Study of H2 storage in suitable geological formations

Status Expired

Contract number 3000789873

Contract value :

CAD 255,000.00

Solicitation number NRCan-183389

Publication date

Contract award date

Last amendment date


    Description
    This contract was awarded to:
    Imperial College

    1. Advance Contract Award Notice (ACAN)

    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    2. Definition of the requirement

    The Department of Natural Resources Canada (NRCan) has a requirement to conduct a research on the examination of H2 storage and trapping at pore-scale scales within geologic formations.
    The results will help guide the design and regulation of H2 storage in geological formations (e.g. updating CSA - Canadian Standards Association) Z341). The initiative will provide both policymakers and the industry insight into the risks and requirements for the safe storage of H2 across Canada. .
    The proposed procurement of services will be a part of a joint research collaboration between the Geological Survey of Canada (GSC) and Department of Earth Science and Engineering (ESE) research groups of the Imperial College of London (ICL).
    The work will involve the following:
    i. H2 trapping and interaction with the host formation;
    ii. Storage capacity estimation based on the type of formation and formation fluids;
    iii. Buoyancy-driven flow and leakage of the stored H2.
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    • Experience: The Bidder’s proposed resource MUST have a minimum of ten (10) years of experience conducting research related to subsurface gas geological storage such as carbon dioxide, hydrogen in tight or unconventional resources, demonstrated by providing ten (10)* scientific publications.
    *Experience must be within the last twenty (20) years.
    • Knowledge and understanding: The Bidder’s proposed resource MUST have the knowledge and scientific background to contribute to the project advancement and publishing scientific papers. More specifically, they must have a proven track record in publishing high-quality peer-reviewed articles in the field of Knowledge and understanding.
    The Bidder MUST have the facility to capture three-dimensional (3D) micro-computerized tomography (CT) scan images of sedimentary rocks including evaporite samples** at different time intervals, while injecting hydrogen.

    • Academic qualifications: The Bidder’s proposed resource MUST have a Doctor of Philosophy (Ph.D.) degree in engineering, physical sciences, geology, or geosciences, demonstrated by providing proof of education* (copy of the degree).
    *The list of recognized organizations can be found on the Canadian Information Centre for International Credentials website: http://www.cicic.ca/2/home.canada;
    4. Applicability of the trade agreement(s) to the procurement
    .
    This procurement is subject to the following trade agreement(s) :
    o Canadian Free Trade Agreement (CFTA)
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    o Canada-Chile Free Trade Agreement (CCFTA)
    o Canada-Colombia Free Trade Agreement
    o Canada-Honduras Free Trade Agreement
    o Canada-Korea Free Trade Agreement
    o Canada-Panama Free Trade Agreement
    o Canada-Peru Free Trade Agreement (CPFTA)

    5. Justification for the Pre-Identified Supplier

    The supplier mentioned in section 10 below is the only known supplier that meets the mandatory criteria set out in section 3 above.

    Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders.

    6. Government Contracts Regulations Exception(s)

    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection:
    6(d) - only one person is capable of performing the work).
    The identified supplier, Imperial College of London (ICL), is the only one able to meet all of the criteria identified in paragraph 3 above.
    7. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the:
    o Canadian Free Trade Agreement (CFTA) – Article: 513.1(b) (iii);
    o World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Under the Revised GPA - Article XIII, 1 (b) (iii);
    o Canada-European Union Comprehensive Economic and Trade Agreement (CETA) – Article(s) Article 19.12 (b) (iii)
    o Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article(s): 15.10 , 2 (b) (iii) (s)
    o Canada-Chile Free Trade Agreement (CCFTA) – Article(s) Kbis-09 (b),Article Kbis-09 (c)
    o Canada-Colombia Free Trade Agreement – Article(s): 1409 (b) (iii);
    o Canada-Honduras Free Trade Agreement – Article(s): 17.11 2 (b) (iii)
    o Canada-Korea Free Trade Agreement – Article 14.3, Under the Revised GPA - Article XIII, 1 (b) (iii);
    o Canada-Panama Free Trade Agreement – Article(s) 16.10 (b) (iii)
    o Canada-Peru Free Trade Agreement (CPFTA) – Article(s1409 (b) (iii)

    8. Ownership of Intellectual Property

    o Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    9. Period of the proposed contract or delivery date

    o The proposed period of contract is from date of contract award to March 31, 2026 inclusive.

    10. Cost estimate of the proposed contract

    The estimated value of the contract is $255,000.00 (GST/HST extra).

    11. Name and address of the pre-identified supplier

    Imperial College
    Department of Earth Science and Engineering
    South Kensington Campus
    London, England
    SW7 2AZ (UK)

    12. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    13. Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is September 25, 2024 at 2:00 pm MDT.

    14. Inquiries and submission of statements of capabilities
    Inquiries and statements of capabilities are to be directed to:
    Name: Nidhi Nigam
    Title: Procurement Team Leader
    Organization: Natural Resources Canada
    Address: 5320 122 St NW
    Edmonton, AB, T5H 3S5
    Telephone: (587) 337-3877
    E-mail address: Nidhi.Nigam@NRCan-RNCan.gc.ca

    Business address

    Department of Earth Science and Engineering, South Kensington Campus

    London, Greater London, SW7 2AZ
    United Kingdom
    Notice type
    Advance Contract Award Notice
    Procurement method
    Advance Contract Award Notice
    Language(s)
    English
    ,
    French
    Selection criteria
    Not applicable
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 18 month(s), from 2024/09/30 to 2026/03/31.

    Commodity - UNSPSC

    • 20141700 - Offshore production and storage platforms
    • 71110000 - Oil and gas exploration services
    • 71150000 - Oil and gas data management and processing services
    • 77101903 - Gasworks site investigation
    • 78131701 - In ground storage services
    • 81101525 - Sediment control engineering
    • 81101900 - Oil and gas engineering
    • 82111503 - Academic or scientific article writing

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras 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)

    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
    Natural Resources Canada
    Address

    580 Booth St

    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    Nidhi Nigam
    Phone
    (587) 337-3877
    Email
    nidhi.nigam@NRCan-RNCan.gc.ca
    Address

    5320 122 St NW

    Edmonton, AB, T5H 3S5,