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) 

RFSA - Small Vessel Disposal Services

Solicitation number EVC01-202004/B

Publication date

Closing date and time 2023/06/20 14:00 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: Subsequent/Follow-on Contracts
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    RFSA  - Small Vessel Disposal Services
    EVC01-202004/B
    Major, Andrea
    Telephone No. (403) 796-3230 
    Email: andrea.major@tpsgc-pwgsc.gc.ca 
    
    This Request for Supply Arrangements (RFSA) cancels and supersedes the previous RFSA number EVC01-202002/A. 
    
    The Government of Canada through this Request for Supply Arrangements (RFSA), intends to establish and maintain Supply Arrangements (SAs) with suppliers to provide small vessel disposal services (recovery and transportation) of any vessel up to a maximum of 65 feet (19.81m) in length, for one or more regions/sub-regions in accordance with the Statement of Requirement - Annex A.
    
    The services includes two (2) streams:  
    
    STREAM 1 - Simple Vessel Disposal (Land based not requiring marine transportation to reach vessel)
    STREAM 2 - Vessel Disposal (Marine based, vessel in water and requiring marine transportation to reach vessel)
    
    This Request for Supply Arrangements (RFSA) is to establish supply arrangements for the delivery of the requirement detailed in the RFSA to the Identified Users across Canada, including geographic areas subject to Comprehensive Land Claims Agreements (CLCAs) and the Nunavut Land Claims Agreement (NLCA).
    
    To meet the Government of Canada’s objectives of encouraging Indigenous socio-economic development through federally funded opportunities, resulting bid solicitations from this RFSA may be set aside under the Procurement Strategy for Indigenous Business (PSIB) or may include an Indigenous Participation Plan (IPP). For additional information on PSIB refer to https://www.isc-sac.gc.ca/eng/1100100032802/ 1610723869356 and for additional information on the Indigenous Benefits Plan refer to Annex H - Indigenous Participation Plan (IPP).
    
    Procurements will be directed to qualified Indigenous Businesses where practical and in accordance with the selection process identified in the RFSA. 
    
    Any resulting bid solicitation may be subject to the provisions of the trade agreements. Certain obligations under the trade agreements may not apply where the vessel is located in Nunavut region or an area covered by a modern treaty. If a set-aside or an exception is made use of or relied upon (e.g. any measure adopted or maintained with respect to Indigenous Peoples, set-aside for minority businesses, etc.), some or all aspects of the procurement may not be subject to certain trade agreement obligations.
    
    **For general information on how to do business with the governement, or to register as a supplier, please visit: https://buyandsell.gc.ca/for-businesses/contacts-for-businesses/procurement-assistance-canada-regional-offices.
    
    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    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
    Major, Andrea
    Phone
    (403) 796-3230 ( )
    Email
    andrea.major@tpsgc-pwgsc.gc.ca
    Address
    Place du Portage, Phase III
    Tower c
    11 Laurier Street, 6C2
    11, rue Laurier
    Gatineau
    Gatineau, Gatineau, K1A0S5

    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
    003
    French
    18
    003
    English
    82
    002
    English
    43
    002
    French
    9
    001
    English
    82
    001
    French
    6
    000
    English
    153
    000
    French
    23

    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
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    Germany
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Subsequent/Follow-on Contracts

    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: