SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Concrete Float Modules,SAR Facility

Solicitation number F7044-210340/A

Publication date

Closing date and time 2022/07/08 17:00 EDT


    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: 
    
    F7044-210340/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 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:  Concrete Float Modules
    
    Location: SAR Facility at Hartley Bay, BC
    
    Work Description:
    
    Fisheries and Oceans, Canada had a drydock contractor in a separate tendered contract construct two (2) concrete floating docks of the Type I Quad design from the Standard Drawing package by Small Craft Harbours, a department of Fisheries and Oceans Canada. The floating concrete dock tender package was issued through DFO’s Departmental Representative in 2019. Both concrete docks are temporarily moored in Steveston Harbour in Richmond. Both of these docks are to be transported to Hartley Bay under the scope of work in this Tender Package and moored in accordance with the design drawings provided in Phase Two. 
    
    Mandatory Requirement for Phase Two: 
    The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples.  This project will take place on the traditional territories of the Gitga'at First Nations (herein referred to as “Indigenous Peoples”). 
    
    As part of Canada’s commitment to reconciliation with Indigenous Peoples, this procurement requires bidders to include an Indigenous Participation Requirement (IPR) that provides the local Indigenous Peoples on whose traditional territories the project is located, opportunities to participate in the performance of the federal Work through the provision of training and apprenticeship, labour and goods and services by Indigenous Firms (including Subcontracting).  All bidders must provide specific planned participation for the Indigenous Peoples and firms owned by Indigenous Peoples throughout the duration of the project.
    
    Canada has worked successfully in the past to leverage capacity building for Indigenous Peoples and is pleased to continue working collaboratively with Indigenous communities and stakeholders on all federal projects.
    
    Delivery Date:
    The Contractor must perform and complete the Work by December 31, 2022.
    
    Value of Project:
    
    To assist with bonding and insurance requirements, this project is estimated to cost $1,000,001 to $5,000,000.
    
    
    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

    • 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
    Sezginalp (PWY), Kipp
    Phone
    (604) 367-5341 ( )
    Email
    kipp.sezginalp@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
    Fisheries and Oceans Canada
    Address
    200 Kent St, Station 13E228
    Ottawa, Ontario, K1A 0E6
    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
    000
    French
    9
    000
    English
    83

    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: