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: Lowest/Lower Bid
Comprehensive Land Claim Agreement: No
Nature of Requirements:
1. BIDDERS' CONFERENCE
A bidders' conference will be held in Windsor, Ontario, at a location to be determined on September 24th 2025. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be taken into consideration. It is recommended that bidders who intend to submit a bid attend or send a representative.
Bidders are requested to communicate with the Contracting Authority before the conference 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 five (5) working days before the scheduled conference.
2. MANDATORY SITE VISIT
It is mandatory that the Bidder visit the vessel. Arrangements have been made for the site visit to be held on September 23rd, 2025, at 0900 EST onboard CCGS Caribou Isle, tied up alongside at the Canadian Coast Guard Base, 370 Dalhousie St, Amherstburg, ON.
Bidders must communicate with the Contracting Authority no later than five (5) working days before the scheduled visit to confirm their attendances and provide the names of the person(s) who will attend. Bidders must also communicate the names of their subcontractors who may visit the vessel as well. The list of the names communicated to the Contracting Authority will transmitted to the vessel’s brow and only listed attendees will be allowed to board the vessel for the mandatory site visit. Bidders must sign the attendance form at the vessel’s brow which will confirm their attendance.
The Bidders who do not attend the mandatory site visit will not be given an alternative appointment and their bids will be rejected as non-compliant.
3. The Canadian Coast Guard has a requirement to replace the existing Alarm Monitoring System and Fire Detection System (AMS and FDS) fitted onboard its three (3) Canadian Coast Guard Ships (CCGS) identified as the Isle Class with new AMS and FDS approved by American Bureau of Shipping (ABS), one of the Classification Societies recognized by Canada. The Isle Class Vessels are maintained in Class with ABS. Canada intends to enter into the resulting Contract only with a Bidder that is a Systems Integration Contractor. The Systems Integration Contractor must:
Canada intends to enter into the resulting Contract only with a Bidder that is a Systems Integration Contractor. The Systems Integration Contractor must:
(a) Use an open architecture design for both SCADA or DCS software and Programmable Controllers to facilitate ease of integration of the system with third party hardware and systems, and have the capability to do software development and related testing of the complete AMS and FDS or subassemblies used within the proposed AMS. The Systems Integration Contractor identity is evidenced by the name appearing on the purchased system and / or on all accompanying drawing and training documentation;
(b) Design and integrate with new equipment and existing equipment the complete system and subassemblies used within the proposed AMS and FDS. The Contractor must retain full system responsibility for all requirements and have sufficient ownership rights in Intellectual Property in and to the AMS and FDS to grant to Canada and Canada’s licensees all the rights required under the resulting Contract to complete the Contract Work and any other work for which the Contract grants Canada a license in and to the purchased goods; and
(c) All Bidders must submit as part of their response a self-certification regarding the Bidder’s authority to provide Canada with the Goods and Services, which must be signed by the Bidder. No Contract will be awarded to a Bidder unless the certification has been provided to Canada. It is in Canada's sole discretion to determine whether all the required information has been provided.
The requirement includes all associated Work and Services described herein including the Statement of Work (SOW) attached as Annex "A".
4. The initial contract is for the procurement of one (1) new AMS and FDS to replace the Existing AMS and FDS onboard CCGS Caribou Isle.
Canada reserves the right to swap the CCGS Caribou Isle by any of the other CCGS Isle Class vessels listed in the Options for additional quantities see section 1.2.2.1 below. There will be no pricing adjustments to the Bidders quoted prices for the selected vessel that will be transferred into the Initial Contract.
5.Canada will have the right to exercise any of the following options:
A - OPTIONS FOR ADDITIONAL QUANTITIES
The order in which the vessels are listed below must not be considered as the order that Canada will exercise the Options for additional quantities. The chronological numbering of the Options with the proper CCGS Isle Class vessel will be updated through a Contract Amendment to reflect the new sequence. There will be no pricing adjustments to the Bidders quoted prices for the selected vessel.
The contract will include the following options for additional quantities:
I. A first (1st) option is for the procurement of one (1) new AMS and FDS to replace the Existing AMS and FDS onboard CCGS Cove Isle; and
II. A second (2nd) option is for the procurement of one (1) new AMS and FDS to replace the Existing AMS and FDS onboard CCGS Ile Saint-Ours.
B - OPTIONS FOR ADDITIONAL PERIODS
The initial contract period will have a duration of one (1) year. Each year, Canada reserves the right to extend the contract duration by one (1) additional year. All prices of non-exercised option(s) will then be subject to an Economic Price Adjustment (EPA).
All options will be exercised through contract amendments.
C - OPTION FOR REMOTE ONLINE AND PHONE CALL SERVICES ON A PER VESSEL BASIS
Following the Final Work Acceptance of each vessel, the Contractor grants to Canada the irrevocable option to add Remote Online and Phone Call Services for up to three (3) vessels and each option has a duration of one (1) year.
D - OPTION FOR SPARE PARTS
With this option, the Contractor grants to Canada the irrevocable option to add Spare Parts for up to (3) vessels.
E - OPTION FOR ADDITIONAL CADRE TRAININGS
Shipboard Cadre training course
With this option, Canada reserves the right to add additional Cadre Shipboard training sessions in order to address future requirements concerning additional crew members and/or technical staff.
Classroom Cadre training course
With this option, Canada reserves the right to add additional Cadre Classroom training sessions in order to address future requirements concerning additional crew members and/or technical staff.
F - OPTION FOR SPECIAL PURPOSE TOOLS AND TEST EQUIPMENT (SPTATE)
With this option, the Contractor grants to Canada the irrevocable option to add SPTATE for up to three (3) vessels.
6. POINTS OF DELIVERY AND SITE OF INTEGRATION AND INSTALLATION
The Caribou Isle AMS and FDS must be consigned and delivered to the CCGS Caribou Isle, tied up in Amherstburg, ON. Canada to confirm Delivery Point prior to delivery.
The Covel Isle AMS and FDS must be consigned and delivered to the CCGS Caribou Isle, tied up in Parry Sound, ON. Canada to confirm Delivery Point prior to delivery.
The Ile Saint-Ours AMS and FDS must be consigned and delivered to the CCGS Caribou Isle, tied up in Sorel-Tracy, QC. Canada to confirm Delivery Point prior to delivery.
7. CARE AND CUSTODY OF EACH VESSEL
Canada will retain the care and custody of the vessels under the contract
8. REMOTE ONLINE AND PHONE CALL SERVICES
The Contractor must have a remote technical support phone number and the required infrastructure in Canada, that must provide as a minimum, for the AMS and FDS, a 24 hours a day seven (7) days a week with minimum twelve (12) hour response time provided by AMS trained Technical Support technicians. The technicians must be able to provide diagnostic troubleshooting, operation and maintenance services.
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.
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.