SAP Ariba system maintenance

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

  • Saturday, May 17 from 8:00 pm until 11:59 pm (EDT) 

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Chain and mooring accessories

Solicitation number F7047-170006/A

Publication date

Closing date and time 2017/08/28 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/CFTA/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    The CCG has a requirement for various components and assemblies
    for mooring aids to navigation. It consists of such items as
    chains, bridles, shackles, counterweights, sinkers and
    miscellaneous components required to moor floating aids to
    navigation installed and maintained throughout the various
    regions of the Country by the Department of Fisheries and Oceans
    (Canadian Coast Guard).  
    
    The Identified Users authorized to make call-ups against the
    Standing Offer include any government department, agency or
    Crown corporation listed in Schedules I, I.1, II, III, of the
    Financial Administration Act, R.S., 1985, c. F-11.
    
    The period of the Standing Offer(s) will be for a one year
    period from the issuance date of the Standing Offer with an (1)
    option to extend for an additional year.   
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Canadian Free Trade Agreement (CFTA).
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the requirement detailed in the RFSO, to the Identified Users across Canada, excluding locations within Yukon, Northwest Territories, Nunavut, Quebec, and Labrador that are subject to Comprehensive Land Claims Agreements (CLCAs).  Any requirement for deliveries to locations within CLCAs areas within Yukon, Northwest Territories, Nunavut, Quebec, or Labrador will have to be treated as a separate procurement, outside of the resulting standing offers.
    
    There is no security requirement associated with this requirement.
    
    Mandatory Technical Criteria
    
    Products must be equivalent in form, fit, function and quality
    to the items specified in the bid solicitation in accordance
    with Annex A  Statement of Work, to Annex B  Mooring Hardware for
    aids to navigation  Technical Specification and Annex C -
    Serrated Cast Iron Anchors & Sinkers  Technical Specification Attached to this Request for Standing offer.  
    
    Financial Evaluation
    
    The responsive bid with the lowest evaluated price on an, item
    by item basis / an assembly basis / a lot basis, will be
    recommended for award of a contract as per Annex D - Basis of
    Payment - Parts Catalogue and Price List.  For any given line
    item, should the price difference between the lowest offerer of
    one Coast and the lowest offerer for the other Coast be less
    than 5%, then the lowest offerer for that line item will be
    recommended for issuance of a standing offer for that line item
    for both Coasts.
    
    Up to four (4) standing offers will be issued.  A fifth could be
    issued should significant savings be made on certain items.
    
    Some line items may be removed from the Parts Catalogue and
    Price list should the bid prices not represent fair value.
    
    All deliverables must be accompanied with a copy of the Lloyd's
    testing certificates and a copy of the Lloyd's material
    certificates as specified in Annex B  Mooring Hardware for aids
    to navigation  Technical Specification and Annex C - Serrated
    Cast Iron Anchors & Sinkers  Technical Specification.
    
    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
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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.

    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
    Taiebi, Rafik
    Phone
    (819) 420-4051 ( )
    Email
    rafik.taiebi@pwgsc-tpsgc.gc.ca
    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
    002 EN 25
    002 FR 4
    001 EN 20
    001 FR 8
    000 EN 87
    000 FR 12

    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
    ,
    Nova Scotia
    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: