Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Maintenance Dredging - North Traverse, Cap-Santé Traverse, Bécancour & St-Pierre Lake (2019-2025)

Solicitation number EE517-170476/A

Publication date

Closing date and time 2016/09/28 14:00 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: 
    
    
    
    
    PRELIMINARY PROJECT NOTICE
    
    MAINTENANCE DREDGING OF THE NORTH TRAVERSE, CAP-SANTÉ TRAVERSE, BÉCANCOUR & SAINT-PIERRE LAKE
    Long-Term Contract (2019-2025)
    
    
    PURPOSE OF THIS NOTICE
    To inform the dredging industry of the procurement strategy developed by Public Services and Procurement Canada (PSPC) (previously Public Works and Government Services Canada (PWGSC)) and the Canadian Coast Guard (CCG) for maintenance dredging work in the St. Lawrence Seaway of which the Orleans Island North Traverse (Quebec).
    
    
    BACKGROUND
    The St. Lawrence Seaway is Canada’s main marine transportation route. The dredged portion of the North Traverse is a 30-km long, 300-m wide section of the St. Lawrence Seaway between St-Jean, Île d’Orléans and Cap Gribane, upstream of l’Île-aux-Coudres. The North Traverse has a volume of sediment of approximately
    50,000 cubic metres per year to dredge mainly made of gross sand.
    
    This  segment  of  the  river  experiences  the  most  severe  weather  conditions  between  Montreal  and Île-aux-Coudres. Frequent wind storms generate tall waves. Currents produced by tidal action and the meeting of fresh and salt waters are strong and unpredictable. Tidal action also results in daily water level variations of over 6 metres. Occasional dense fog that limits visibility is another element that must be considered.
    
    From a navigational standpoint, this area is also distinctive in that some 5,000 ship transits are recorded every year in this portion of the river en route to Canadian and U.S. ports, including 150,000-tonne tankers that supply a refinery on Quebec’s South Shore every week. The  North Traverse’s heavy vessel traffic, narrowness, currents, unique navigation conditions and sediment distribution require the use of specialized dredging equipment, specifically a trailing suction hopper dredge fitted with a opening bottom or a hinged deck opening hull (hereafter called trailing suction hopper dredge).
    
    
    PROCUREMENT STRATEGY
    In Autumn 2016, PSPC (PWGSC) plans to launch a competitive bidding process for a seven-year contract to begin with the 2019 dredging season. It is planned to have a seven-year contract period in order to give to contractor wishing to build or modify a vessel an interesting amortization period.This contract will include the dredging of the North Traverse, Becancour, Saint-Pierre Lake (every 2 years)  and Cap-Sante Traverse which add up to a volume of sediment of approximately 85,500 cubic metres per year to dredge. Bidders will have approximately three (3) months to prepare and submit their bids.
    
    
    SPECIFIC CONDITIONS FOR THE FLOATING PLANT CLAUSE
    The Floating Plant Clause (FPC), adopted by the Cabinet in 1930, requires the Government of Canada to issue dredging contracts to contractors that use Canadian-manufactured equipment, or foreign-manufactured equipment on condition that, in the latter case, it has undergone significant modifications in Canada in order for it to be deemed predominantly Canadian.  For equipment of foreign origin,bidders must provide, at bid closing, a certificate of qualification issued by Industry Canada (IC), confirming that the proposed equipment complies with the requirements of the FPC. Issuance of the certificate of qualification is subject to certain conditions, one of which is that the equipment must have been domestically owned for at least one year at the time of applying for the certificate, and that the value of the improvements made to the equipment must be equivalent to or greater than its purchaseprice. The FPC also requires that dredging equipment be registered in Canada. 
     
    For any dredging project including the North Traverse, the modified FPC will require that for the trailing suction hopper dredge, the requirements of the FPC must be complied with before the start of work. For other equipment, the FPC requires that the equipment comply with the requirements of the FPC at bid submission.
    
    The FPC used in Invitation to Tender requesting maintenance dredging of the North Traverse (which requires the use of a trailing suction hopper dredge) is drafted as follows:
    
    “Trailing suction hopper dredge
    To be used in this dredging project, a trailing suction hopper dredge must be registered and manufactured in Canada.
    
    However,a contractorwishing to use trailing suction hopper dredges of non-Canadian make or manufacture must obtain a certificate of qualification from Industry Canada before beginning the dredging work. A certificate of qualification will only be issued if the trailing suction hopper dredge has undergone modifications in Canada to improve it that are valued at more than its purchase price.
    Applications for a certificate of qualification must be sent to: 
        Director, Defence and Marine
        Aerospace, Defence and Marine Branch
        INDUSTRY CANADA
        CD Howe Building, Room 733C
        235 Queen Street
        Ottawa, Ontario
        K1A 0H5
    
    Applications for a certificate of qualification may be submitted by providing the information required in the form entitled “Certificate of Qualification of Floating Plant.”
    
    The contractor  must provide a certified true copy of the certificate of qualification of the trailing suction hopper dredge to the PSPC (PWGSC) Departmental representative before the start of work.
    
    Other floating plants
    If other floating plants are used for this dredging project, they must be registered and manufactured in Canada.
    
    However, a bidder  wishing to provide other floating plants that are not of Canadian make or manufacture must obtain a certificate of qualification from Industry Canada before submitting its bid . Applications for a certificate of qualification must be sent to the Director, Defence and Marine Branch, Industry Canada, at the address above. The Director, Defence and Marine Branch, Industry Canada, must receive the application a minimum of fourteen (14) days before the bid submission closing date.
    
    The bidder must provide, with its bid, a certified true copy of the certificate of qualification issued by IndustryCanada.
    
    Floating plants evaluated and approved by Industry Canada may be accepted for this dredging project.”
     
    
    
    
    Estimated calendar
    - Issue of the competitive bidding process  : autumn 2016;
    - Bidding period: approximately 3 months;
    - Evaluation of bids and awarding of contract: approximately 3 months; and
    - Start of work: June 2019.
    
    
    QUESTIONS AND COMMENTS
    Contractors with questions or comments regarding this preliminary project notice may send them by email to jean.rochette@tpsgc-pwgsc.gc.ca.
    
    PSPC (PWGSC) will read all comments received but will not be bound by them. 
    
    
    This notice is not a bid solicitation, and there are no commitments with respect to future purchases or contracts.
    
    
    
    
    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
    Rochette, Jean
    Phone
    (418) 649-2834 ( )
    Fax
    (418) 648-2209
    Address
    601-1550, Avenue d'Estimauville
    Québec
    Québec, Québec, G1J 0C7

    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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 Information
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    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: