St. Clair and Detroit Rivers Navigational Dredging. South East Bend - Maintenance Dredging 2019

Solicitation number EQ754-200307/A

Publication date

Closing date and time 2019/08/20 14:00 EDT

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: 
    
    EQ754-200307/A
    Dhanna, Sheila
    Telephone No. - (416) 315-9944 
    Fax No. - (416) 952-1257 
    e-mail: sheila.dhanna@pwgsc-tpsgc.gc.ca
    
    St. Clair and Detroit Rivers Navigational Dredging.  South East Bend - Maintenance Dredging 2019.  Project No.  R.095968.001
    
    Public Services and Procurement Canada, on behalf of Fisheries and Oceans Canada, Canadian Coast Guard has a requirement for navigational dredging at the South East Bend, St. Clair River, Ontario. 
    
    SCOPE OF WORK
    The services required are set forth in the scope of work summary as detailed below.  
    The scope of work is understood to be the navigational dredging to re-establish posted navigational water depths of the St. Clair River, South East Bend, near Port Lambton, Ontario. Contract Drawings and Specifications are attached for reference.
    Shoals on the South East Bend of the St. Clair River have been identified by a 2018 Hydrographical survey. The target volume for dredging is approximately 20,000 cubic meters. The dredging locations are detailed in the attached Detailed Design drawings (Drawings MA-00 to MA-05).  The dredge areas do not have sediment chemistry exceeding the guidelines for open water disposal. The material is to be placed in open water along the western shore of Point Pelee National Park as beach nourishment as outlined in the Detailed Design drawings (Drawing MA-06).
    Dredge samples will be collected from the dredge transport vessels throughout the duration of the construction period as well as continuous real-time turbidity monitoring for dredging in daylight hours.  The Contractor is to provide a suitable boat, crew and monitoring equipment to execute this addition monitoring. Monitoring set-up shall be such that site instructions can be issued to the Contractor to stop work or change dredging methods within two (2) minutes of turbidity exceedances by the Contractor.
    The dredging site is an open navigation area. Any work at and around the dredging site is subject to ongoing commercial and recreational navigation. The contractor shall be responsible for health and safety for all of its team members on site, and for protection of the general public and government employees adjacent to the site to the extent that they may be affected by conduct of the field work. The standards, codes and regulations for the dredging and disposal work shall be the latest edition of the following (including all amendments, supplements and revisions thereto): 
    National Building Code of Canada
    Current dredging and disposal best practices.
    Federal and Provincial Environmental Regulations
    Canada and Provincial Occupational Health and Safety Regulations
    Canada Labour Code (including latest revisions of all regulations)
    Provincial and Municipal Traffic Acts and Regulations
    
    The Contractor shall perform and complete the Work within 10 weeks from the date of notification of acceptance of the offer.
    
    The scenarios detailed, identifies different
    areas of dredging work, from smallest to largest. 
    
    The estimated cost for this opportunity is within the following
    cost category: 
    Between $1,000,001.00 and $2,000,000.00
    
    Canadian registered and manufactured vessels or vessels that have been substantially modified in Canada, resulting in a predominantly Canadian added-on value and pre-qualified, may provide federally procured dredging services below $5M Special Drawing Rights.
    
    MANDATORY REQUIREMENTS
    Bidders must meet all the mandatory requirements specified in the tender document.  Failure to comply with any or all the mandatory requirements will render the bid non-compliant and no other consideration will be given to the bid.
    Drawings and Specifications are available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachments (ATT) contains the Drawings and Specifications Package which consists of PDF files organized in an industry recognized directory structure.    
    Standard Terms and Conditions for this procurement are incorporated by reference into and form part of the Tender and Contract Documents.  
    The standard Public Works and Government Services Canada documents may be viewed at
    https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual
    
    All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officers, 
    Sheila Dhanna:  e-mail: sheila.dhanna@pwgsc-tpsgc.gc.ca Telephone:  (416) 315-9944, or 
    Facsimile: (416) 952-1257 
    
    Bid Receiving:   Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street,  Bid Receiving, 10th Floor, Toronto, Ontario  M2N 6A6.nto, Ontario  M2N 6A6.
    
    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
    Dhanna, Sheila
    Phone
    (416) 315-9944 ( )
    Email
    sheila.dhanna@pwgsc-tpsgc.gc.ca
    Fax
    (416) 952-1257
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    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
    9
    003
    English
    19
    002
    French
    3
    002
    English
    19
    French
    10
    001
    French
    5
    001
    English
    14
    English
    17
    English
    12
    English
    17
    000
    French
    15
    000
    English
    44
    English
    22
    English
    39

    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
    Ontario (except 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: