SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Underwater inspection, maintenance, repair - PSPC for Fisheries and Ocean Canada

Solicitation number EE517-191905/A

Publication date

Closing date and time 2020/01/23 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: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Addendum 003
    
    This addendum modifies the tender documents as indicated hereafter:
    
    Answers to questions received (9 TO 13). 
    
    *************
    
    Addendum 002
    
    Closing date for the above mentioned project has been postponed until 2020, january 23, 2:00pm
    
    **************************
    
    Addendum 001 
    
    This addendum modifies the tender documents as indicated hereafter:
    
    Answers to questions received. 
    
    
    ****************************
    
    Underwater inspection, maintenance, repair - PSPC for Fisheries and Ocean Canada 
    
    EE517-191905/A
    Harvey, K.
    Telephone No. - (514) 607-2867
    
    
    Regional Individual Standing Offer (RISO) 
    Accord de libre échange canadienne (ALEC)
    
    RISO - Underwater inspection, maintenance and repair
    
    Period: Two (2) years from the date of issue.  Possibility of three (3)
    additional one-year extensions.
    
    
    ***THIS DOCUMENT CONTAINS AN INDUSTRIAL SECURITY REQUIREMENT***
    
    At offer closing, the Offeror must hold a valid Security Clearance as indicated in section IP09 and  SC01 of the Supplementary Conditions. Failure to comply with this requirement will render the offer non-compliant and no  further consideration will be given to the offer.
    
    PSPC on behalf of the Department of Fisheries and Oceans Canada, this requirement is for underwater inspection, maintenance and repairs at the Maurice Lamontagne Institute, 850 Route de la Mer, Mont-Joli. See requirement details in the Scope of Work at Appendix 3.
    
    The purpose of these Specifications is to carry out inspections and 
    underwater maintenance as described in the Scope of Work of these Specifications at the Maurice Lamontagne Institute located at 850 Route de la Mer, Mont-Joli.
    
    The Contractor must reach an agreement with the Departmental 
    Representative as to the completion date of the inspection and maintenance.
    
    The Contractor must provide all documents, specialized labour, materials 
    and equipment appropriate for the completion of the work, such as the 
    following:
    
    -  Task Safety Analysis Form
    -  Work Procedure for Inspection and Maintenance Work
    -  Lockout Procedure
    -  Procedure for Working in Confined Spaces
    -  Diving Emergency Medical Plan 
    -  Diver Cards 
    -  Competency Cards
    -  Certification for Working in Confined Spaces
    -  Licences
    -  Commission des normes, de l’équité, de la santé et de la sécurité du travail du Québec (CNESST) - Construction Site Opening and Closing Notices 
    -  Necessary Equipment for Proper Execution of the Work
    
     
    SCOPE OF WORK
    
    Note: Here is an example of the work that may be done by the Standing Offer
    
    DESCRIPTION OF WORK
    
    - Seawater intake system and pre-filters
    
    - Visual inspection of the two pre-filters of the seawater intake system to assess the     condition of the components.
    
    - Observation of the countercurrent washing operation «Backwash» 
    
    - Visually inspect the two seawater intake pipes;
    
    - Inspect all flanges of the two lines of the seawater intake and replace them according to wear. Flanges will be provided by PWGSC 
    
    - Inspect of concrete pads.
    
    - Inspect and change all sacrificial anodes (if covered with sand, remove sand to carry out the inspection), depending on the degree of wear;
    
    - During the inspection, also carry out a detailed inspection of the level of silica sand within the pre-filters.
    
    - Take videos and pictures of the general condition and any failures;
    
    - Replace a thermograph with a new thermograph to be provided by the 
    Fisheries and Oceans Canada ( DFO) client;
    
    
    - Visually inspect all flanges and other components located in the two wells of the Block E pumping station;
    
    - Recommend appropriate procedures to be followed to inspect and carry 
    out maintenance on the components of these facilities and structures;
    
    - Following the cleaning and inspection work, draft a report and 
    recommendations and submit two copies of the report and 
    recommendations as well as two copies of a video of the operations to the Departmental Representative.
    
    - Upon completion of the Inspection, the Contractor must restore the site to its natural state;
    
    - Comply with all occupational health and safety standards and possess 
    relevant certificates prior the beginning of the mandate;
    
    - While carrying out the project, it is vitally important to co ordinate project activities with PWGSC officials and employees responsible for building maintenance.
    
    EVALUATION AND BASIS OF SELECTION 
    
    EVALUATION PROCEDURE
    
    Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria.
    
    Before bidding, the Offeror must ensure that it has the resources available and qualified to meet the entire requirement described in the Statement of Work and to comply with the security requirements.
    
    FINANCIAL EVALUATION
    
    Mandatory financial criterion at close of bids; Offerors must submit firm all-in rates in accordance with and based on the format used in the Basis of Payment in Appendix 4, (also as an attachement) FOB Destination for services, not including Applicable Taxes,
    but including all customs duties and all applicable excise taxes.
    
    EVALUATION METHOD
    
    The bid price will be evaluated in Canadian dollars, not including Goods and Services Tax or Harmonized Sales Tax, FOB Destination, including Canadian customs duties and excise taxes. The bid price will be calculated by determining to total evaluation amount. That amount will be calculated by totalling the evaluation amount for this period.
    
    BASIS OF SELECTION
    
    An offer must comply with the requirements of the Request for Standing Offers to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing Offer.
    
    
    Site Visit : Please contact Standing Offer Authority by e-mail if necessary to make an appointment
    
    STANDING OFFER
    
    A standing offer (SO) is an offer from a supplier to Canada that allows Canada to purchase goods and/or services, or a combination of goods and services, as and when requested, during a specific period of time, through the use of a call-up process which incorporates the conditions and pricing of the standing offer.
    
    A standing offer itself is not a contract. A separate contract is formed each time a call-up for the provision of goods and/or services is made against a standing offer. When a call-up is made, it constitutes an unconditional acceptance by Canada of the supplier's offer for the provision, to the extent specified, of the goods and/or services described in the standing offer. Canada's liability is limited to the actual value of the call-ups made by the identified user(s) within the period the standing offer is valid.
    
    Inability to Qualify: PWGSC will notify all suppliers who have not qualified and will indicate the reasons why their proposal was rejected.
    
    This PWGSC office provides procurement services to the public in both official languages. / This PWGSC office provide procurement services in French and English.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents 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

    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
    Harvey, Keven
    Phone
    (514) 607-2867 ( )
    Email
    Keven.Harvey@tpsgc.gc.ca
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Oues
    800, rue de La Gauchetière Ouest
    7e étage, suite 7300
    Montréal, Québec, H5A 1L6

    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
    003
    French
    3
    003
    English
    1
    002
    French
    4
    002
    English
    4
    001
    French
    6
    001
    English
    2
    French
    10
    French
    11
    000
    French
    28
    000
    English
    32
    English
    11
    English
    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: