SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Northern Contaminated Sites Program - Major Project Management Support Services - RFSO - Set-Aside

Solicitation number 20-13-6004

Publication date

Closing date and time 2013/08/16 15:00 EDT


    Description
    The following Comprehensive Land Claims Agreement Claimant groups have been advised:
    	Nunavut Land Claims Agreement
    	 T’licho Agreement
    	Inuvialuit Final Agreement
    	Sahtu Dene and Metis comprehensive Land Claims Agreement
    	First Nation of Nacho Nyak Dun Final Agreement
    	Selkirk First Nation Final Agreement
    This requirement is set aside for Aboriginal suppliers in accordance with the government Procurement Strategy for Aboriginal Business.  The bidder must certify in its bid that he or she is an Aboriginal business or joint venture as defined within the Procurement Strategy for Aboriginal Business.
    For the bid to be considered compliant, the bidder must submit at the time of bid closing, the completed and duly signed “Certification Requirement” and “Owner/Employee Certification” form included herein as part of the tender document.
    DIAND intends to award up to one (1) competitively awarded SOA as a result of this proposal call.
    Under companion solicitation 20-12-6003, DIAND intends to award up to two (2) competitively awarded SOAs.
    In the event the required number of awards is not attained as a result of solicitation 20-12-6003, DIAND reserves the right to award up to an additional two (2) SOA pursuant to this process, for a total of three (3) SOAs overall.
    TITLE
    Department of Indian Affairs and Northern Development, North Affairs Organization, Northern Contaminated Sites Program – Major Project Management Support Services Standing Offer Agreement.
    BACKGROUND
    The responsibility of the Department of Indian Affairs and Northern Development’s (DIAND) Minister, to the North, as mandated by the DIAND Act, is met primarily through the programs and services of the Northern Affairs Organization. The Organization supports two main goals:
    i)	Supporting northern political and economic development through the management of federal interests; and
    ii)	Promoting sustainable development of the North's natural resources and northern communities.
    A major component of the fulfilment of both these goals is the addressing of sites in the North, on Crown lands, which have become contaminated.
    Since 1991, the Northern Affairs Organization has been managing northern federal contaminated sites. Its Northern Contaminated Sites Program (NCSP) has the objective to manage these sites to mitigate the effects of contamination on both human populations and the environment.
    The operation of the NCSP is governed by DIAND’s Contaminated Sites Management Policy (August 2002) and the Contaminated Sites Management Framework and Plan (2006). Within the purview of this Program, DIAND carries out a variety of projects in the North, including environmental assessment, monitoring, and remediation.
    The NCSP is responsible for a large number of large contaminated sites. Among these are Giant Mine, the Faro Mine Complex, and United Keno Hill Mines (UKHM). 
    Giant Mine is a former gold mine located within the city of Yellowknife, NWT and produced gold from 1948 until 1999, when the last owner, Royal Oak Mines went into bankruptcy and milling operations ceased. Immediately thereafter DIAND took responsibility for the property and initiated a care and maintenance program.
    Giant Mine is currently co-managed and maintained to ensure health and safety and environmental protection by Aboriginal Affairs and Northern Development Canada and the Government of the Northwest Territories. The remediation plan for the Giant Mine site is undergoing an environmental assessment by the Mackenzie Valley Environmental Impact Review Board.
    The Faro Mine Complex, which is approximately 25 square kilometers in size, is located in central Yukon, 22 km north of the Town of Faro, Yukon and approximately 360 km northeast of Whitehorse. The site is situated in the Traditional Territory of the Kaska Nation and upstream from the Traditional Territory of the Selkirk First Nation.
    Mine operations began in 1969 and produced lead, zinc and silver. During the 29 years of open pit mining operations, the Faro Mine established itself as one of the most prolific producers of zinc in the world. The Mine ceased operations in 1998 and went into receivership and bankruptcy. The care and maintenance of the site then became the financial responsibility of the Government of Canada, as managed by DIAND.
    The UKHM property is located in Elsa, near the community of Keno, 55 km northeast of Mayo and 452 km north of Whitehorse, YT. The property is located within the Nacho Nyak Dun First Nation traditional territory.
    The main environmental issue at Keno Hill Mine is metal laden water coming out of a number of old adits or underground tunnels and from the Elsa Mill tailings pond. The key concern is with zinc as it is harmful to fish. High metal levels impact aquatic habitats in the area, including Christal and Flat creeks, Christal Lake and the South McQuestin River. UKHM is currently under active care and maintenance, pursuant to an agreement for sale of the property to Alexco Resources Corporation. The company and the territorial, federal and First Nation governments are responsible for developing a closure plan for the site.
    Each of the above sites has been classified as a Major Capital Project. In addition to active Major Capital Projects, DIAND’s NCSP supports activities for a number of large sites across Canada’s North. 
    To support the initiatives of the program and due to the potentially strong negative impact these areas may pose to human and environmental well-being, the Department has recognized a need to acquire external resources and expertise to support the Program’s mandate. DIAND requires the services of resources qualified in the provision of Major Project Management Support Services within Headquarters and Regions.
    OBJECTIVE
    The NCSP seeks under Standing Offer Agreements (SOA) to provide Major Project Management Support Services, including both strategic and operational project governance and management support.
    The qualified suppliers are required to support the program to enhance the quality and efficacy of Major Projects organization implemented under the NCSP, as well as the program’s Major Project Management operational skill-sets and abilities. This includes continued implementation of the program’s Major Project Management Office’s standards within specific projects.
    The qualified suppliers, subject to any resultant Call-up(s), shall provide the services described herein, to both NCSP Headquarters and its Regional locations, with most services being provided in situ, as and when required.
    NCSP requires SOA Holder service delivery that enables seamless continuation of existing NCSP Program-level activities in line with commitments to central agencies.
    Specific project objectives will be contained within any resulting Call-up(s).
    
    SCOPE OF WORK
    The Contractor shall provide both strategic and operational Major Project Management Support Services including subject matter expertise, advice, guidance and implementation support that build upon existing approaches and assist NCSP project managers in situ in the effective management of on-going Major Projects. The Contractor shall provide Services to NCSP in subject areas such as, but not necessarily limited to:
    a)	Major Project governance and resourcing;
    b)	Life cycle based project delivery models;
    c)	Long-term funding and service delivery options for Major Projects;
    d)	Policy and related Major Project management strategy advice and implementation support;
    e)	Provision of procurement, contracting and outsourcing strategies including associated solicitation 	support and expertise;
    f)	Uncertainty planning and control;
    g)	Contingency and reserve estimating;
    h)	Major Project risk and change management/change control activities;
    i)	Performance measurement approaches such as Major Project stage gate preparation and assessment and 	associated support services at the project level; 
    j)	Major Project work planning activities; and 
    k)	Other areas of Project Management knowledge, expertise, methodologies and approaches suitable for 	implementation in a highly operational and technical Major Project environment.
    Within the context of the above, as described in any resultant Call-up(s), the Contractor shall provide the Department with any combination of Major Project Management Support Services, such as, but not necessarily limited to:
    Advice, analysis and implementation support for Major Project-specific governance structures (including organizational forms, improvement and administration); 
    Major Project-level organizational review, analysis and recommendations on project structure, resourcing (including levels and skill sets required), and accountabilities;
    Subject matter expertise on matters such as life cycle based project delivery models, stage gate readiness, progress, and performance review processes, uncertainty planning and control, project allowance and contingency estimating, and change control;
    Subject matter expertise, guidance and assistance in the development and implementation of project procurement and contracting strategies and outsourcing options (including Public-Private Partnerships, Alternative Service Delivery, etc.). This includes: 
    support in development of implementation plans appropriate to CLCAs applicable to NCSP’s Major Projects; 
    review of contracts and contracting activity to support strategy development, implementation and performance measurement;
    provision of subject matter expertise with regard to potential supplier submissions; and 
    implications for or effective transition support to long term funding and/or service delivery models;
    Analysis of the application of TB Policies and other related policies, and development and implementation of policy and management strategies for Major Projects;
    Guidance and assistance in the development of departmental and/or federal government decision documents;
    Assistance with the establishment, implementation and maintenance of internal controls and procedures to ensure compliance with applicable regulatory acts (including, but not limited to: environmental, health and safety, privacy, etc.);
    Support, guidance and advice in preparation for audits and/or evaluations, including decision-making support before or during an audit.
    Cost/benefit and decision analysis of current and anticipated Major Projects and initiatives; 
    Strategic planning and management services, including performance measurement services. This may include, but is not limited to:
    advice, subject matter expertise, and guidance, on the project level, involving the systematic identification, tracking, analysis, and reporting of performance indicators and other key data;
    advice and guidance in the implementation of management control frameworks, in support of financial, contracting, human resources, and specific business processes;
    Data and information management services to provide timely and accurate project-related information for planning, monitoring, performance assessment, reporting, evaluation/audit and effective management of project resources;
    Assistance in developing and updating the Contaminated Sites Program Standards & Guidance material for Major Projects and related NCSP tools;
    Other related Major Project Management Support Services.
    DELIVERABLES
    The Contractor shall provide any Deliverables within the Scope of Work above, as required, and as specified in any resultant Call-up(s). These may include, but are not limited to:
    Content development and/or revision to support development and maintenance of project charters, projectplans and schedules, work, cost, and/or risk breakdown structures, or other planning and monitoring documents which support Major Project planning, approvals, delivery, monitoring and reporting;
    Content development and/or revision to support development of reports, approval documents, briefing notes, presentation materials and other related NCSP Major Project deliverables;
    Written review, analysis, advice, guidance, plans and/or recommendations on topics which support Major Projects planning, implementation and/or management at either or both the strategic and operational levels;
    Documents, tools, training and in situ coaching to effectively facilitate knowledge transfer and continual enhancement of NCSP personnel’s implementation of management practices for Major Projects and related topics; and
    Other Major Project Management Support deliverables within the above Scope of Work as specified in any resultant Call-up(s).
    All Deliverables shall be in hard-copy, electronic, or both, as required and as identified by the Project Authority in any resultant Call-up(s). Any and all electronic deliverables must be compatible with the departmental software standards.
    RESOURCE REQUIREMENTS
    The SOA Holder shall provide Resources that are specialized in Major Projects for the provision of Services related to this SOA and any resultant Call-up(s) as detailed in the Contractor’s Proposal.
    The SOA Holder shall provide Resources in the categories below, at a minimum, for work in any resultant Call-up(s).
    In the experience requirements below, “capital costs” include items such as, but not necessarily limited to: purchase of the land, permits and legal costs, equipment costs either on the part of the owner or the owner’s representative(s),and related items, etc.
    A. Senior Project Leader/Executive
    Minimum Experience
    At least 10 years experience in a principal consultant role to Major Projects similar to NCSP’s portfolio, including for infrastructure (excluding buildings), mining or mine closure.
    At least five (5) years experience in the past ten (10) years in major capital projects with an overall value (for each cited project) greater than $50,000,000.00 to the owner, including capital costs (CAN).
    Bachelors degree or higher in a relevant discipline, such as but not necessarily limited to Engineering, Business Administration, Environmental Sciences, Geography, Geology, or related discipline.
    Experience, understanding and knowledge, in a Canadian Public Sector context, of the following areas:
    a)	Strategic planning;
    b)	Senior Executive Engagement;
    c)	Risk management;
    d)	Project performance management and reporting;
    e)	Project development and implementation strategies; 
    f)	Working in the North or Projects related to the North; and
    g)	Direct and relevant experience with public sector Major Projects.
    B. Senior Major Project Management Specialist
    Minimum Experience
    At least 10 years experience as a Management Specialist for Major Projects similar and relevant to NCSP’s portfolio.
    At least five (5) years experience in the past ten (10) years in major capital projects with an overall value (for each cited project) greater than $50,000,000.00 to the owner, including capital costs (CAN).
    At least five (5) years experience in the past ten (10) years in integrated risk management (as defined by Treasury Board Policies) and governance related to major capital projects.
    Bachelors degree or higher in a relevant discipline, such as but not necessarily limited to Engineering, Business Administration, Environmental Sciences, Geography, Geology, or related discipline.
    Experience, understanding and knowledge, in a Canadian Public Sector context, of the following areas:
    a)	Strategic planning;
    b)	Project performance management and reporting;
    c)	Project development and implementation strategies; and
    d)	Working in the North or Projects related to the North.
    C. Senior Financial Controls and Management Specialist
    Minimum Experience
    At least 10 years financial management or project controls experience related to Major Projects.
    At least five (5) years experience in the past ten (10) years in major capital projects with an overall value (for each cited project) greater than $50,000,000.00 to the owner, including capital costs (CAN).
    At least five (5) years experience in the past ten (10) years in the area of financial management advisor for projects in a Canadian Public Sector context.
    Bachelors degree or higher in a relevant discipline, such as but not necessarily limited to Engineering, Business Administration, Economics, or Commerce.
    Experience, understanding and knowledge, in a Canadian Public Sector context, of the following areas:
    a)	Project Controls;
    b)	Financial Controls;
    c)	Business case development;
    d)	Federal approval and expenditure management processes;
    e)	Financial risk management; and
    f)	Life cycle management.
    D.1 Major Project Subject Matter Expert
    Minimum Experience - Senior
    At least 10 years experience providing subject matter expertise, related to Section 7.0 of this SOW, in Major Capital Projects, mining, and/or infrastructure (see section Error! Reference source not found. for applicable definitions).
    At least five (5) years of demonstrated work experience within the past ten (10) for Canadian Public Sector clients.
    A bachelor degree in a related field, such as, but not necessarily limited to, Business Administration, Engineering, Environmental Sciences, Geography, Geology, or related discipline.
    D.2 Major Project Subject Matter Expert
    Minimum Experience - Intermediate
    At least five (5) years experience providing subject matter expertise, related to Section 7.0 of this SOW, in Major Capital Projects, mining, and/or infrastructure (see section Error! Reference source not found. for applicable definitions).
    At least three (3) years of demonstrated work experience within the past ten (10) for Canadian Public Sector clients.
    A bachelor degree in a related field, such as, but not necessarily limited to, Business Administration, Engineering, Environmental Sciences, Geography, Geology, or related discipline.
    D.3 Major Project Subject Matter Expert
    Minimum Experience – Junior
    At least two (2) years experience providing support services related to Section 7.0 of this SOW.
    A bachelor degree in a related field, such as, but not necessarily limited to, Business Administration, Engineering, Environmental Sciences, Geography, Geology, or related discipline.
    Additional Team-Level Minimum Qualifications
    At least one (1) of the Senior Major Project Management Specialist or the Senior Major Project Subject Matter Expert must hold a current Project Management Professional (PMP) certification.
    At least one (1) resource on the SOA Holder’s team must have a Masters of Business Administration (MBA).
    At least one (1) of the Senior Resources (in any of the Categories above) must have experience that demonstrates knowledge of Aboriginal issues related to Major Projects
    RISKS AND CONSTRAINTS
    Work conducted under the SOA may require the Contractor and/or the Contractor’s deployed resources to visit identified or suspected Contaminated Sites. It is the responsibility of the Contractor to consider any and all risks to health, safety, and welfare, which may be incurred in the completion of work under the SOA, as a result of visitation to Contaminated Sites.
    DIAND also recognizes that work under the SOA may involve visits to remote locations. These are defined under “Isolated Post” in Error! Reference source not found. Definitions and Applicable Documents. As outlined in the Isolated Posts and Government Housing Directive (2003), visits in these areas may result in changes in climate, cost of living, service provision and accessibility, and other unforeseen changes in condition from the Contractor’s and/or the Contractor’s deployed resources’ initial location and residence.
    DIAND is not responsible to recompense for personal or property injury to the Contractor or the Contractor’s deployed resources, while acting in an official capacity, throughout the duration of the SOA. The Contractor is responsible for maintaining appropriate insurance coverage for the Contractor and its deployed resources.
    CONTRACTOR RESPONSIBILITIES
    In fulfilling the terms and conditions of the SOA and any resultant Call-up(s), the Contractor agrees to:
    Provide a mutually agreed-upon principal Point of Contact for the Contractor, who will be actively involved in, and responsible for, all activities undertaken;
    Confirm with the Project Authority, in writing, the receipt and successful completion of all Call-up requests; 
    Work in conjunction and close contact with DIAND personnel and other Contractors, and ensure that DIAND personnel are acquiring appropriate expertise and knowledge transfer from the Contractor;
    Complete assigned work according to pre-defined schedules and standards;
    Provide Quality Assurance monitoring on all deliverables; 
    As required, liaise with the Project Authority and any stakeholders identified by the  Project Authority for meetings, project reviews and other related project management activities.
    LOCATION OF WORK AND TRAVEL
    It is anticipated that the majority of work will take place at the NCSP’s headquarters in Gatineau, Quebec in the National Capital Region, with some work at the Contractor’s place of business.
    Notwithstanding the above, DIAND anticipates some on-site work at NCSP’s regional offices and/or visits to related contaminated sites. In the event of delivery to a Regional office, Call-ups may request specific approaches to incorporation of Aboriginal Opportunity considerations (e.g. training, capacity building, contract, and supply/service opportunities) for the particular work package.
    Should any Contractor travel to NCSP’s regional offices, a particular site in the North and/or anywhere else in Canada be required, as specified under any resulting Call-up, all costs will be reimbursed in accordance with the Treasury Board Travel Directive (http://www.njc-cnm.gc.ca/directive/travel-voyage/index-eng.php). All Contractor travel must be authorized in advance by the Project Authority.
    Comprehensive Land Claims Agreements
    Some of the locations at which the Contractor may be required to work are within areas covered by Comprehensive Land Claims Agreements (CLCAs). These include, but are not necessarily limited to:
    Location	Related Land Claim(s)
    Nunavut	Nunavut Land Claims Agreement
    Northwest Territories	T’licho Agreement
    Inuvialuit Final Agreement
    Sahtu Dene and Metis Comprehensive Land Claims Agreement
    Yukon	Several agreements pursuant to the Yukon Umbrella Final Agreement; these include but are not limited to:
    First Nation of Nacho Nyak Dun Final Agreement
    Selkirk First Nation Final Agreement
    And others as may be specified in any resulting Call-up
    MANDATORY EVALUATION CRITERIA
    M1.	Corporate Profile
    The Bidder MUST provide the full legal name of the entity submitting the Proposal. 
    The Bidder MUST identify, as applicable, any joint venture members, partners or subcontractors that will be party to the Proposal.
    The Bidder must identify by name and position title an individual that will be designated as the Contractor Representative responsible for the resource and contract management activities associated with any resulting Standing Offer Agreement
    The proposed Contractor Representative resource MUST demonstrate two (2) years of experience in the last five (5) years (calculated as of the posting date of the RFP) providing resource and contract management services to the Government of Canada.
    M2.	Proposed Core Team
    The Bidder’s firm MUST propose its Core Team of Resources, consisting of one (1) resource per Resource Category, for a total of six (6) resources. Resources MUST meet the minimum qualifications of the Resource Category in which they are proposed, as stated in the SOW section 9.2. For the purposes of this Mandatory Requirement, The overall Core Team of six (6) resources proposed by the Bidder MUST also meet the requirements as stated in the SOW, section 9.3.
    As evidence of the above, the Bidder MUST include CVs for each proposed Resource. CVs MUST be in sufficient detail to clearly demonstrate the minimum qualifications for each Resource.
    In addition to the CVs, the Bidder MUST include a copy of each degree and certification (or traceable certificate number) claimed to be held by each proposed Resource. In the event a copy of a degree is not readily available, an Official Letter from the conferring institution which clearly identifies and confirms the individual's successful completion and graduation from the program claimed; or an Official Copy of a transcript from the conferring institution which clearly identifies and confirms the individual's successful completion and graduation from the program claimed will be acceptable. 
    DIAND encourages Bidders to provide a summary, directly linking each proposed Resource’s skills and experience with the minimum qualifications included within the SOW.
    Required Resource Categories – Core Team:
    2.A – One (1) Senior Project Leader/Executive;
    2.B – One (1) Senior Major Project Management Specialist;
    2.C – One (1) Senior Financial Controls and Management Specialist;
    2.D – One (1) Senior Major Project Subject Matter Expert;
    2.E – One (1) Intermediate Major Project Subject Matter Expert;
    2.F – One(1) Junior Major Project Subject Matter Expert.
    The same individual may not be proposed for more than one (1) resource category.
    In the event the Bidder does not provide one (1) compliant Resource in each Category identified above, its Proposal will be deemed non-compliant.
    DIAND will evaluate Resources per Resource Category in the order in which they appear in the Bidder’s Proposal. In the event the first named Resource for the Resource Category is not compliant with the requirements of the Resource Category in which he/she is proposed, DIAND will consider any Additional Resources proposed by the Bidder in that Resource Category (under M3 below) in the order in which they appear in the Bidder’s Proposal.
    M3.	Additional Resources
    Bidders MUST include detailed CVs for each additional Resource in any of the Resource Categories and levels indicated in the SOW (section 9.2) that they would like to be included in any resultant SOA.
    Any additional Resources submitted MUST meet the minimum requirements as stated in the SOW section 9.2 for the Category in which they are proposed.
    As evidence of the above, the Bidder MUST include CVs for each proposed Resource. CVs MUST be in sufficient detail to clearly demonstrate the minimum qualifications for each Resource.
    In addition to the CVs, the Bidder MUST include a copy of each degree and certification (or traceable certificate number) claimed to be held by each proposed Resource. In the event a copy of a degree is not readily available, an Official Letter from the conferring institution which clearly identifies and confirms the individual's successful completion and graduation from the program claimed; or an Official Copy of a transcript from the conferring institution which clearly identifies and confirms the individual's successful completion and graduation from the program claimed will be acceptable. 
    DIAND encourages Bidders to provide a summary, directly linking each proposed Resource’s skills and experience with the minimum qualifications included within the SOW.
    Resources submitted under this Criterion will not be point-rated. Bidders are not required to submit additional Resources beyond those required under Mandatory Requirement M2, however are encouraged to do so. 
    Provided the Bidder proposes at least one (1) compliant Resource per Resource Category (in accordance with M2), In the event Additional Resources proposed under Mandatory Requirement M3 do not meet the requirements of Section 9.2, such resources will not be added to any resulting SOA, but this finding of non-compliance will not impact the Bidder’s overall compliance with the Mandatory Requirements of this RFP.  
    M4.	Bidder Project Summaries
    At the firm level, the Bidder MUST provide three (3) written project summaries demonstrating their experience in the provision of Major Project Management Support Services for Major Capital Projects, as described in the RFSO. Projects MUST be those done by the Bidder as an entity, and not projects completed by Resources as part of employment with another entity (see Note 1 below).
    Projects MUST have taken place within the last ten (10) years. Projects may be on-going, however MUST have been in progress for no less than 6 months.
    At least one (1) project MUST be for a Major Capital Project of a value of at least five hundred million Canadian dollars (CAN$500,000,000).
    At least one (1) of the Bidder’s proposed Senior Resources from each of the four (4) Categories of Senior resources, compliant with Mandatory Requirement M2, MUST have been actively involved in at least one (1) of the cited projects working in the Resource Category in which they are proposed.
    Costs ($CAN) to the Client and timelines of the Bidder’s project (MM, YYYY) for submitted project summaries MUST be clearly defined, as follows:
    a)	Dollar value $CAN of the project (to the Client) to which the Bidder contributed (i.e. the Client’s overall project value, including both the Bidder’s invoicing and Client project costs such as capital costs, etc.);
    b)	Dollar value $CAN of the work (to the Bidder) (i.e. the Bidder’s overall invoice total for services provided to the Client related to the project summary);
    c)	The dates/duration of the Bidder’s engagement in the project.
    References
    The Bidder MUST indicate the name, address, telephone number, and if available fax number, and e-mail address of the client project authority to whom the Bidder reported.
    The Bidder MUST include Project Reference Forms, below, completed and signed by the named client project authority for each cited project. The Bidder MUST forward the Project Summary information to each refereeing client project authority, for completion of the Project Reference. The completed forms, duly signed by the referee MUST be submitted as part of the Bidder's Proposal. The Bidder must not sign reference forms on behalf of the referee.
    DIAND reserves the right to contact the named client project authorities to verify the information contained within the submitted project summaries.
    In the event that any one (1) cited client reference provides a negative response in regard to the veracity and/or accuracy of the information contained within the Bidder’s submitted project summary, DIAND reserves the right to deem the Bidder’s proposal non-compliant, whereupon no further consideration will be given.
    BASIS OF SELECTION
    
    Only compliant Proposals will be considered.
    
    Only Proposals that have met all Mandatory Requirements, and have achieved or exceeded the required minimum score for the Point-Rated Criteria will be considered.  All Proposals will be rated on technical acceptability before price is considered.
    Standing Offer Agreements will be awarded based on a determination of Best Value taking into account both the technical merit of the Proposals and the Financial Evaluation. To arrive at an overall score achieved by a Bidder, technical merit will be valued at 80% of the Proposal and price will be valued at 20% of the Proposal.
    The Bidder(s) will be selected on the basis of the highest combined rating of technical merit and price.
    This procurement is set-side subject to the provisions of the Procurement Strategy for Aboriginal Business (PSAB).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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.

    Contact information
    Contracting authority
    Viner, Celine
    Phone
    celine.viner@aandc-aadnc.gc.ca
    Fax
    819-953-7830
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Access the Getting started page for details on how to bid, and more.

    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
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: