SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Colwood Jetties Remediation Projects (CJRP)

Solicitation number EZ113-170698/B

Publication date

Closing date and time 2016/10/12 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Colwood Jetties Remediation Projects (CJRP)
    EZ113-170698/B
    Ly, Ronny(PWY)
    Telephone No. - (604) 318-5750(    )
    Fax No. - (604) 775-6633
    Email: ronny.ly@pwgsc.gc.ca
    
    Title:
    Colwood Jetties Remediation Projects (CJRP)
    Location: 
    Canadian Forces Base (CFB) Esquimalt, Department of National Defence (DND)
    Esquimalt Harbour on Vancouver Island, B.C
    
    
    WORK DESCRIPTION:
    
    1. Public Works and Government Services Canada (PWGSC) is inviting qualified Proponents to remediate the D Jetty and F/G Jetty Work Site (Work Site) as part of the Colwood South Remediation Project and F/G Jetty Optimization Study Project.
    
    2. This is a single phase selection process.
    
    3. This RFP Document sets out the project requirement, i.e., the particulars of the project itself and  
     the broad scope of services required from the Contractor.
    
    4. Based upon their analysis of the project requirements and the capability/capacity of their firm, the  
     Proponents formulate proposals for the service, including their price.
    
    5. The Proponents describe their capabilities and proposed services in the “Manadatory/Technical Proposal” of the submission (Envelope One). The "Price Proposal" includes the proposed price and bid security which is submitted in a sealed envelope(Envelope Two).
    
    6. The Mandatory/Technical Portion of proposal(s) received are evaluated, without knowledge of the price, by the PWGSC Evaluation Board.  Evaluation is based on a set of mandatory and pre-established criteria, components and weight factors.  Numerical technical scores are awarded at the completion of the technical evaluation.
    
    7.  Price envelopes are then opened for the technically qualified proposals.  The responsive submission with the highest points combined will be recommended for award of the contract.
    
    Work under this Contract covers temporary structure removal, relocation and reinstatement; dredging of contaminated sediments and encountered Dredge Debris; dewatering of dredge material; treatment of dredge effluent (as necessary); in-water transportation (to the Contractor Off-Site Offload Facility); dredge material, Dredge Debris, and Demolition Debris offloading; temporary off-site stockpiling (if proposed); material processing of all dredge material at a Processing Facility to segregate Suspected UXOs out of the dredge material; treatment of contaminated sediment at a Treatment Facility (if proposed); upland transportation; disposal of dredge material, Dredge Debris and Demolition Debris at a Disposal Facility; importing and placing Backfill Material; and set up and maintenance of temporary facilities to support the above work. 
    
    Work will be performed in accordance with the contract schedules within the scope of work.
    
    MANDATORY PROPONENT’S CONFERENCE AND MANDATORY SITE VISIT
    
    1. The Proponent’s conference and site visit for this project is MANDATORY.  The representative(s) of the Proponent will be required to sign the attendance sheet at the Proponent’s conference and site visit.  Proposals submitted by Proponents who have not attended and signed the attendance sheet for the Proponent’s conference and site visit will not be accepted.
    
    2. The Proponent and/or representative of the Proponent must attend the Proponent’s conference.  The Proponent’s conferencewill be held at the Colwood Pacific Activity Centre located at 2610 Rosebank Road, Victoria, B.C on September 14, 2016.  The conference will begin at 10:00 am PDST.  The scope of the requirement outlined in the RFP will be reviewed during the conference. 
    
    3. Proponent and/or a representative of the Proponent must visit the work site. Arrangements have been made for the site visit to be held on September 14, 2016 12:00 PDST at the CFB Esquimalt Colwood Site. Interested Proponents will be provided with instructions on how to get to the CFB Esquimalt Colwood Site at the Proponent’s conference. 
    
    4. Proponents are responsible for making their own travel arrangements.
    
    5. Proponents should wear personal protective equipment (such as:  hardhat, highvisibility vest, work boots) to the mandatory site visit.
    
    6. Proponents are requested to communicate with the Contracting Authority before the conference and site visit to confirm attendance. Proponents should provide, in writing, to the Contracting Authority, the names of the person(s) who will be attending and a list of issues they wish to table at least three (3) calendar days before the scheduled conference and site visit. Due to space limitations, it is requested that no more than three (3) representatives for each proponent attend.
    
    7. Any clarifications or changes to the RFP resulting from the mandatory Proponent’s conference and site visit will be included as an amendment/addendum to the RFP. Submissions provided by Proponents who did notattend and signed the attendance will be excluded from the RFP process.
    
    8. Interested Proponents, please contact the Contracting Authority, Ronny Ly at telephone: (604) 318-5750 or ronny.ly@pwgsc.gc.ca.
    
    INDUSTRIAL SECURITY REQUIREMENT:
    
    At tender closing, the Proponent must hold a valid Security Clearance as indicated in section SC01 of
    The Supplementary Conditions. Failure to comply with this requirement will render the Proposal non-
    compliant and no further consideration will be given to the Proposal.
    
    The Successful Proponent’s personnel, as well as any subcontractor and its personnel, who are required 
    to perform any part of the Work pursuant to the subsequent contract must meet the mandatory security 
    requirement as indicated in section SC01 of the Supplementary Conditions. Individuals who do not 
    have the required level of security will not be allowed on site. It is the responsibility of the successful 
    Proponent to ensure that the security requirements are met throughout the performance of the contract. 
    Canada will not be held liable or accountable for any delays or additional costs associated with the 
    successful Proponent's non-compliance with the mandatory security requirement. 
    
    The work will include the following industrial Security Requirement:
    
    1.      The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD),PWGSC.
    
    2.      The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/ PWGSC.
    
    3.   Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    4.  The Contractor/Offeror must comply with the provisions of the:
    a) Security Requirements Check List and security guide (if applicable), attached at Appendix 3;
    b) Industrial Security Manual (Latest Edition).
    
    DELIVERY DATE:
    
    The work will require a planned, careful, and flexible approach by an experienced Contractor to ensure
    that the D Jetty North Zone and F/G Jetty Zone structures are carefully relocated and reinstated, all 
    dredge material and encountered Dredge Debris is dredged, transported, processed, and disposed of in a 
    proper manner, that in-water placement of Backfill Materials is performed according to the methods 
    described in these Specifications in order to maintain environmental quality, and all dredging and Backfill 
    Material placement work is completed by March 31, 2017, and Substantial Completion by May 30, 2017.
    
    VALUE OF PROJECT:
    
    To assist with bonding and insurance requirements, this project is estimated to costapproximately $20,000,000.
    
    TENDER ENQUIRIES:
    
    Ronny Ly, Supply Specialist (604) 666-0043
    ronny.ly@pwgsc.gc.ca
    
    Firms intending to submit proposals on this project should obtain Request for Proposal RFP) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their Proposals on RFP documents obtained from other sources do so at their own risk and will be solely responsible to inform the RFP calling authority of their intention to submit. 
    
    This procurement office provides procurement services to the public in English.
    
    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

    • Agreement on Internal Trade (AIT)

    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
    Ly, Ronny(PWY)
    Phone
    (604) 666-0043 ( )
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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
    004
    French
    3
    004
    English
    22
    003
    French
    6
    003
    English
    24
    002
    French
    1
    002
    English
    36
    English
    33
    001
    French
    3
    001
    English
    53
    English
    19
    English
    18
    English
    23
    000
    French
    11
    000
    English
    96
    English
    8
    English
    33
    English
    79
    English
    42
    English
    31
    English
    72
    English
    101
    English
    35
    English
    34
    English
    47

    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
    Procurement method
    Competitive – Open Bidding
    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: