Canadian Government Diamond Valuator Nunavut Territory

Status Awarded

Contract number 4600000995

Solicitation number 1000162022

Publication date

Contract award date

Contract value

CAD 2,000,000.00

    Description

    This contract was awarded to:

    Diamonds International Canada (DICAN) Ltd.
    RFP NUMBER:		1000162022
    PROJECT TITLE:	Request for Standing Offer Agreement – Canadian Government Diamond Valuator (GDV) – Nunavut Territory
    CLOSING DATE:	October 15, 2014
    The following Comprehensive Land Claims Agreement Claimant groups have been advised:
    	
    	Nunavut Land Claims Agreement
    	Nunavik Inuit Land Claims Agreement
    
    In Canada’s Nunavut Territory (NU), the federal government, through the Department of Indian Affairs and Northern Development (DIAND), has the responsibility for, among other things, the assessment and collection of royalties owed to the Crown on the production of minerals and metals from mining operations on Crown land.
    
    In 2006 Tahera Diamond Corporation opened Nunavut’s first diamond mine, the Jericho mine.  The mine is located 420 kilometers northeast of Yellowknife, NT.  It was mined from August, 2006 to February, 2008, and produced approximately 780,000 carats of diamonds at an average price of US$ 91 per carat.  The mine was re-opened by Shear Diamonds in July 2010, but has since closed.  
    
    Peregrine Diamonds Ltd., a diamond exploration and development company has discovered a new diamond deposit in Nunavut; Chidliak in 2008. The project is located 120 kilometres from Iqaluit, the capital of Nunavut and 67 kimberlites have been discovered to date. 
    
    There are currently no operating diamond mines in Nunavut.  
    
    DIAND requires the services of a Canadian Government Diamond Valuator (GDV) to value the diamond production of any future mine in the Nunavut Territory. This value will be used in the assessment of the amount of royalties due to the Crown. The valuation activity would take place in the Nunavut Territory, at the mine site.
    
    DIAND is therefore soliciting the proposals from qualified and experienced diamond valuators to provide valuation services for a minimum period of three years. 
    
    Bidders will be required to have a minimum of ten years diamond valuation experience of rough diamonds, as well as a valid Government of Canada Secret security clearance prior to performing the work under this contract. Bidders will be assessed on a number of rated criteria, including a sound and respected reputation in the diamond industry, past experience as a GDV, the qualifications and experience of the GDV support team members, technical papers outlining valuation methodologies to be used and the total per diem costs.
    
    The Department intends to award one (1) Standing Offer Agreement as a result of this proposal call.
    SOA Period is from award for 3 years with the option to extend the term of the SOA by two (2) additional one (1) year periods.
    MANDATORY CRITERIA
    
    M1  Corporate Profile
    
    The Bidder MUST provide a company profile.  At a minimum, the Bidder MUST include within the profile:
    
    1.1	The full legal name of the firm submitting the Proposal (including, as applicable, all joint venture, partners or subcontractors), primary area(s) of business, key team members, and number of employees;
    
    M2  The Proposed Team
    
    The bidder must provide the name, number, qualifications and a detailed CV* for each named resource to be made available or to be assigned to the GDV. Indicate if any of the named resource is not committed for a period of at least three (3) years.
    The bidder must demonstrate that he/she has a minimum of ten (10) years rough diamond valuation experience (this may include, but not limited to, buying or selling diamonds and work as a GDV) in the last fifteen (15) years.
    M3 Conflict of Interest Provisions – Annex “B”
    
    Bidder must certify that they have read and will at all time during the lifetime of the Standing Offer Agreement, comply with the GC-9 – Conflict of Interest, Appendix A – General Condition.  The Conflict of Interest Provision attached as Annex “B” must be signed and return with the technical proposal.
    
    Security
    Pursuant to the Government of Canada Security Policy, the nature of the services to be provided under the Standing Offer Agreement requires a Government of Canada Security Clearance.
    
    This procurement is subject to the North American Free Trade Agreement, World Trade Organization – Agreement on Government Procurement, and the Agreement on Internal Trade
    Business address
    P.O. Box 757, 910 Sikea Tili, 3rd Floor, Deton'Cho Building
    Yellowknife, NT, K1A 2N6
    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
    Viner, Celine
    Email
    celine.viner@aadnc-aandc.gc.ca
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: