SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

EGD Canadian Forces Sailing Association Waterlot Remediation Project

Solicitation number EZ113-222431/A

Publication date

Closing date and time 2022/06/23 17:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    EZ113-222431/A
    Sezginalp, Kipp (PWY)
    Telephone No. (604) 367-5341
    Email: kipp.sezginalp@pwgsc-tpsgc.gc.ca 
    
    IMPORTANT NOTICE TO BIDDERS:
    
    TWO PHASE SELECTION PROCESS
    This is the first phase (Phase one) of a two-phase competition: the first phase will evaluate the qualifications of all bidders; second phase (Phase two) will invite the qualified bidders to provide a financial and technical bid on the project based on the specifications and drawings provided then. Upon award of contract in Phase Two the pre-qualification list resulting from first phase will expire and will not be used in any other solicitation. 
    
    DEBRIEFING:
    Should a bidder desire a debriefing, the bidder should contact the person identified on the front page of the solicitation document within 15 working days of the notification of the results of the solicitation. The confidentiality of information relating to other submissions will be protected. The debriefing may be provided in writing, by telephone or in person.
    
    LIST OF PRE-QUALIFIED BIDDERS:
    A list of pre-qualified bidders from Phase One will not be released. Contract award notice of the successful bidder of Phase Two will be posted on buyandsell.gc.ca
    
    To use CPC Connect to submit your bid, or to get more information on its use, please send an email to the Pacific Region Bid Receiving Unit’s generic address at: 
    TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca
    
    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.
    
    Please monitor buyandsell.gc.ca closely as changes to bid closing dates may be necessary.
    
    
    Title:  EGD Canadian Forces Sailing Association Waterlot Remediation Project
    
    Location: Esquimalt Harbour, Esquimalt, B.C.
    
    
    Work Description:
    
    Public Services and Procurement Canada (PSPC) is undertaking remediation at the Canadian Forces Sailing Association (CFSA) Waterlot. The Project is focused on bringing the CFSA property into alignment with the general management goals related to federal contaminated sites as defined by the Federal Contaminated Sites Action Plan (FCSAP). The Project is intended to reduce long-term financial liability and manage human health and ecological risks to the standard of care required by PSPC policy. 
    
    The CFSA is located on the north shore of Constance Cove in Esquimalt Harbour at 1001 Maple Bank Road, Esquimalt, BC, on Federal Crown land owned by PSPC. The Project Area is located on the north side of Munroe Head Munroe Head which is an industrialized point on the east side of Esquimalt Harbour, south of Ashe Head, and north of the Esquimalt Graving Dock (EGD).  Esquimalt Harbour has been the site of naval and industrial activity since the 1850s. Shipbuilding, ship repair, sawmills, and log storage are among the industries that resided in and around the Harbour which has resulted in contamination at the Site. Esquimalt Harbour is governed by the Canada Marine Act and Transport Canada’s Natural and Man Made Harbour Regulations, which are administered by the Department of National Defence (DND).
    
    The Scope of Work under this Contract includes removal of existing marina structures, dredging and excavation of up to 17,000m3 of contaminated sediments; material processing of all dredge material at a Processing Facility for segregation of Suspected Unexploded Ordnance (UXOs); in-water transportation to the Contractor Off-Site Offload Facility; upland transportation and disposal of dredge material at a Disposal Facility; and importing and placement of Remedial Management Cover Material. The project is not a standard dredging and disposal project as material within the Work site is located in difficult access areas and is contaminated with various chemicals of concern, and may contain debris, Suspected UXO, historically, archaeologically, architecturally, or paleontologically significant structures, sites, or things.  The Contractor shall use extra care to conduct its work in a manner that is suitable for environmental cleanup and not in a production dredging manner.  
    
    Mandatory Requirement for Phase Two:
    
    Public Services and Procurement Canada (PSPC) is implementing a remediation and risk management program at the CFSA Waterlot as part of a long-term strategy to address sediments that have been contaminated by historical industrial activities. The project will implement remedial dredging and material placement measures to reduce ecological risk and associated liability for PSPC.
    
    As part of Canada’s commitment to support its First Nations population, this procurement contains a mandatory point rated Indigenous Participation Requirement (IPR) component that aims to provide socio-economic benefits to Indigenous People and Indigenous Firms of the Esquimalt and Songhees Nation. The information that Bidders are required to provide is set out in detail in Phase two.
    
    Delivery Date:
    The Contractor must perform and complete the Work by March 31, 2023.
    
    Value of Project:
    
    To assist with bonding and insurance requirements, this project is estimated to cost $5,000,001 to $20,000,000
    
    
    Tender Enquiries:
    
    Kipp Sezginalp, Supply Specialist
    Tel: (604) 367-5341
    Email: kipp.sezginalp@pwgsc.gc.ca
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Amendments, when issued, will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids 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. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s) of the amendment, if any, that they have taken into consideration for their bid.
    
    This procurement office provides procurement services to the public in 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Sezginalp (PWY), Kipp
    Phone
    (604) 367-5341 ( )
    Email
    kipp.sezginalp@pwgsc-tpsgc.gc.ca
    Fax
    () -
    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
    001
    English
    57
    001
    French
    3
    000
    English
    61
    000
    French
    4

    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
    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: