Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Environmental Investigations, Remediation and Engineering Services Related to Contaminated Sites in the Northwest Territories

Status Awarded

Contract number 4600002754

Contract value :

CAD 3,187,500.00

Solicitation number 1000254795

Publication date

Contract award date


    Description
    This contract was awarded to:
    Blumetric Environmental Inc.

    This requirement is for the Department of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC).

    The Department of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) Northwest Territories (NWT) Region is responsible for managing contaminated sites on Crown land in the NWT. CIRNAC anticipates initiating a series of environmental investigations, remedial activities, and/or long term monitoring at a number of sites throughout the NWT Region. Generally, these sites were associated with exploration, mining, and/or military operation and many have originated in excess of fifty years ago. There are nearly 100 sites in the NWT’s inventory of federal contaminated sites. These sites are managed as per the Federal Approach to Contaminated Sites and the associated 10-step process. Many of them require additional environmental site assessment work, risk assessment analysis and remediation planning. Once remediation and/or risk management activities are completed, these sites may also require monitoring in the short or long-term.

    The Standing Offer Agreements (SOA) are intended to capture the environmental and engineering services required to manage risks at these sites and in many cases to facilitate moving these sites through the 10-step process.

    The Request for Standing Offers (RFSO) is to establish Standing Offers for the delivery of the requirement detailed in the RFSO, in the Northwest Territories (NWT), including the following areas subject to Comprehensive Land Claims Agreements (CLCAs):
    • Inuvialuit Final Agreement (1984)
    • Gwich'in Comprehensive Land Claims Agreement (1992)
    • Sahtu Dene and Metis Comprehensive Land Claims Agreement (1994)
    • Tlicho Land Claims Agreement (2005)

    The intent is to award up to six (6) Standing Offer Agreements for a period to March 31, 2027, with two (2) one (1) year option periods.

    Level of Security: there are no security requirements applicable to this requirement.

    Business address

    1682 Woodward Dr.

    Ottawa, Ontario, K2C 3R8
    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
    Northwest Territories

    Contract duration

    The contract will be for a period of 24 month(s), from 2025/03/24 to 2027/03/31.

    Commodity - UNSPSC

    • 76100000 - Decontamination services
    • 77100000 - Environmental management
    • 77101505 - Environmental monitoring
    • 77101700 - Environmental advisory services
    • 77111500 - Environmental safety services
    • 77111602 - Environmental decontamination services
    • 81100000 - Professional engineering services

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • 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)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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
    Department of Indigenous Services (ISC)
    Address

    10 Wellington Street

    Gatineau, Quebec, K1A 0H4
    Canada
    Contracting authority
    Karen Mezher
    Phone
    Email
    karen.mezher@sac-isc.gc.ca
    Fax
    N/A
    Address

    10 Wellington Street

    Gatineau, Quebec, K1A 0H4
    Canada
    Date modified: