Expert Engineering Scientific, Technical and Environmental Evaluations associated with Northern Development

Solicitation number 1000163412

Publication date

Closing date and time 2014/11/14 15:00 EST

Last amendment date


    Description
    RFSO NUMBER:	1000163412
    PROJECT TITLE:	Expert Engineering Scientific, Technical and Environmental Evaluations associated with Northern Development
    CLOSING DATE:	November 10, 2014
    The Department of Indian Affairs and Northern Development (DIAND) invites you to submit a proposal for the following work:
    Expert Engineering, Scientific, Technical and Environmental Evaluation associated with Northern Development – Request for Standing Offer Agreement 
    The following Comprehensive Land Claims Agreement Claimant groups have been advised:
    		Inuvialuit Final Agreement
    		Gwinch’in Comprehensive Land Claim Agreement
    		Nunavut Land Claims Agreement
    Umbrella Final Agreement of the Council for Yukon Indians
    Champagne and Aishihik First Nations Final Agreement
    Little Salmon/Carmacks First Nation Final Agreement
    First Nation of Nacho Nyak Dun Final Agreement
    Selkirk First Nation Final Agreement
    Teslin Tlingit Council Final Agreement
    Vuntut Gwitchin First Nation Final Agreement
    Tr’ondëk Hwëch’in Final Agreement
    Ta’an Kwach’an Council Final Agreement
    Kluane First Nation Final Agreement
    Kwanlin Dunn First Nation Final Agreement
    Carcross/Tagish First Nation Final Agreement
    Sahtu Dene and Metis Comprehensive Land Claim Agreement
    Tlicho Land Claim Agreement
    
    1	BACKGROUND
    
    The Department of Indian Affairs and Northern Development (DIAND), currently also referenced as Aboriginal Affairs and Northern Development Canada (AANDC), is responsible for sustainable development and the management of the land and its resources in Nunavut in accordance with the DIAND Act. The Nunavut Regional Office of DIAND implements the department's responsibilities to: manage Crown lands and inland waters in Nunavut in accordance with legislation, regulations, departmental and federal policy, and program guidelines; lead departmental participation in the co-management processes of Nunavut's institutions of public governance; and the promotion of compliance with regulatory instruments through inspections and enforcement activities. DIAND evaluates projects in Nunavut and provides critical review of proposals and advice so that significant adverse environmental effects are prevented or mitigated. DIAND is responsible for follow up and regulatory monitoring as defined by DIAND’s mandate.  
    
    In Nunavut, environmental impact assessments (EIA) are conducted under Article 12 of the Nunavut Land Claims Agreement (NLCA). The Nunavut Impact Review Board (NIRB) is responsible for conducting EIA for the majority of projects in Nunavut.  DIAND’s role in the EIA process is that of an intervener and technical advisor to NIRB as outlined in the NLCA. DIAND meets its primary obligations under the NLCA through participation in the NIRB review process by critically reviewing environmental assessment documents and participating in hearings.  If a project is allowed to proceed, DIAND is responsible for ensuring compliance with terms and conditions that fall under DIAND’s mandate.   
    Water management, in Nunavut, falls under the jurisdiction of DIAND, as outlined in the DIAND Act with the Nunavut Water Board (NWB or Board) being the licensing body as outlined in the NLCA. The NLCA as well as the Nunavut Waters and Nunavut Surface Rights Tribunal Act (NWNSRTA or the Act), sets out the Board’s responsibilities for the issuance, renewal, amendment, assignment or cancellations of water licences as well as a number of other pertinent undertakings associated with a water licensing process. DIAND’s roll in the licensing process is therefore that of an intervener and technical advisor to the NWB.
    The Minister of AANDC approves Type A water licences which are issued by the NWB to applicants including both industrial and municipal operators in Nunavut.  Licences contain specific conditions governing activities associated with water use and the deposit of wastes. These activities often require the licensee to submit technical reports and management plans to the NWB for review.  A licence may also contain clauses requiring the licensee to undertake certain studies that will be beneficial in the maintenance or the future abandonment and restoration of the site.  DIAND reviews all of these reports and plans and provides advice to the NWB.
    Nunavut has experienced and anticipates an increased level of activity in mineral exploration, mining development, oil and gas exploration, marine transportation, municipal and industrial infrastructure development, mine closure, restoration and abandonment. As such, DIAND requires a range of particular expertise and support in evaluating proposals, preparing submissions, tracking environmental issues, and designing and/or undertaking studies.    
    2	OBJECTIVE(S)
    To provide, on an “as and when required basis”, expert engineering, scientific, technical, and environmental evaluations associated with any northern development undertaking as described in the Scope of Work.
    
    MANDATORY REQUIREMENTS
    Bidders' proposals MUST meet ALL of the Mandatory Requirements in order for their proposals to be considered for further evaluation.  Failure on the part of the Bidder to meet any one (1) or more of the Mandatory Requirements will result in their proposal being deemed non-compliant, with the proposal being given no further consideration:
    
    MANDATORY CRITERIA	MET/
    NOT MET	PAGE #
    M1	Firm Profile
    The Bidder MUST include a Firm Profile within its proposal (maximum 15 pages). 
    
    The Firm Profile must include the following information: 
    a)	The full legal name of the entity submitting the Proposal (if the Bidder is submitting as a joint venture this must be provided for all members);
    b)	The number of years that the Bidder has been in business (if the Bidder is submitting as a joint venture this must be provided for all members);
    c)	Must demonstrate experience and satisfactory performance on  similar projects in the same subject area (government or private sector) by submitting three (3) Project Summaries, one in each of the following categories:
    i)	Environmental Impact Assessment
    ii)	Mine Site Water Management
    iii)	Any relevant and similar to DIAND’s requirements, as stated within the Scope of Work
    		
    MANDATORY CRITERIA	MET/
    NOT MET	PAGE #
    M2  Project Team
    
           The Bidder MUST propose a project team* (including detailed Curriculum Vitae) meeting or exceeding the minimum stated requirements, including:
    -	One (1) Senior Project Team Leader in each of the following two categories:
    o	Environmental Impact Assessment 
    	5 years in the last 10 years demonstrated experience in Project Management
    	4 years in the last 10 years demonstrated experience in Environmental Impact Assessment 
    	Bachelor of Science degree 
    o	Site Water Management
    	5 years in the last 10 years demonstrated experience in Project Management
    	4 years in the last 10 years demonstrated experience in Site Water Management
    	Bachelor of Science degree
    -	One (1) Senior Technical Expert in each of the 11 areas of expertise listed in Statement of Work, section 4.1 (3-13), with the following minimum criteria:
    o	4 years demonstrated experience within the last 10 years in providing services as detailed in the Statement of Work in the relevant area of expertise
    o	Professional accreditation in a field applicable to the area of expertise; or post-graduate degree in a field applicable to the area of expertise; or 8 years of relevant experience with a Bachelor of Science degree
          *Note:  The same resource may be proposed for multiple areas of expertise, including Project Team Leader, up to a maximum of 3 areas of expertise.  However, they must meet the minimum criteria in each area of expertise for which they are proposed.
             
    Each resource CV (maximum 5 pages) MUST include the following information: 
    -	 The name of the proposed resource;
    -	 The resource category or role(s) for which the resource is being proposed and clearly outline which of the credentials, experience, etc, applies to which role (if more than one proposed);
    -	Relevant academic and professional attainments in relation to DIAND’s requirements, as identified in the SOW.  Relevant formal training should be listed chronologically by the title (of the course/program) and should include the duration (in days/months/years) and the start and end dates (dates should be identified by month and year – for example March 2004 – February 2007); 
    -	Chronological work experience including duration and start and finish dates (dates should be identified by month and year – for example March 2004 – February 2007).
    
     It is the sole responsibility of the Bidder to ensure that submitted CV's are sufficiently detailed to enable a full evaluation of proposed resources.  Failure to provide sufficient information may render the bid non-compliant and the Proposal will be given no further consideration.		
    MANDATORY CRITERIA
    MET/
    NOT MET	PAGE #
    M3  References
    The bidder must provide 1external client letter of reference for each project identified in M1. (Note: The reference letters are to be signed and dated by the client of reference)
    All references must indicate the following:
    -	 the name, postal address, telephone number, and if applicable, e-mail address and/or fax number of the client project authority to whom the Bidder reported.
    -	A brief description of work performed by the bidder.
    -	Level of client satisfaction.
    DIAND reserves the right to contact the named client references for the purpose of verifying the accuracy and veracity of the information provided in the Bidder’s Proposal.  Should DIAND choose to contact the references and should one (1) or more provide a negative reference regarding the accuracy or veracity of the Bidder’s Proposal, the Proposal will be deemed non-compliant and given no further consideration		
    
    BASIS OF SELECTION
    DIAND intends to award up to seven (7) SOA’s as a result of this solicitation to the Bidder(s) representing Best Value, as determined in accordance with the Selection and Evaluation Criteria of this RFSO.  Best Value will be defined as the highest Total Score.
    Only compliant Proposals will be considered.
    1.	To be declared responsive, a bid must: 
    a.	comply with all the requirements of the bid solicitation; and
    b.	meet all mandatory criteria.
    
    2.	The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70 % for the technical merit and 30 % for the price. 
    
    3.	To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70 %. 
    
    4.	To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30 %. 
    
    5.	For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. 
    
    6.	Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Comprehensive Land Claim Agreement (CLCA)
    • North American Free Trade Agreement (NAFTA)

    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 organization

    Organization
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Larose, V
    Phone
    819-934-2031
    Address
    10 Wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    13
    French
    13
    English
    21
    French
    21
    English
    26
    French
    26
    English
    25
    French
    25
    English
    29
    001
    English
    35
    French
    29
    001
    French
    10
    000
    English
    77
    000
    French
    13

    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
    Nunavut Territory
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    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: