Summary
One of the Canadian Coast Guard’s (CCG) mandates is to establish, maintain and operate a network of aids to navigation to allow mariners to safely navigate Canadian waters. These aids must be visible at all times.
To ensure the visibility of these aids, we did field surveys to establish a corridor within which vertical non-obstruction clearance is required. This corridor allows us to accurately identify any obstacles.
The purpose of this work is to clear the visibility corridor and improve marine safety in the Sainte-Anne-de-Sorel de area.
Description of work required
The contractor must prune the trees located in the non-obstruction corridors to improve visibility of the the above-mentioned range shown in Appendix A. These trees, which are identified with tape, are of various species and sizes. They must be pruned in accordance with the cutting height depending on their location, in the visibility corridor (118 total). The cutting heights vary from 10 to 13 m above ground level, and two dead trees will need to be cut down. The geographic coordinates, sectors, tree species and cutting heights, are illustrated in detail on plan No. QE33700-33710-A01-CL-A0 in Appendix B and listed in the table included in Appendix C.
Refer to the RFP document for full Statement of Work.
Mandatory Site Visit
A mandatory site visit will take place on Thursday, October 16, 2025, at 10:00 a.m. EDT A representative of the Canadian Coast Guard (CCG) will meet you at the Centre de service municipal et salle communautaire (46°03'39.8"N, 73°01'21.4"W) 1685 chemin du Chenal du Moine, Ste-Anne-de-Sorel, J3P 5N3.
All persons wishing to submit a bid must attend this site meeting in order to fully understand the scope of the work and the requirements of the bid. The bidder's representative must sign an attendance sheet and participate in the entire site visit for the bid to be considered valid.
Bidders must contact the procurement officer by email at Stephanie.Patry@dfo-mpo.gc.ca and copy DFO.tenders-soumissions.MPO@dfo-mpo.gc.ca) no later than Tuesday October 14, 2025, at 2:00 p.m. EDT to confirm their attendance and provide the following information:
1. Company name
2. Company address
3. Company phone number
4. Name of the bidder's representative, with email address and phone number
The bidder's representative will be required to sign the attendance sheet during the site visit. Bids submitted by bidders who have not signed the attendance sheet will not be accepted. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit or who do not send a representative will not be given another appointment and their bid will be declared inadmissible.
Bidders who do not confirm their attendance and who do not provide the above information will not be given access to the site. No other appointments will be granted to bidders who do not show up or who do not send a representative. The bidder's representative must sign the attendance sheet during the site visit. Bidders who do not participate in the visit will not be prevented from submitting a bid.
Any clarifications or amendments to the request for proposals following the site visit will be included in an addendum to the RFP.
Period of the Contract
The period of the Contract is from Contract award until December 31, 2025.
Security
No Security clearance required, escort required at DFO sites, except for public zones.
Trade Agreements
The requirement is subject to the Canada-Chile Free Trade Agreement (CCFTA), Canada-Colombia Free Trade Agreement, Canada-Panama Free Trade Agreement, Canada-Korea Free Trade Agreement (CKFTA), Canada-Honduras Free Trade Agreement, and the Canadian Free Trade Agreement (CFTA).
Mandatory Requirements
Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. Bidders’ Proposals must clearly demonstrate that they meet all Mandatory Requirements for the proposal to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.
Mandatory Criteria
M1 The contractor must provide a copy of valid first aid certificate for each person in charge at the site. A minimum of two (2) people must be proposed. (First aid.)
M2 The contractor must demonstrate that they are qualified to perform the pruning work (member of a recognized pruning or arboriculture association [SIAQ, ASCA], recognized professional, college or university training in arboriculture and/or forestry).
The contractor must include a copy of the diploma or certificate with their proposal.
M3 The contractor must demonstrate in their bid that they have worked on a project of similar scope within the last 72 months. A similar project must include both of the following:
1. Pruning at heights of 150 trees or more
2. Work requiring 4 or more people on site at the same time
The project description must include the project start and end dates and a brief description meeting the 2 criteria.
Comprehensive Land Claim Agreements
This procurement is not subject to any Comprehensive Land Claims Agreement
Selection Method
The basis of selection is Highest Compliant Combined Rating of Technical Merit and Price.