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 Program in Nunavut

Solicitation number 1000252471

Publication date

Closing date and time 2025/07/15 14:00 EDT

Last amendment date


    Description

    This Request for Standing Offers (RFSO) is being issued to satisfy the requirement of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) “the Client” for the provision of Environmental Investigations, Remediation and Engineering Services Related to Contaminated Sites Program in Nunavut.

    Description of the Requirement: As the custodian of most federal lands in Nunavut, the Department of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC), Nunavut Regional Office (NRO) is responsible for managing contaminated sites that were abandoned by their previous occupants. These sites were associated with exploration, mining, oil and gas and military activities dating back to the 1950s. There are approximately 85 federal contaminated sites and waste sites remaining across Nunavut.

    The sites are managed through the Nunavut Contaminated Sites Program (CSP). The objective of the program is to manage Federal contaminated sites in a cost-effective and consistent manner. The program aims to reduce and eliminate, where possible, risks to human and environmental health, and liability associated with contaminated sites in Nunavut.

    CIRNAC-NRO “the Client” will be initiating a series of environmental investigations, remedial activities, and/or long term monitoring at a number of sites throughout the Nunavut Region as part of its custodial responsibilities. Many of the sites 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. Work to be performed by the Contractor will be 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 Federal Contaminated Sites Action Plan 10-step process.

    Work required: CIRNAC Nunavut Regional Office (NRO) requires the professional services of qualified Offeror(s) to provide, on an “as and when required” basis, design and implement environmental site assessments (Phase I, II,III ESAs), human health and ecological risk assessments (HHERA), remediation or risk management strategies, long term monitoring and/or provide associated services to Contaminated Sites Program in Nunavut as described in the Scope of Work.

    The work requirement must be consistent with CIRNAC’s Contaminated Sites Management Policy whose objectives include:
    1. to meet federal and departmental policy requirements and legal obligations regarding the management of contaminated sites;
    2. to require that, where a suspected contaminated site has been identified, the site be assessed in a timely, consistent and cost effective manner;
    3. to provide a scientifically valid, risk management based framework for setting priorities, planning, implementing and reporting on the management of contaminated sites;
    4. to remediate, based on approved resource levels, all National Classification System (NCS) Class 1 contaminated sites in the North, and Class 1, 2 and 3 contaminated sites, on a priority basis, unless it can be demonstrated that for a specific site an alternative form of management is appropriate;
    5. to promote the social and economic benefits that may accrue to First Nations, Inuit and northerners when carrying out activities required by this policy; and
    6. to promote the federal "polluter pay" principle.

    Offerors are requested to maximize Inuit employment, subcontracting and on-the-job training opportunities, and involve Inuit businesses, in carrying out the work under this project.

    Resources requirement: At minimum, Offerors response to this RFSO must demonstrate having the following resources capacity:

    Resource Category/Minimum/Level required
    Project Professional or Engineering Personnel 2 resources Senior
    Project Professional or Engineering Personnel 2 resources Intermediate
    Project Professional or Engineering Personnel 1 resource Junior
    Technical Support Professional 1 resource N/A

    Additionally, each proposed resource by the Offeror must meet the minimal resource qualifications outlined in section 7.2 of Annex A, Statement Of Work.

    Proposed period of the Standing Offer: The period of the Standing Offer is for two (2) years from date of award. The Offeror grants to Canada the irrevocable option to extend the term of the Standing Offer by up to three (3) additional one (1) year periods under the same conditions.

    Number of Standing Offers and resulting value: The intent of this RFSO is to award up to four (4) Standing Offer Agreements (SOA) to qualified Offerors.
    The services will be required on an as and when required basis, requested with a Call-up.

    The anticipated limitation value for the initial 2 years-term of each Standing Offer will be respectively:
    1st qualified supplier: $1,500,000.00
    2nd qualified supplier: $1,500,000.00
    3rd qualified supplier: $1,000,000.00
    4th qualified supplier: $1,000,000.00
    Note that these value is an approximation based on current data available, may be subject to changes at the discretion of the client. Further, depending on the number of awards, these value may be recalibrated among the qualified suppliers available.

    Comprehensive Land Claims Agreements (CLCAs):The delivery of the requirement detailed in the RFSO includes areas subject to Comprehensive Land Claims Agreements (CLCAs): Nunavut Land Claims Agreement (NLCA).

    This solicitation is limited for bidding among firms registered on the Inuit Firm Registry (IFR) (Inuit Firm Registry Database - Inuit Firm Registry Database). For additional information, see Part 5 – Certifications and Additional Information.

    This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.

    Contract duration

    The estimated contract period will be 24 month(s).

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC)
    Address

    9 Montclair

    Gatineau, Quebec, J8X 1R9
    Canada
    Contracting authority
    Vanessa Demers-Lamothe
    Phone
    (000) 000-0000
    Email
    vanessa.demers-lamothe@sac-isc.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 Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Nunavut Territory
    Region of opportunity
    Nunavut Territory
    Contract duration
    24 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: