Medium/Large Vessel Recycling Services

Solicitation number EVC01-202003/B

Publication date

Closing date and time 2024/03/15 14:00 EDT


    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: Subsequent/Follow-on Contracts
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Medium/Large Vessel Recycling Services
    
    EVC01-202003/B
    Major, Andrea
    Telephone No. - (403) 796-3230 
    
    This RFSA cancels and supersedes the previous RFSA number EVC01-202003/A. Suppliers that provided an arrangement for EVC01-202003/A are not required to submit a new arrangement. Suppliers that submitted an arrangement for EVC01-202003/A only need to provide any new information requested in EVC01-202003/B. 
    
    The Government of Canada through this RFSA, intends to establish and maintain SAs with suppliers to provide medium and large Vessel recycling and disposal services of any Vessel requiring dismantlement in a Vessel Recycling Facility, for one or more regions/sub-regions of Canada in accordance with the Statement of Requirement - Annex A.
    
    The RFSA includes two streams:
    
    Stream A - Medium size Vessels with lightship displacement of 300 MT or less; and
    
    Stream B - Large size Vessels with lightship displacement of over 300 MT. 
    
    There may be security requirements associated with some of the requirements under this RFSA. For more information on personnel and organization security screening or security clauses, Suppliers should refer to the Contract Security Program of Public Works and Government Services Canada (PWGSC).
    
    This RFSA is to establish supply arrangements for the delivery of the requirement detailed in the RFSA to the Identified Users across Canada, including geographic areas subject to Comprehensive Land Claims Agreements (CLCAs) and the Nunavut Land Claims Agreement (NLCA).
    
    To meet the Government of Canada’s objectives of encouraging Indigenous socio-economic development through federally funded opportunities, resulting bid solicitations from this RFSA may be set aside under the Procurement Strategy for Indigenous Business (PSIB) or may include an Indigenous Participation Plan (IPP). For additional information on PSIB refer to the Indigenous Business and federal procurement site and for additional information on the Indigenous Participation Plan refer to Annex H - Indigenous Participation Component. 
    
    Any resulting bid solicitation may be subject to the provisions of the trade agreements. Certain obligations under the trade agreements may not apply where the Vessel is located in the Nunavut region or an area covered by a modern treaty. If a set-aside for Indigenous businesses or an exception used of or relied upon (e.g. any measure adopted or maintained with respect to Indigenous Peoples, set-aside for minority businesses, etc.), some or all aspects of the procurement may not be subject to certain trade agreement obligations. 
    
    If the vessel is a Vessel of Concern (VOC) and considered a wreck that include pollutants, or is an environmental hazard, or cannot be towed outside Canadian waters under federal jurisdiction, the work must be performed and completed in Canada.
    
    Any vessel subject to leave Canadian waters under federal jurisdiction is excluded from the scope of this RFSA and resulting Supply Arrangements.
    
    If the vessel is not a VOC or a CCG, DFO, DND or RCMP vessel the procurement will be solicitated to all qualified suppliers.
    
    The CPC Connect service provided by Canada Post Corporation must be used by suppliers to transmit their arrangement. Suppliers must refer to Part 2 of the RFSA entitled Supplier Instructions and Part 3 of the RFSA entitled Arrangement Preparation Instructions for further information on using this method.
    
    Any resulting bid solicitation on behalf of the Department of National Defence may be subject to the Controlled Goods Program. For additional information on the Controlled Goods Program or how to register, consult the clause A9130T of the Standard Acquisition Clauses and Conditions Manual.  
    
    Any resulting SA may be used by any Government Department, Departmental Corporation or Agency, or other Crown entity described in the Financial Administration Act (as amended from time to time), and any other party for which the Department of Public Works and Government Services may be authorized to act from time to time under section 16 of the Department of Public Works and Government Services Act S.C 1996, c. 16 (each a "Client".
    
    
    
    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)

    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
    Major, Andrea
    Phone
    (403) 796-3230 ( )
    Email
    andrea.major@tpsgc-pwgsc.gc.ca
    Address
    Place du Portage, Phase III
    Tower c
    11 Laurier Street, 6C2
    11, rue Laurier
    Gatineau
    Gatineau, Gatineau, K1A0S5

    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

    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
    000
    French
    12
    000
    English
    64

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Germany
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Subsequent/Follow-on Contracts

    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: