Environmental Site Assessment Services for Various Locations in Quebec_Stream 1

Status Awarded

Contract number 4600000538

Solicitation number 30004115

Publication date

Contract award date


    Description

    This contract was awarded to:

    AtkinsRéalis Canada Inc.

    OBJECTIVES OF THE REQUIREMENT

    Fisheries and Oceans Canada (the Department) requires the services of firms working in the field of contaminated sites and the environment to carry out a variety of projects at sites under the Department’s responsibility in Quebec.

    DFO is seeking to award up to five (5) Standing Offers for Stream 1 and up to three (3) Standing Offers for Stream 2.

    LOCATION OF WORK

    The professional services described in the Standing Offer will be provided on behalf of the Department in the province of Quebec and will include the following:

    • Stream 1 Environmental site assessment and environmental remediation, excluding the territory covered under the James Bay and Northern Quebec Agreement;
    • Stream 2 Toxicological and ecotoxicological risk assessment and related studies, excluding the territory covered under the James Bay and Northern Quebec Agreement;

    Some sites are only accessible by helicopter or boat. Therefore, in certain situations, the consultant must anticipate the planning and logistics required for remote areas.

    PERIOD OF STANDING OFFER

    The services are to be performed on an “as-and-when-required” basis during the period from date of award to August 31, 2028.

    SECURITY

    There is no security requirement for this contract. The firm working under this Standing Offer Agreement must not be given access to sensitive information or assets, and the firm’s employees must be escorted at all times while on DFO restricted areas.

    TRADE AGREEMENTS

    The requirement is subject to the Canada–Chile Free Trade Agreement (CCFTA), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPATPP), the Canada–European Union Comprehensive Economic and Trade Agreement (CETA), the Canada–Colombia Free Trade Agreement, the Canada–Peru Free Trade Agreement (CPFTA), the Canada–Panama Free Trade Agreement, the Canada–Korea Free Trade Agreement (CKFTA), the Canada–Ukraine Free Trade Agreement, the Canada–Honduras Free Trade Agreement, the World Trade Organization Agreement on Government Procurement (WTO–AGP) and the Canadian Free Trade Agreement (CFTA).

    MANDATORY REQUIREMENTS

    An Offeror can submit an offer for Stream 1 or Stream 2, or for both streams. The Offeror must complete the corresponding tables for each stream for which it wishes to submit an offer.

    Mandatory Technical Criteria

    Proposals will be evaluated in accordance with the mandatory evaluation criteria as detailed herein. An Offeror’s proposal must clearly demonstrate that it meets all mandatory requirements for it to be considered for further evaluation. Proposals not meeting the mandatory criteria will be excluded from further consideration.

    The Offeror must include the following table in its proposal, indicating that it meets the mandatory criteria, and providing the proposal page number or section that contains information to verify that the criteria have been met.

    The Offeror must meet all the mandatory criteria listed. Any proposal not meeting any one of the mandatory criteria below will be deemed non-compliant and will not be given further consideration.

    Stream 1

    M1a The Offeror must propose one (1) Project Director with at least twelve (12) years of relevant experience in contaminated sites during the last fifteen (15) years and must demonstrate experience by providing a curriculum vitae (CV) with a detailed description of previous work experience. The proposed Project Director must have a bachelor’s degree in an environment-related field and the Offeror must provide a copy of the degree with their bid.

    M1b The Offeror must propose one (1) intermediate level project manager (professional) with at least five years of experience in contaminated sites and one (1) senior project manager with at least nine (9) years of experience in contaminated sites and must demonstrate experience by providing a curriculum vitae (CV) with a detailed description of previous work experience. The proposed project managers must each have a bachelor’s degree in an environment-related field and the Offeror must provide a copy of the degree with their bid.

    M2 The Offeror must have completed at least five (5) projects recently (i.e. carried out in the last [5] years) in Quebec involving environmental site assessments, in relation to the statement of work (section 2.2).

    Stream 2

    M3a The Offeror must propose one (1) Project Director with at least twelve (12) years of relevant experience in risk assessment over the past fifteen (15) years and must demonstrate experience by providing a curriculum vitae (CV) with a detailed description of previous work experience. The proposed Project Director must have a bachelor’s degree in an environment-related field and the Offeror must provide a copy of the degree with their bid.

    M3b The Offeror must propose one (1) intermediate level project manager (professional) with at least five years of experience in risk assessment and must demonstrate experience by providing a curriculum vitae (CV) with a detailed description of previous work experience. The proposed project manager must have a bachelor’s degree in an environment-related field and the Offeror must provide a copy of the degree with their bid.

    M4 The Offeror must have completed at least three (3) projects in Canada recently (i.e. carried out in the last five [5] years) involving risk assessment studies related to section 2.3 of the Statement of Work.

    COMPREHENSIVE LAND CLAIMS AGREEMENTS

    This Request for Standing Offers (RFSO) is to establish regional Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users in Quebec Region, excluding locations within Quebec that are subject to Comprehensive Land Claims Agreements (CLCAs). Any requirement for deliveries within these CLCA areas will be treated as a separate procurement, outside the resulting Standing Offer.

    Business address

    455 Blvd. René-Lévesque Ouest

    Montreal, QC, H2Z1Z3
    Canada
    Notice type
    Request for Standing Offer
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Quebec (except NCR)

    Contract duration

    The contract will be for a period of 60 month(s), from 2024/03/28 to 2029/03/28.

    Commodity - UNSPSC

    • 77101504 - Environmental Impact Assessment EIA services
    • 78141600 - Inspection
    • 81102600 - Sampling services

    Trade agreements

    • Please refer to tender description or tender documents

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Fisheries and Oceans Canada
    Address

    200 Kent Street

    Ottawa, Ontario, K1A 0E6
    Canada
    Contracting authority
    Mazen Obeid
    Phone
    (613) 299-2564
    Email
    mazen.obeid@dfo-mpo.gc.ca
    Date modified: