SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Esquimalt Graving Dock South Jetty Reconstruction

Solicitation number EZ899-172412/B

Publication date

Closing date and time 2017/08/02 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ899-172412/B
    Yi (PWY), Patty
    Telephone No.  778-919-2578
    Fax No.  604-775-6633
    
    Title:  Esquimalt Graving Dock South Jetty Reconstruction
    Location:  Constance Cove of Esquimalt Harbour on Vancouver Island, B.C.
    
    ****CHANGE TO MANDATORY BIDDER'S CONFERENCE LOCATION****
    
    Work Description:
    The re-construction and modernization of the South Jetty at the Esquimalt Graving Dock (EGD) facility located in Constance Cove of Esquimalt Harbour on Vancouver Island, Esquimalt, British Columbia.  PWGSC is the custodian of the EGD - the largest dry dock and ship repair facility on the West coast of Canada - and is responsible for its operation and maintenance. The South Jetty is one of the facility’s key berthing platforms and must be replaced.
    
    The project will involve the re-construction of approximately 10,000 m2 of new jetty structure, integrated into the remaining portions of the South Jetty. The project will also re-establish about 300 metres of deep-water berthage for client vessels, effectively increasing the berthing capacity lost at the time of deconstruction. 
    
    MANDATORY BIDDER’S CONFERENCE AND MANDATORY SITE VISIT:
    
    Bidders attendance at the Bidder’s conference and site visit for this project is MANDATORY.  The representative(s) of the Bidder will be required to sign the attendance sheet at the Bidder’s conference and
    site visit.  Proposals submitted by Bidders who have not attended and signed the attendance sheet for the Bidder’s conference and site visit will not be accepted.  
    
    
    The Bidder and/or representative of the Bidder must attend the Bidder’s conference.  The Bidder’s conference will be held at the Esquimalt Graving Dock (EGD). Interested Bidders are to meet at the EGD Operations Building, Building NS32, Esquimalt Graving dock, located at 825 Admirals Road, Victoria, BC. on June 14, 2017.  The conference will begin at 10:00 am PDST.  The scope of the requirement detailed in the RFP will be reviewed during the conference. 
    
    Bidder and/or a representative of the Bidder must visit the work site. Arrangements have been made for the site visit to be held on June 14, 2017 12:30 PDST at the Esquimalt Graving Dock (EGD). Interested Bidders are to meet at the EGD Operations Building, Building NS32, Esquimalt Graving dock, located at 825 Admirals Road, Victoria, BC.   
    
    Bidders are responsible for making their own travel arrangements.
    
    Bidders are reminded that the Esquimalt Graving Dock is a heavy industrial site and WCB approved protective equipment (such as:  hard hat, high visibility vest, safety footwear) must be worn for the
    mandatory site visit.
    
    Bidders are requested to communicate with the Contracting Authority, Patty Yi at patty.yi@pwgsc.gc.ca or (778) 919-2578 no later than 24 hours prior to the conference and site visit to confirm attendance.  Bidders 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 Bidder attend.  
    
    Any clarifications or changes to the RFP resulting from the mandatory Bidder’s conference and site visit will be included as an amendment/addendum to the RFP. Submissions provided by Bidders who did not attend the mandatory bidders conference and site visit and did not sign the attendance forms will be considered non-responsive and will not be considered further from the RFP process
    
    
    Procurement Strategy for Aboriginal Business (PSAB)
    This procurement will be set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB.
    
    Potential bidders of the upcoming opportunity are advised to contact Aboriginal Affairs and Northern Development Canada (AANDC) to obtain information about the PSAB at the following website and coordinates:
    Aboriginal Affairs and Northern Development Canada
    Aboriginal Procurement & Business Promotion Directorate
    Phone: 1-800-400-7677
    Fax: 819-956-9837
    Email: saea-psab@aadnc-aandc.gc.ca
    Website: http://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803
    
    
    Industrial Security Related Requirements:
    
    At bid closing, the Proponent must hold a valid Security Clearance. Failure to comply with this
    requirement will render the Proposal non-compliant and no further consideration will be given to the Bid.
    
    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. 
    
    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 bidder'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), Public Works and Government Services Canada (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.  Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CISD, PWGSC, the Contractor personnel MAY NOT ENTER sites without an escort.
    
    3.    Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    Interested Contractors and their subcontractors that do not have the level of security indicated above, PWGSC shall sponsor the Contractor or subcontractor so CISD can initiate procedures for security clearance. CISD, by letter, shall forward documentation to the Contractor or subcontractor for completion.  Interested Contractors or subcontractors desiring such sponsorship should so indicate in writing to the Contracting Authority.
    
    Enquiries:
    All enquiries in regards to this information notice are to be forwarded to the Contracting Authority stated below.
    Contracting Authority:
    Patty Yi
    PWGSC Pacific Region - Real Property Contracting
    Telephone:  778-919-2578
    Facsimile:  604-775-6633
    Email:  patty.yi@pwgsc.gc.ca
    
    Value of Project:
    To assist with bonding and insurance requirements, this project is estimated to cost between $50,000,000.00 to $55,000,000.00.
    
    Firms intending to submit proposals on this project should obtain tender (solicitation) 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 tender (solicitation) documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. 
    
    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

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Yi (PWY), Patty
    Phone
    (778) 919-2578 ( )
    Email
    patty.liu@pwgsc-tpsgc.gc.ca
    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
    011
    French
    2
    012
    French
    11
    012
    English
    74
    011
    English
    69
    010
    French
    6
    010
    English
    65
    009
    French
    5
    009
    English
    69
    008
    French
    14
    English
    59
    008
    English
    79
    007
    French
    7
    English
    45
    English
    40
    English
    47
    English
    46
    English
    48
    007
    English
    83
    English
    27
    English
    25
    English
    39
    006
    French
    12
    006
    English
    83
    005
    French
    10
    005
    English
    94
    English
    63
    004
    French
    8
    004
    English
    109
    003
    French
    19
    003
    English
    110
    002
    French
    14
    002
    English
    109
    001
    French
    14
    001
    English
    141
    000
    French
    35
    English
    184
    English
    126
    English
    106
    000
    English
    239

    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
    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: