54
    021 EN 46
    022 EN 43
    021 FR 10
    022 FR 10
    020 EN 52
    020 FR 13
    019 EN 57
    019 FR 18
    018 FR 15
    018 EN 46
    017 EN 45
    017 FR 16
    015 EN 44
    016 EN 46
    016 FR 10
    015 FR 14
    014 EN 46
    014 FR 15
    013 FR 13
    013 EN 45
    011 EN 37
    012 EN 42
    011 FR 12
    012 FR 13
    010 EN 46
    010 FR 21
    009 FR 13
    009 EN 53
    006 EN 59
    008 EN 47
    007 EN 43
    007 FR 14
    006 FR 13
    008 FR 17
    005 FR 17
    004 FR 21
    004 EN 68
    005 EN 60
    003 EN 101
    003 FR 25
    002 EN 133
    002 FR 38
    000 EN 211
    001 EN 227
    000 FR 61
    001 FR 53

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

    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
    Request for Proposal
    Language(s)
    French, English
    Region(s) of delivery
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: