ADVICE, REVIEWS, RESEARCH, GROUP FACILITATION AND OTHER RELATED SERVICES IN SUPPORT OF NUNAVUT LAND USE PLANNING

Status Awarded

Contract number 4600000904

Solicitation number 01-13-6005

Publication date

Contract award date

Contract value

CAD 313,125.00

    Description

    This contract was awarded to:

    Compass Resurce Management Ltd
    The services of qualified external suppliers are often utilized by the Department of Indian Affairs and Northern Development (DIAND) as a means to achieve operational goals and objectives and to respond to its ongoing operational requirements in a timely fashion and, in a manner that respects accepted contracting policies and practices; enhances access, competition, fairness; results in best value to the Crown and, takes into consideration Canada’s  obligations/commitments under the Trade Agreements and the Comprehensive Land Claim Agreements (CLCAs) and various other federal government initiatives such as the Procurement Strategy for Aboriginal Business (PSAB).
    
    The Department intends to acquire external services by establishing, through a competitive bidding process, two (2) Standing Offer Agreements with firms that can provide expert advice, reviews, group facilitation and other related services in support of the Department’s role in land use planning in Nunavut.  The Department wishes to invite suppliers who possess the necessary qualifications, expertise and capabilities required to submit proposals in response to the Department’s requirements on an “as and when required basis”.  Services shall include, but are not limited to, advice and support: a) to northern land use planning; b) planning processes; c) structured decision making; d) group facilitation; e) reviews of land use plans; and, f) other related services.
    
    In order to fulfil DIAND’s objectives for Advice, Reviews, Research, Group Facilitation and Other Related Services in Support of Nunavut Land Use Planning, Bidders are required to meet all of the following Mandatory Requirements:
    
    1) 	At the firm level, Bidders must provide its full legal name, or name of joint venture partners or legal consortium, the number of years the Bidder has been in business as well as an overview of the Bidder’s areas of expertise and past experience. Bidders must also provide three (3) Project Summaries which demonstrates the Bidder’s experience and satisfactory performance on similar projects. A client reference is required for each project described in the Project Summaries;
    
    2) 	The Bidders must include within their proposal, detailed curriculum vitae (C.V.) for each named resource for each of four categories of resources: Project Team Leader, Senior Planner, Planner and Other Expert.  C.V.’ s must include: academic credentials, relevant membership in a professional association (i.e. Canadian Institute of Planners), a chronology of the resource’s work experience (indicated in years and/or months);  a detailed description of experience on similar projects. At least one-half of the proposed resources must have actively participated on the projects described in the Project Summaries (see 1) above); 
    
    The Bidder must ensure that the C.V.s of the proposed resources are sufficiently detailed to enable a full evaluation based on the point rated criteria and at a minimum:
    
    -	Project Team Leader – must be a member in good standing of the Canadian Institute of Planners (MCIP) and have five (5) years relevant experience within the last ten (10) years; or, be a member of a relevant professional organization and have ten (10) years relevant experience within the last fifteen (15) years in providing the required services; 
    -	Senior Planner (s) – must be a member in good standing with the Canadian Institute of Planners (MCIP) and have five (5) years relevant experience within the last ten (10) years in providing the required services;
    -	Planner (s) -  must be a member in good standing, or be eligible for membership, with the Canadian Institute of Planners and have three (3) years relevant experience within the last five (5) years in providing the required services;
    -	Other Expert (s) - must have a relevant degree and membership with a professional association and have (three) 3 years relevant experience within the last five (5) years in providing the required services, specifically, structured decision-making and/or group facilitation experience.
    The Bidder’s team must be comprised of at least:
    -	one (1) Project Team Leader;
    -	one (1) Senior Planner;
    -	one (1) Planner; and
    -	one (1) Expert in decision making processes and group facilitation
    
    3) 	Bidders must complete and submit their Financial Proposal, in accordance with Instructions to Bidders.
    
    4)  	Bidders must sign, date and submit, with their Technical Proposal, all certifications contained and requested in the RFSO document.
    
    5)  	Additionally, Bidders must obtain the minimum required score of 70% overall on the Technical Point-Rated Requirements R1 through R7 inclusively, in order to be considered:
    
    R1.  Bidder/Firm
    R2.  Project Team Leader
    R3.  Senior Planner(s
    R4.  Planner(s)
    R5.  Other Expert(s)
    R6.  Proposal
    	R7.  Proposed Aboriginal Opportunity Considerations
    
    Proposals will be evaluated on the basis of technical merit.  Those proposals meeting all Mandatory Requirements and achieving the minimum required score of 70% on the Technical Point-Rated Criteria R1 through R7 (inclusive) will be evaluated on the basis of the Bidder’s Financial Proposal.  The compliant proposal(s) receiving the highest overall score (Technical score plus Financial score) will be deemed to represent best value to the DIAND. 
    
    The duration of the Standing Offer Agreement(s) will be for a period from the Standing Offer Agreement award date to June 30, 2017.  DIAND reserves the right (at its sole discretion) to extend the completion date of these Standing Offer Agreements by up to an additional two (2) one (1) year periods.
    Business address
    200-1260 Hamilton St.
    Vancouver, BC, V6H 2S8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R019F - Consulting Services
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Gauthier, Suzanne
    Phone
    819-994-7292
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: