Propulsion Trains for CCG MLB West of Canada
Solicitation number F7049-200039/B
Publication date
Closing date and time 2021/01/20 14:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / CPTPP / CFTA Tendering Procedures: Generally only one firm has been invited to bid Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt Comprehensive Land Claim Agreement: No Vendor Name and Address: FINNING POWER SYSTEMS 735 GREAT NORTHERN WAY VANCOUVER British Columbia Canada V5T1E2 Nature of Requirements: AAMENDMENT NO. 4 to ACAN F7049-200039/A and ACAN F7049-200039/B The Amendment no. 4 to the ACAN F7049-200039/A and ACAN F7049-200039/B is published to gather in one document the notices and the notices amendments published as of January 08, 2021 End of Amendment no. 4 AMENDMENT NO. 3 to ACAN F7049-200039/A and ACAN F7049-200039/B The Amendment no. 3 to the ACAN F7049-200039/A and ACAN F7049-200039/B is published to inform Interested Suppliers that: 1- Both ACAN closing dates are reported to January 20th, 2021; and 2- The ACAN Questions and Answers as of January 05, 2021 can be found at: https://amsinkca.sharepoint.com/:f:/s/CCG-VirtualBiddersConference-CapeNaden/EnTFUi7ny2lDtTS0IRAFIGEB172gt-r2FyA0ZC1hRnjAyQ?e=oMsnFU End of Amendment no. 3 AMENDMENT NO. 2 to ACAN F7049-200039/A and ACAN F7049-200039/B The Amendment no. 2 to the ACAN F7049-200039/A and ACAN F7049-200039/B is published to inform Interested Suppliers that the ACAN Questions and Answers as of December 29 2020 can be found at: https://amsinkca.sharepoint.com/:f:/s/CCG-VirtualBiddersConference-CapeNaden/EnTFUi7ny2lDtTS0IRAFIGEB172gt-r2FyA0ZC1hRnjAyQ?e=oMsnFU End of Amendment no. 2 AMENDMENT NO. 1 to ACAN F7049-200039/A and ACAN F7049-200039/B 1.Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2.Definition of the requirement The Canadian Coast Guard has a requirement for the supply of new Class approved Diesel Propulsion Train Shipsets (DPTSs), to be procured from Caterpillar to replace the existing Diesel Propulsion Train Shipsets (DPTSs) originally supplied by Caterpillar and installed onboard the Cape Class Motor Lifeboats (MLBs). The first thirty one (31) MLBs built were equipped with Caterpillar 3196B, C rated Marine Engine and the last five (5) MLBs were equipped with Caterpillar model C12 Marine Propulsion Engines, that were equivalent substitute engines meeting the MLBs design requirements and having the same fit, form and function to the 3196B, C which was no longer in production at time of the last five (5) MLBs construction. For that reason, we have two (2) different types of DPTSs, one (1) equipped with Caterpillar diesel engines model 3196B, C rated Marine and the second equipped with Caterpillar model C12 Marine Propulsion Engines. Each MLB has one DPTS that is composed of one (1) Port Diesel Propulsion Train (DPT) and One (1) Starboard DPT. Each DPT is mainly composed of one (1) diesel marine propulsion engine with resilient mounts, one (1) reduction gear box, interconnecting shafts with couplings, bearings and seals, propulsion controls, alarm and monitoring systems, spare parts, factory acceptance tests (FAT), technical assistance throughout the strip out and implementation periods and sea acceptance tests (SAT). For more details see the ACAN SOW. For this procurement, the initial contract will be for the replacement thirty one (31) DPTSs with an option for the remaining five (5) DPTSs. The strip-out of the existing DPTSs and the installation of the new DPTSs will be achieved under different Vessel Life Extension 2 (VLE 2) contracts. The Contractor of the DPTSs will be identified as the DPTSs Original Equipment Manufacturer (OEM) Contractor in the VLE 2 contracts. The DPTSs replacement must be accomplished by the use of marine components approve by a Canada recognized Classification Society (CS). The auxiliary components required to complete this installation must be designed and tested in accordance with the applicable CS standard. The Design and Manufacturing of the DPTSs, its related equipment and components, the Set to Work, Tests and Trials must be IAW applicable rules and regulations of one of Canada’s recognized CS and Transport Canada Marine Safety. The Contractor must retain the Total System Responsibility that includes manufacturing and performance of the new DPTSs with its related equipment and components Following the strip out of the existing DPTSs, equipment and components done by the VLE Contractor, the Contractor must provide a Field Service Representative (FSR) to determine that the dismantling and the strip out is IAW the requirement. During the Strip out, Installation, Set to Work (STW), Testing, Commissioning and Trials, the Contractor will be required to provide, as applicable, the services of an FSR. The MLBs are used in different regions of Canada, the Home port for each MLB is identified in the ACAN SOW. The Interested Suppliers can have access to the ACAN SOW with the reference Drawings at the following site: https://amsinkca.sharepoint.com/:f:/s/CCG-VirtualBiddersConference-CapeNaden/EnTFUi7ny2lDtTS0IRAFIGEB172gt-r2FyA0ZC1hRnjAyQ?e=oMsnFU 3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that there products and services meet the following requirements. In their statement of capabilities, the interested suppliers must demonstrate their understanding of the following criteria of assessment and explain how they meet them. The interested suppliers must demonstrate their capabilities by describing in a thorough, concise and clear manner how they will meet each of the following criteria of assessment. Their statement of capabilities must address clearly and in sufficient depth all criteria of assessment. Simply repeating the statement contained in the criteria of assessment or in the ACAN SOW will not be sufficient. In order to facilitate the assessment of capabilities, Canada requests that interested suppliers present their statement of capabilities in the order of the following criteria of assessment and under the same headings. To avoid duplication, the interested suppliers may refer to different sections of their submission by identifying the specific paragraph and page number where a criteria has already been addressed. The interested supplier must submit: (a) A Certification letter that it is the Original Equipment Manufacturer (OEM) of the proposed Diesel Marine Propulsion Engine or a Certification letter from the OEM of the proposed Diesel Marine Propulsion Engine that it is the authorized distributor for the regions listed in Table 1 of the ACAN SOW; (b) A Certification which proves that the proposed Diesel Marine Propulsion Engine meets Tier II Environmental requirements; (c) The name of the Classification Society that will deliver the Certification according to its Rules and Regulations applicable to the proposed Diesel Marine Propulsion Engine. The Classification Society must be one of those recognized by Canada IAW Section 2 (1) of the Marine Machinery Regulations, Canada Shipping Act, 2001; (d) A demonstration that the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes were designed, manufactured at least five (5) years prior to this ACAN publication; (e) A certification letter which state that the proposed Diesel Marine Propulsion Engine hold a Type Approval OR an OEM letter certifying that the OEM sold at least five hundred (500) of the proposed Diesel Marine Propulsion Engine during the last 5 years; (f) A demonstration that the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes are planned to be maintained available for the coming fifteen (15) years; (g) A demonstration where the entity (ies) certified in (a) above is (are) capable to provide support services on the proposed Diesel Marine Propulsion Engine and the other equipment and components of the DPTS. The vessels involved operate across Canada and are based in the home ports noted in Table 1 of the ACAN SOW. The interested supplier must demonstrate that it is able to: 1. Provide a 24/7 phone technical support for the DPTSs in English, with at least one service centre offering French speaking technical personnel; 2. Provide workshop services for the overhaul, calibration and testing of all DPTSs components and equipment; 3. Provide OEM factory trained technicians within 24 hours to any of the home port locations listed in Table 1 of the ACAN SOW to assist with repairs, maintenance and training; and 4. Provide one (1) set of IACS OEM spare parts with frequently used items such as fuel and lube oil filters, fuel injector nozzles and seal kits within 24 hrs to any of the home port locations listed in Table 1 of the ACAN SOW. All other parts required for operational maintenance and major overhauls as required in the OEM’s published maintenance schedule must be available within 30 calendar days. (h) A demonstration on how it will meet each of the six (6) fundamental objectives of the DPTSs procurement described in the ACAN SOW article 1.3; (i) A demonstration on how it will meet each of the ACAN SOW requirements listed in each section of the article 5. This demonstration must provide the details of each components and equipment that the interested supplier intends to supply and how they will replace the existing one in the same space envelop while maintaining their existing fit, forms, functions and performances; (j) A demonstration that the proposed Diesel Marine Propulsion Engine was successfully tested for a three hundred and sixty (360) degrees roll over under idle operation; and (k) A demonstration that the manufacturer(s) of the proposed propulsion controls (PC) and the alarm and monitoring systems (AMS) or the interested supplier or its parent(s) or its affiliated company(ies) have previously installed on boats, interfaced with the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes, tested, trialed and commissioned at least ten (10) of the proposed PCs and ten (10) of the proposed AMSs in the last three (3) years. 4.Applicability of the trade agreement to the procurement This procurement is subject to the following trade agreement: - Canadian Free Trade Agreement (CFTA); - World Trade Organization - Agreement on Government Procurement (WTO-AGP); - Canada-European Union Comprehensive Economic and Trade Agreement (CETA); - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); 5.Set-aside under the Procurement Strategy for Aboriginal Business Not Applicable. Not applicable. 6.Comprehensive Land Claims Agreement(s) Not Applicable. 7.Justification for the Pre-Identified Supplier The particular and unique design of the MLBs that are self-righting boats, requires that new DPTSs fit within the same space envelope currently used by the existing DPTSs’ equipment and components without requiring boat’s alterations or modifications and without changing their weights and stabilities. For those reasons, it is expected that only the original supplier of the existing DPTS, that is Caterpillar through its Canadian authorized dealers Toromont Industries Ltd and Finning Power Systems, will be able to supply a new DPTS within the constraints imposed by the boat particular design. The Pre-Identified Suppliers, Toromont Industries Ltd and Finning Power Systems are the sole distributors of Caterpillar diesel engines in Canada within their respective territories. 8.Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) only one person is capable of performing the work. 9.Exclusions and/or Limited Tendering Reasons The following limited tendering reasons are invoked under the: (a) Canadian Free Trade Agreement (CFTA) Article 513, 1 (b) (iii) due to an absence of competition for technical reasons.; (b) World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XIII, 1. (b) (iii) due to an absence of competition for technical reasons; (c) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Article 19.12, 1 (b) (iii) due to an absence of competition for technical reasons; and (d) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Article 15.10, 2 (b) (iii) due to an absence of competition for technical reasons. 10.Ownership of Intellectual Property N/A 11.Period of the proposed contract The estimated duration of the proposed contracts will be up to the end of 2029 including options. 12.Cost estimate of the proposed contract The estimated value of the contracts, including options is not provided. 13.Name and address of the pre-identified supplier Toromont Industries Ltd. 268 Orenda Road Brampton, Ontario L6T1E9 Canada Finning Power Systems 735 Great Northern Way Vancouver, British Columbia V5T1E2 Canada 14.Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements of this ACAN and more specifically the Criteria for assessment for the Statement of Capabilities IAW the article 3 of this ACAN. 15.Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is 06 January 2021, 2:00 pm EST. 16.Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Marc Aussant Supply Team Leader Public Services and Procurement Canada Defense and Marine Procurement Branch Place du Portage, Phase III, 8B3 11 Laurier Street Gatineau, Québec K1A 0S5 Mobile: 613-889-4254 E-mail: marc.aussant@tpsgc-pwgsc.gc.ca 17.Submission of Statement of Capabilities Interested suppliers must submit their statement of capabilities only to Public Works and Government Services Canada (PWGSC) using epost Connect by the closing date and time indicated in this ACAN. Interested suppliers must use the following email address to open an epost Connect conversation that will provide them the information on how to submit their Statement of capabilities through epost. tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca The interested suppliers can also submit their statement of capabilities through an epost Connect message if they are using their own licensing agreement for epost Connect. End of Amendment no. 1 ACAN Notice F7049-200039/A and ACAN F7049-200039/B 1.Advance Contract Award Notice (ACAN) An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 2.Definition of the requirement The Canadian Coast Guard has a requirement for the supply of new Class approved Diesel Propulsion Train Shipsets (DPTSs), to be procured from Caterpillar to replace the existing Diesel Propulsion Train Shipsets (DPTSs) originally supplied by Caterpillar and installed onboard the Cape Class Motor Lifeboats (MLBs). The first thirty one (31) MLBs built were equipped with Caterpillar 3196B,'C' rated Marine Engine and the last five (5) MLBs were equipped with Caterpillar model C12 Marine Propulsion Engines, that were equivalent substitute engines meeting the MLBs design requirements and having the same fit, form and function to the 3196B, 'C' which was no longer in production at time of the last five (5) MLBs construction. For that reason, we have two (2) different types of DPTSs, one (1) equipped with Caterpillar diesel engines model 3196B, 'C' rated Marine and the second equipped with Caterpillar model C12 Marine Propulsion Engines. Each MLB has one DPTS that is composed of one (1) Port Diesel Propulsion Train (DPT) and One (1) Starboard DPT. Each DPT is mainly composed of one (1) diesel marine propulsion engine with resilient mounts, one (1) reduction gear box, interconnecting shafts with couplings, bearings and seals, propulsion controls, alarm and monitoring systems, spare parts, factory acceptance tests (FAT), technical assistance throughout the strip out and implementation periods and sea acceptance tests (SAT). For more details see the ACAN SOW. For this procurement, the initial contract will be for the replacement thirty one (31) DPTSs with an option for the remaining five (5) DPTSs. The strip-out of the existing DPTSs and the installation of the new DPTSs will be achieved under different Vessel Life Extension 2 (VLE 2) contracts. The Contractor of the DPTSs will be identified as the DPTSs Original Equipment Manufacturer (OEM) Contractor in the VLE 2 contracts. The DPTSs replacement must be accomplished by the use of marine components approve by a Canada recognized Classification Society (CS). The auxiliary components required to complete this installation must be designed and tested in accordance with the applicable CS standard. The Design and Manufacturing of the DPTSs, its related equipment and components, the Set to Work, Tests and Trials must be IAW applicable rules and regulations of one of Canada’s recognized CS and Transport Canada Marine Safety. The Contractor must retain the Total System Responsibility that includes manufacturing and performance of the new DPTSs with its related equipment and components Following the strip out of the existing DPTSs, equipment and components done by the VLE Contractor, the Contractor must provide a Field Service Representative (FSR) to determine that the dismantling and the strip out is IAW the requirement. During the Strip out, Installation, Set to Work (STW), Testing, Commissioning and Trials, the Contractor will be required to provide, as applicable, the services of an FSR. The MLBs are used in different regions of Canada, the Home port for each MLB is identified in the ACAN SOW. 3.Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) Any interested supplier must demonstrate by way of a statement of capabilities that there products and services meet the following requirements. The interested supplier must submit: (a) A Certification letter that it is the Original Equipment Manufacturer (OEM) of the proposed Diesel Marine Propulsion Engine or a Certification letter from the OEM of the proposed Diesel Marine Propulsion Engine that it is the authorized distributor for the regions listed in Table 1 of the ACAN SOW; (b) A Certification which proves that the proposed Diesel Marine Propulsion Engine meets Tier II Environmental requirements; (c) The name of the Classification Society that will deliver the Certification according to its Rules and Regulations applicable to the proposed Diesel Marine Propulsion Engine. The Classification Society must be one of those recognized by Canada IAW Section 2 (1) of the Marine Machinery Regulations, Canada Shipping Act, 2001; (d) A demonstration that the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes were designed, manufactured at least five (5) years prior to this ACAN publication; (e) A certification letter which state that the proposed Diesel Marine Propulsion Engine hold a Type Approval OR an OEM letter certifying that the OEM sold at least five hundred (500) of the proposed Diesel Marine Propulsion Engine during the last 5 years; (f) A demonstration that the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes are planned to be maintained available for the coming fifteen (15) years; (g) A demonstration where the entity (ies) certified in (a) above is (are) capable to provide support services on the proposed Diesel Marine Propulsion Engine and the other equipment and components of the DPTS. The vessels involved operate across Canada and are based in the home ports noted in Table 1 of the ACAN SOW. The interested supplier must demonstrate that it is able to: 1.Provide a 24/7 phone technical support for the DPTSs in English, with at least one service centre offering French speaking technical personnel; 2.Provide workshop services for the overhaul, calibration and testing of all DPTSs components and equipment; 3.Provide OEM factory trained technicians within 24 hours to any of the home port locations listed in Table 1 of the ACAN SOW to assist with repairs, maintenance and training; and 4.Provide one (1) set of IACS OEM spare parts with frequently used items such as fuel and lube oil filters, fuel injector nozzles and seal kits within 24 hrs to any of the home port locations listed in Table 1 of the ACAN SOW. All other parts required for operational maintenance and major overhauls as required in the OEM’s published maintenance schedule must be available within 30 calendar days. (h) A demonstration on how it will meet each of the six (6) fundamental objectives of the DPTSs procurement described in the ACAN SOW article 1.3; (i) A demonstration on how it will meet each of the ACAN SOW requirements listed in each section of the article 5. This demonstration must provide the details of each components and equipment that the interested supplier intends to supply and how they will replace the existing one in the same space envelop while maintaining their existing fit, forms, functions and performances; (j) A demonstration that the proposed Diesel Marine Propulsion Engine was successfully tested for a three hundred and sixty (360) degrees roll over under idle operation; and (k) A demonstration that the manufacturer(s) of the proposed propulsion controls (PC) and the alarm and monitoring systems (AMS) or the interested supplier or its parent(s) or its affiliated company(ies) have previously installed on boats, interfaced with the proposed Diesel Marine Propulsion Engine and the marine transmission and reverse-reduction gearboxes, tested, trialed and commissioned at least ten (10) of the proposed PCs and ten (10) of the proposed AMSs in the last three (3) years. 4. Applicability of the trade agreement to the procurement This procurement is subject to the following trade agreement: - Canadian Free Trade Agreement (CFTA); - World Trade Organization - Agreement on Government Procurement (WTO-AGP); - Canada-European Union Comprehensive Economic and Trade Agreement (CETA); - Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP); 5. Set-aside under the Procurement Strategy for Aboriginal Business Not Applicable. Not applicable. 6. Comprehensive Land Claims Agreement(s) Not Applicable. 7. Justification for the Pre-Identified Supplier The particular and unique design of the MLBs that are self-righting boats, requires that new DPTSs fit within the same space envelope currently used by the existing DPTSs’ equipment and components without requiring boat’s alterations or modifications and without changing their weights and stabilities. For those reasons, it is expected that only the original supplier of the existing DPTS, that is Caterpillar through its Canadian authorized dealers Toromont Industries Ltd and Finning Power Systems, will be able to supply a new DPTS within the constraints imposed by the boat particular design. The Pre-Identified Suppliers, Toromont Industries Ltd and Finning Power Systems are the sole distributors of Caterpillar diesel engines in Canada within their respective territories. 8. Government Contracts Regulations Exception The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) ''only one person is capable of performing the work''. 9. Exclusions and/or Limited Tendering Reasons The following limited tendering reasons are invoked under the: (a) Canadian Free Trade Agreement (CFTA) Article 513, 1 (b) (iii) ''due to an absence of competition for technical reasons.''; (b) World Trade Organization - Agreement on Government Procurement (WTO-AGP) Article XIII, 1. (b) (iii) ''due to an absence of competition for technical reasons ''; (c) Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Article 19.12, 1 (b) (iii) ''due to an absence of competition for technical reasons''; and (d) Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) Article 15.10, 2 (b) (iii) ''due to an absence of competition for technical reasons''. 10.Ownership of Intellectual Property N/A 11. Period of the proposed contract The estimated duration of the proposed contracts will be up to the end of 2029 including options. 12. Cost estimate of the proposed contract The estimated value of the contracts, including options is not provided. 13. Name and address of the pre-identified supplier Toromont Industries Ltd. 268 Orenda Road Brampton, Ontario L6T1E9 Canada Finning Power Systems 735 Great Northern Way Vancouver, British Columbia V5T1E2 Canada 14. Suppliers' right to submit a statement of capabilities Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements of this ACAN and more specifically the Criteria for assessment for the Statement of Capabilities IAW the article 3 of this ACAN. 15. Closing date for a submission of a statement of capabilities The closing date and time for accepting statements of capabilities is 06 January 2021, 2:00 pm EST. 16. Inquiries and submission of statements of capabilities Inquiries and statements of capabilities are to be directed to: Marc Aussant Supply Team Leader Public Services and Procurement Canada Defense and Marine Procurement Branch Place du Portage, Phase III, 8B3 11 Laurier Street Gatineau, Québec K1A 0S5 Mobile: 613-889-4254 E-mail: marc.aussant@tpsgc-pwgsc.gc.ca Delivery Date: Above-mentioned You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above. An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award. However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process. Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements. The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page. 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)
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
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
- Aussant, Marc
- Phone
- (613) 889-4254 ( )
- Email
- marc.aussant@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
11 Laurier St. / 11, rue Laurier
Place du Portage III, 8B3Gatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
Bidding details
Details for this tender opportunity are provided in the Description tab.
Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.
Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.
We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.