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

Status Awarded

Contract number 4600001738

Solicitation number 1000205813

Publication date

Contract award date

Contract value

CAD 1,700,000.00

    Description

    This contract was awarded to:

    BluMetric Environmental Inc.

    The Department of Indian Affairs and Northern Development (DIAND) Northwest Territories (NWT) Region is responsible for managing contaminated sites on Crown land in the NWT. DIAND 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. 

    This RFSO is 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 intent is to award up to six Standing Offer Agreements for a period to March 31, 2022, with two one-year option periods.

    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA)."

    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the delivery of the requirement detailed in the RFSO, to the Identified Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs).

    Each Proposal will be evaluated separately, against the Mandatory Requirements and Point-Rated Criteria. The Selection and Evaluation Process for Proposals consists of the following three (3) stages:

    Stage 1 - Offerors will be evaluated on Mandatory Requirements M1-M3.

    Stage 2 - Offerors meeting the mandatory requirements will be evaluated on the basis of Point-Rated Criteria R1-R5 inclusive.

    Stage 3 - Offerors meeting an overall pass mark of 70% on Point-Rated Criteria R1-R5 inclusive will be evaluated on the basis of their Financial Proposal.

    Business address
    3108 Carp Road PO Box 430
    Ottawa, ON, K0A 1L0
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • E199D - Environmental Services
    • E108F - Northern Contaminated Site Environmental Clean-up Work/Services
    • E110A - Environmental Site Investigation
    Contact information

    Contracting organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Fletcher, Kim
    Phone
    604-666-5216
    Address
    600 - 1138 Melville Street
    Vancouver, BC, V6E 4S3
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    Date modified: