Climate Change Yield Modelling for Crop Insurance

Solicitation number 01B68-23-0102

Publication date

Closing date and time 2023/06/26 12:00 EDT

Last amendment date


    Description

    1. About Agriculture and Agri-Food Canada’s AgriInsurance Program.
    Crop insurance has been available in Canada in various forms since 1935 as a business risk management (BRM) tool and continues to evolve and adapt to farmers’ needs. The current crop insurance program, AgriInsurance, is part of Agriculture and Agri-Food Canada’s (AAFC) suite of business risk management (BRM) programs. It is a federal-provincial-producer cost-shared program that stabilizes producer income by minimizing the economic effaces of production losses caused by natural perils such as flood, drought and disease beyond the control of producers. AgriInsurance is a statutory transfer program under the authority of the Federal Income Protection Act (FIPA).
    AgriInsurance Is the largest of the BRM programs, comprising about two-thirds of allocated funds. In 2021-22, government premium contributions were approximately $1 billion. This has been relatively stable over the last 10 years. Federal and provincial governments and program participants cost-share premiums to ensure affordability of coverage for producers (generally, 36% federal, 24% provincial and 40% producer). Governments also fully cost-share the administrative costs of the program (60:40 federal-provincial).
    Producers must proactively buy insurance before an agricultural product is planted or before any damage is possible. When a producer’s production falls below their guaranteed production, they are compensated. Each province maintains an insurance fund account (funded by premiums) to pay indemnities to insured producers and to pay the premiums for any private reinsurance agreements.

    Considerations
     Scientific evidence supports that Canada’s climate has warmed over the last century and is projected to continue to warm in the 21st century.
     The crop insurance sector recognizes that climate change is creating more weather volatility and an increase in extreme events, which in turn will impact crop yields.
     The AAFC Minister’s Mandate Letter committed to “working with provinces and territories to update business risk management programs, including to integrate climate risk management, environmental practices and climate readiness.”
     Beginning April 1, 2023, a new federal-provincial programming partnership came into effect, the Sustainable Canadian Agricultural Partnership (Sustainable CAP).
     During negotiations of the Sustainable Cap, the following was accomplished:
    • Climate change is reflected in BRM program principles:
    • The parties committed to collaborate and seek opportunities that encourage producers to adopt climate risk management and environmental practices where appropriate within the BRM programs:
    o “Programs should help mitigate a broad range of risks, including climate risks, by allowing for increased or enhanced environmental stewardship and improved food safety and quality”
    o “Farming practices that reduce production risk, including the ones that are beneficial or not detrimental to the environment, shall be promptly recognized in premiums”
    • The Parties agreed to conducting a BRM climate risk review.
     The main issues facing the AgriInsurance program are how to maintain or increase revenues, decrease costs and/or reduce risk to keep crop insurance sustainable as the climate and risks to crop production change.
    2. Objectives
    AAFC’s objectives are to gather information through this RFI to identify expertise to model different crop yields under different climate change scenarios and to assist AAFC in developing a business case, including:
    • Determining whether to proceed with a requirements/strategy as planned, and if so, further develop internal planning, approval and solicitation documents that may potentially lead to a solicitation;
    • Becoming a more "informed buyer" with an enhanced understanding of industry goods and service offerings in the area of interest; and
    • Assessing potential alternative solution concepts that would meet its requirement.
    3. Scope of work
    The scope of this RFI is to gather details on expertise involved in modelling Canadian crop yields under different climate change scenarios and how the modelling operates. For crop insurance analysis, AAFC is particularly interested in simulations of yield and yield volatilities under different climate change scenarios, ideally recognized by climate change experts. Information in the RFI to include, but is not limited to:
    • Type of model (e.g., probabilistic, stochastic);
    • Crops that are being modeled or can be modelled, including data sets being used and extent of data sets;
    • Spatial and time scales being used;
    • Climate change scenarios being used;
    • Algorithms and technologies involved;
    • Outputs generated (e.g., maps, charts, or other data) and publications; and,
    • Cost estimates (including any hardware or software or licensing requirements).
    These tasks and deliverables are minimum requirements for this RFI. When responding to the RFI, the Supplier can also provide information to better inform AAFC of options that may not have been considered.

    Contract duration

    The estimated contract period will be 12 month(s).

    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)
    • Please refer to tender description or tender documents

    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

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Agriculture and Agri-Food Canada
    Address

    1341 Baseline Road

    Ottawa, Ontario, K1A 0C5
    Canada
    Contracting authority
    Rhonda DiMarco
    Phone
    (819) 665-5568
    Email
    rhonda.dimarco@agr.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: