SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Third Party Verification of the Safety Management System for the CCG Fleet

Solicitation number F7056-210958/A

Publication date

Closing date and time 2022/02/09 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: 
    
    The main objective is to provide independent third-party verification that the safety management system used in the Canadian Coast Guard Fleet complies with the requirements of the International Management Code for the Safe Operation of Ships and for the Prevention of Pollution (The ISM Code) of the International Maritime Organization.
    
    Background: The Canadian Coast Guard is comprised of government-operated ships used for non-commercial purposes and is exempt from the mandatory application of the Code.  Nevertheless, in 1996, the Commissioner of the Canadian Coast Guard decided that the CCG Fleet would pursue certification under the ISM Code. The Canadian Coast Guard received a Document of Compliance in October of 1999 and Safety Management Certificates issued under the Code that cover all of its Fleet above 125 GRT.
    
    Applicable documents: IMO Assembly Resolution A.741 (18) ISM codes A.913 (22), A. 882 (21) and A. 787 (19) (Guidelines on implementation), Arctic Waters Pollution Prevention Act (2010-06-23 C.R.C., c353), Resolution A.739 (18) Guidelines for the authorization of Registration Organizations (RO) acting on behalf of the Administration (mandatory by chapter XI of SOLAS 74), Resolution A. 996/25, Code Implementation of Mandatory IMO Instruments 2007 and IACS Procedure Regulations 2009/Rev. 1 2010/Corr. 1 2010).
    
    The term of the Contract is for an initial period from 1 April 2022 to 31 March 2027 with an option to extend by one (1) additional period of five (5) years.
    
    The requirement is limited to Canadian services.
    
    This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically.  Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.
    
    COVID-19 vaccination requirement
    
    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive.
    
    This requirement contains mandatory technical evaluation criteria. The Bidder must be a Recognized Organizations by the Canadian Administration (The Marine Safety Directorate of Transport 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

    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
    Guay, Yvan
    Phone
    (343) 543-5396 ( )
    Email
    yvan.guay@tpsgc-pwgsc.gc.ca
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    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
    003
    English
    12
    003
    French
    4
    002
    English
    12
    002
    French
    3
    001
    English
    16
    001
    French
    1
    000
    English
    49
    000
    French
    10

    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)
    English, French
    Region(s) of delivery
    British Columbia
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    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: