Waster Water Treatment Plant Operator

Solicitation number 21820-23-0074

Publication date

Closing date and time 2023/08/16 17:00 EDT

Last amendment date


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of the requirement:

    The Correctional Service Canada (CSC) requires a provincially qualified Contractor Operator to service, maintain and operate an on site Level III Waste Water Treatment Plant (WWTP) located at the William Head Federal Correctional Institution (WHI) in Victoria. The work will involve the following:

    1.1 Objectives:

    Provide all necessary ongoing operational services and maintenance to the on site Level III WHI WWTP in a state of operating efficiency, reliability and safety. The contractor must provide regular frequency services and maintenance.

    1.2 Tasks:

    The Contractor, together with the site authority, must operate and maintain the WHI WWTP in accordance with CSC’s Internal Services Directive 318-6 - Management of Waste Water and Waste Water Treatment Systems (Correctional Service Canada Internal Services Directive will be made available for review upon request). The Contractor’s responsibilities must include but not be limited to:

    a) The Contractor must control the flow and processing of water/wastewater, residuals, and finished water/effluent;

    b) The Contractor must monitor gauges, meters, and control panels while observing variations in operating conditions;

    c) The Contractor must Interrupt test results to determine processing requirements;

    d) The Contractor must operate valves and gates either manually or by remote control;

    e) The Contractor must start and stop pumps and engines to control and adjust flow and treatment processes;

    f) The Contractor must performing routine maintenance functions and custodial duties for the plant;

    g) The Contractor must make operating decisions in the absence of supervisory personnel;

    h) The Contractor must follow all standard operating procedures (SOP) for the WHI WWTP;

    i) The Contactor must report the status of the continuous system plant to the site authority once per week;

    j) The Contractor must report all emergencies or non-compliance to the site authority immediately;

    k) The Contractor must conduct sampling, testing and monitoring for process control and compliance and record and report results where and when as per the plant SOP;

    l) The Contractor must maintain all logbooks for reporting such as flow measurements, operations, equipment calibrations, analytical reports, operational performance, chain of custody forms, sludge management etc;

    m) The Contractor must coordinate the submission of samples to accredited laboratories that require analyses that cannot be completed on site. Such samples will include influent and final effluent;

    n) The Contractor must familiarize themselves with the Institution’s WWTP emergency contingency procedures to address a failure of the treatment system;

    o) The Contractor must respond to all alarms in timely manner.

    1.3 Expected results:

    To provide all necessary ongoing operational services and maintenance to the on site Level III William Head Waste Water Treatment Plant (WWTP) in a state of operating efficiency, reliability and safety. The contractor must provide regular frequency services and maintenance to operate and maintain the WWTP in accordance with the follow acts, regulations and policies:

    • The Canadian Environmental Protection Act 1999 (CEPA);
    • The Fisheries Act (R.S.C.,1985, c.F-14);
    • The Waste Water Systems Effluent Regulations (SOR/2012-139);
    • The BC Water and Waste Water Association (BCWWA) policies;
    • The Code of Ethics and Standards of Practice of the Environmental Operators Certification Program of B.C. and Yukon (EOCP);
    • All other relevant municipal, provincial and federal bylaws, regulations and legislation applicable to the work.

    1.4 Performance standards:

    • The contractor must provide services to support CSC’s Internal Services Directive 318-6 - Management of Wastewater and Wastewater Treatment Systems.

    • The contractor must maintain daily logbooks and update spreadsheets for distribution to project authority.

    • The contractor must attend regularly scheduled meetings to provide update on progress and performance of the sewage treatment system and any operational deficiencies.

    1.5 Deliverables:

    1.5.1 The Contractor operator must carry out in a careful and competent manner and to the satisfaction of the departmental representative, the work set out under the work description herein;

    1.5.2 The Contractor operator must comply with and perform all work in accordance with the Canadian Environmental Protection Act 1999 (CEPA), the Fisheries Act (R.S.C.,1985, c.F-14), the Waste Water Systems Effluent Regulations (SOR/2012-139), BC Water and Waste Water Association (BCWWA) policies, the Code of Ethics and Standards of Practice of the Environmental Operators Certification Program of B.C. and Yukon (EOCP) and all other relevant municipal, provincial and federal bylaws, regulations and legislation applicable to the work;

    1.5.3 The Contractor operator in conjunction with the site authority must also perform all operational services and regular frequency maintenance procedures in accordance with the Correctional Service of Canada’s Internal Services Directive 318-6 - Management of Waste Water and Waste Water Treatment Systems;

    1.5.4 The Contractor operator must hold all certifications required for the performance of the work
    throughout the entire length of the contract term.

    1.5.5 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at:
    William Head Institution, 6000 William Head Rd. Victoria BC, V9C0B5

    b. Travel:

    No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in English

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Criteria for assessment of the statement of capabilities (minimum essential requirements):

    Experience:

    The Contractor must have Minimum of two (2) years experience obtained, within the past five (5) years prior to the ACAN closing date, which consisted of operation and maintenance of a Class 3 or higher wastewater treatment plant.

    The contractor must be able to be on site twenty (20) hours a week and be available for after hours emergency intervention within two (2) hours of a call.

    Professional designation, accreditation and/or certification:

    Contractor must be in possession and provide a current and valid certification as a Level III or higher Wastewater Treatment Plant Operator.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s):
    Canada Chile Free Trade Agreement (CCFTA);
    Canadian Free Trade Agreement (CFTA);
    Canada Korea Free Trade Agreement (CKFTA);

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, CKFTA and/or the CETA.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The Project Authority through experience has not been able to identify any other suppliers who can run the day-to-day operations required for the Level III William Head Waste Water Treatment Plant (WWTP). In addition, no other supplier has been identified that would be able to carry out the work due to the required emergency response time (2 hours). CSC has had difficulties locating other suppliers do the remote location of William Head Institution.

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection

    (a) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:

    Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09:

    a. in the absence of tenders in response to an open tendering procedure, or where tenders submitted have resulted from collusion under domestic law, or do not conform to the essential requirements in the tender documentation provided in a prior invitation to tender, including any conditions for participation, on condition that the requirements of the initial procurement are not substantially modified in the contract as awarded.

    Canadian Free Trade Agreement (CFTA), Article 513
    (a) if:
    (i) no tenders were submitted or no suppliers requested participation;
    (ii) no tenders that conform to the essential requirements of the tender documentation were submitted;
    (iii) no suppliers satisfied the conditions for participation; or
    (iv) the submitted tenders were collusive,

    provided that the requirements of the tender documentation are not substantially modified.

    Canada Korea Free Trade Agreement (CKFTA) - ArticleXIII
    a. where:
    i. no tenders were submitted or no suppliers requested participation;
    ii. no tenders that conform to the essential requirements of the tender documentation were submitted;
    iii. no suppliers satisfied the conditions for participation; or
    iv. the tenders submitted have been collusive,

    provided that the requirements of the tender documentation are not substantially modified.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 6 months, from August 23, 2023 to February 22 2024, with an option to extend the contract for 2 additional 6 - month periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $195,195.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Aureus Solutions Inc.
    Address: 120 Clarence St, Suite 226, Kingston, ON K7L 1X0

    13. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is August 16, 2023 at 2:00 PM PST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Penny Anderson – Procurement & Contracting Specialist
    33991 Gladys Avenue, PO Box 4500,
    Abbotsford BC Canada V2S2E8
    Telephone: 236-380-0298
    Facsimile: 604-870-2444
    E-mail: Penny.Anderson@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 18 month(s), with a proposed start date of 2023/08/23.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)

    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:

    • No response to bid solicitation
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address

    33991 Gladys Ave, PO Box 4500

    Abbotsford, BC, V2S2E8
    Canada
    Contracting authority
    Penny Anderson
    Phone
    (236) 380-0298
    Email
    penny.anderson@csc-scc.gc.ca
    Fax
    (604) 870-2444
    Address

    33991 Gladys Ave, PO Box 4500

    Abbotsford, BC, V2S2E8
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Contract duration
    18 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable