Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Development of International Rare Earth Element Standards

Solicitation number NRCan-5000027523

Publication date

Closing date and time 2017/01/30 16:00 EST


    Description

    1. Title

    Development of International Rare Earth Element Standards

    2. Definition

    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the competitive requirements of the government's contracting policy have been met. Following notification to suppliers not successful in demonstrating that their Statement of Capabilities meets the requirements set out in the ACAN, the contract may then be awarded using the Treasury Board's electronic bidding authorities.

    If other potential suppliers submit Statement of Capabilities during the fifteen calendar day posting period, and meet the requirements set out in the ACAN, the department or agency must proceed to a full tendering process on either the government's electronic tendering service or through traditional means, in order to award the contract.

    3. Background

    In recent years, a steady, reliable, and secure supply of critical metals have become increasingly important to major industrialized economies that seek to sustain their industrial base and develop advanced technologies, such as clean energy. Canada, with its significant critical metal reserves, has an opportunity to supply some of the global demand for these metals. To transition from promising mineral deposits to marketable products, investment in fundamental research & development are needed to address the complex technological challenges around the production, separation and processing of critical metals, and to better understand the global market for these key commodities.

    Rare earth elements (REE) represent an opportunity for Canada to enter an emerging and globally strategic market. However, the metallurgy for Canadian ores containing REE involves a complex sequence of individual separation, refinement, alloying and formation stages before they can be used in the production of permanent magnets, consumer electronics and other high value-added high-tech products.

    Natural Resources Canada is undertaking a significant effort to support the development of rare earth elements and chromite in order to maximize Canadian value and benefits from these deposits. As part of this effort, Canada is embarking on a leadership role in developing international standards specific in the area of rare earth elements, through the International Organization for Standardization (ISO). Supporting this effort will help ensure that Canada maintains its place as a global leader in the Rare Earths sector, and that Canadian norms, practices, and experiences are recognized and accepted in international standards that can be adopted into the Canada, or used by Canadian companies in international markets.

    Based on a submission by China, the formation of ISO TC/298 was recently approved by ISO. As a result, the international community is coming together under ISO TC/298 to develop standards for the full lifecycle of rare earths production.

    There are currently 7 participating countries that are voting members of ISO TC/298. There are also 22 observing countries that could become participating countries at any time.

    The participating countries include:

    • China (project Chair and Secretariat)

    • Australia

    • Canada

    • India

    • Japan

    • Korea, Republic of

    • United States

    On behalf of the Standards Council of Canada, CSA Group is managing and supporting the new Canadian Mirror Committee of Canadian stakeholders that is responsible for leading Canadian participation in the development of the ISO standards, and their adoption into Canada as appropriate. The Canadian Mirror Committee is composed of technical experts from industry, government, academia, and the consulting sector and will lead the participation of Canadian stakeholders in the development of international Rare Earths standards and will review their appropriateness for adoption as appropriate into Canada as Canadian National Standards.. The scope of ISO TC/298 includes standardization in the field of rare earth ores, concentrates, metals, alloys, compounds, materials, including the reuse and recycling of waste rare earth products. The work will be executed in coordination with any relevant ISO/TC 298 working groups. This activity will advance Canada’s interests in the Rare Earth’s sector by helping to ensure Canadian norms, practices, and experiences are recognized, accepted and incorporated into newly developed international standards. This will facilitate the adoption of internationally accepted standards for use locally in Canada and other markets that are trusted by regulators and industry alike, and will assist to reduce barriers to international trade.

    4. Objectives

    The objective of this work is to engage the CSA Group to manage the Canadian Mirror Committee to ISO TC/298 in the development of ISO standards and the adoption process into Canada’s national standards system.

    5. Project Requirements

    1. Tasks, Deliverables, Milestones and Schedule

    Tasks & Deliverables

    The contractor will manage all aspects of the Canadian engagement in the Mirror Committee to ISO TC/298, including logistics and administration, project management and scheduling, procedural guidance, liaison activities, Chair and Member support, Member recruitment and training, managing the adoption process, review processes, and communications support.

    The contractor will also ensure:

    • Balanced representation on the technical committee
    • Quarterly Mirror Committee teleconferences are held
    • Executive Committee teleconferences are held (as necessary)
    • Curated online web space for members to access files is available
    • Adoption of published ISO Standards in Canada as appropriate
    • Canadian Mirror Committee responses to ISO ballots

    Task

    Dates

    Initial Meeting(deliverable #1)

    Within 5 working days of Contract Award Date (CAD).

    Draft Report (deliverable #2)

    March 17, 2017

    Final report (deliverable #3)

    March 31, 2017. 

    5.2 Specifications and Standards

    • Conformity of all documentation to ISO

    5.3 Technical, Operational and Organizational Environment

    This work is expected to be completed at the Contractor’s place of business.

    5.4 Contractor’s Responsibilities

    In addition to the obligations outlined above, the Contractor shall:

    • keep all documents and proprietary information confidential;
    • return all materials belonging to NRCan upon completion of the Contract;
    • submit all written reports in hard copy and electronic Microsoft Office Word or Corel WordPerfect format;
    • attend meeting with stakeholders, if necessary;
    • participate in teleconferences, as needed;
    • attend meeting at NRCan sites, if required; and/or,
    • maintain all documentation in a secure area.

    6. Trade Agreements

    Applicable Limited Tendering Provision under NAFTA (Article 1016.2)

    1016.2(b) - where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    1016.2(d) - for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter;

    Applicable Limited Tendering Provision under Canada-Chile (Article Kbis-09)

    Kbis-09 (b) - where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    Kbis-09 (c) - for additional deliveries by the original supplier that are intended either as replacement parts, extensions, or continuing services for existing equipment, software, services or installations, where a change of supplier would compel the entity to procure goods or services not meeting requirements of interchangeability with existing equipment, software, services, or installations;

    Applicable Limited Tendering Provision under Canada-Colombia (Article 1409)

    1409 (b) where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:

    (i) the requirement is for a work of art,

    (ii) the protection of patents, copyrights or other exclusive rights, or

    (iii) due to an absence of competition for technical reasons;

    Applicable Limited Tendering Provision under Canada-Honduras (Article 17.11)

    2 (b) a good or service being procured can be supplied only by a particular supplier and a reasonable alternative or substitute does not exist because:

    (i) the good or service is a work of art,

    (ii) the good or service is protected by a patent, copyright or other exclusive intellectual property right, or

    (iii) there is an absence of competition for technical reasons;

    Applicable Limited Tendering Provision under Canada-Panama (Article 16.10)

    16.10 (b) the procurement can be carried out only by a particular supplier and a reasonable alternative or substitute does not exist because:

    (i) the requirement is for a work of art,

    (ii) a good or service being procured is protected by a patent, copyright or another exclusive right, or

    (iii) of the absence of competition for technical reasons;

    Applicable Limited Tendering Provision under Canada-Korea (Article XV.1)

    XV.1(a) – protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists

    Applicable Limited Tendering Provision under AIT (Article 506.12)

    506.12(b) - where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists; (CAP code 71)

    Applicable Limited Tendering Provision under Canada-Peru Free Trade Agreement (Article 1409)

    1 (b) - where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:

    (i) the requirement is for a work of art,

    (ii) the protection of patents, copyrights or other exclusive rights, or

    (iii) due to an absence of competition for technical reasons;

    7. Title to Intellectual property

    Natural Resources Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds:

    • to generate knowledge and information for public dissemination.

    8. Contract Period

    The contract period shall be from date of award of contract to March 31, 2021.

    9. Estimated Cost

    The estimated maximum value of the contract is between $165,000.00 to $170,000.00 CAD, including all applicable taxes.

    10. Exception to the Government Contracts Regulations and applicable trade agreements

    Sole Source Justification ‑ Exception of the Government Contract Regulations (GCR):

    (d) Only one person or firm is capable of performing the contract

    The contractor must:

    1. Possess the harmonized agreements with the Standard Council of Canada for working in ISO and IEC international standards;
    2. Be able to demonstrate the ability to manage the activities of the harmonized Canadian Rare Earths SMC/TC that is responsible for the preparation of Canadian and International rare earth standards; and
    3. Be accredited as a standards development organization by the Standard Council of Canada.
    4. Possess a harmonization agreement with the Standards Council of Canada to manage the activities of the harmonized Canadian Rare Earths SMC/TC that is responsible for the preparation of Canadian and International rare earths standards.

    CSA Group is the only provider that can meet all of the criteria above as well as the project requirements in paragraph 5.1 to 5.4.

    11. Name and Address of the Proposed Contractor

    CSA Group

    PO BOX 1924 STN A

    TORONTO, ON

    M5W 1W9

    12. Inquiries on Submission of Statement of Capabilities

    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a Statement of Capabilities in writing, preferably by e-mail, 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.

    13. Closing Date

    Closing Date: 30 January 2017

    Closing Time: 4:00 p.m. EDT

    1. Contract Authority

    Len Pizzi

    Procurement Officer

    Natural Resources Canada

    183 Longwood Road South

    Hamilton, ON

    L8P 0A5

    Telephone: (905) 645-0676

    Fax: (905) 645-0831

    E-mail : len.pizzi@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras 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)
    • 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
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    Contracting authority
    Pizzi, Len
    Phone
    905-645-0676
    Address
    183 Longwood Road South
    Hamilton, ON, L8P 0A5
    CA

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    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
    000
    French
    1
    000
    English
    16

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive - Limited Tendering

    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: