Census of new vehicle registered and all vehicle in operation in Canada

Solicitation number NRCan-5000035428

Publication date

Closing date and time 2018/03/21 14:00 EDT


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    1. Advance Contract Award Notice (ACAN)

    An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2. Definition of Requirements

    The Department of Natural Resources Canada (NRCan) requires the creation of a data collection system to provide data on new registrations and all vehicles on the road. This data collection will be required in the coming years (2018 to 2023) and will focus solely on vehicles in Canada. The database will include all types of fuel on the market, such as gasoline, diesel fuel, E10, E85, B5, B20, B100, CNG (RNG), propane, hydrogen and electricity, as well as hybrid vehicles and rechargeable hybrid vehicles.

    An initial database must identify all new registrations by brand, model, series and type of fuel, both for light-duty vehicles (under 10,000 lb/4,536 kg) and for classes 3 to 8 medium- or heavy-duty utility vehicles, by province and by type of vehicle, and must include detailed information with respect to the motors. Sales of light-duty vehicles will be segmented into market categories (e.g., subcompact, compact, intermediate, etc.) and each model type will be linked to its fuel consumption rating, as quoted in the OEE’s Fuel Consumption Guide. A projection of the vehicle’s useful life (scrappage rate) will also be assigned.

    The second database must identify the registrations by brand, model, series and type of fuel for light-duty vehicles (under 10,000 lb/4,536 kg), by province and by type of vehicle, and must include detailed information with respect to the motors. Light-duty vehicles will be segmented into market categories (e.g., subcompact, compact, intermediate, etc.) and each type of model will be linked to its fuel consumption rating, as quoted in the OEE’s Fuel Consumption Guide. A projection of the vehicle’s useful life (scrappage rate) will also be assigned.

    In short, the initial database will be an inventory of all new registrations, annualized and containing detailed information about light-, medium-, and heavy-duty vehicles; the second database will be a detailed inventory of all light-duty vehicles currently on the road.

    Furthermore, the Department of Natural Resources Canada’s Office of Energy Efficiency is responsible for obtaining the necessary data to update its transportation model for the current year and future years, specifically in order to:

    • bridge data gaps resulting from changes to agreements regarding access to information from automobile manufacturers (because of new regulations), until new batches of data are made available;
    • perform detailed analyses on the fuel consumption of vehicles and the resulting impact on greenhouse gas emissions;
    • assist the Government of Canada in implementing new policies, particularly with respect to electric and hybrid vehicles; and
    • make projections based on a historical approach using a scrappage rate pertaining to vehicles currently in use.

    3. Criteria for Assessment of the Statement of Capabilities

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    1. Must have 10 years of experience in the production of data regarding vehicle registration.
    2. Must demonstrate that it is capable of calculating a scrappage rate based on the vehicle brand and model using historical data from a period of 20 years or more.
    3. Must previously have manually registered fuel consumption values in registration files pertaining to those vehicles, and must still be capable of doing so.
    4. Must be capable of segmenting cars and light-duty trucks into vehicle classes (e.g., subcompact, intermediate, sport, luxury compact, sport utility vehicle (SUV), small truck, etc.).
    5. Must be capable of producing all new vehicle registrations in the initial database and all light-duty vehicles currently in operation in the second database. The data must be categorized on an annualized basis, nationwide and by Canadian province, by brand and model, vehicle type, fuel type (diesel, hybrid, electric and rechargeable hybrid, automotive gasoline – including E85, natural gas, propane, hydrogen, etc.), type of chassis, motor characteristics, vehicle class, vehicle series, number of cylinders, weight class (1 to 8), as well as fuel consumption rating and useful life (scrappage rate).
    6. Must have the necessary resources to carry out the work required and at least five years of experience in statistical modelling.
    7. Must have the data sources necessary to provide the databases described above by April 15 at the latest of each given year.

    4. Trade Agreements

    This procurement is subject to the following trade agreement(s):

    North America Free Trade Agreement (NAFTA);

    Canadian Free Trade Agreement (CFTA);

    World Trade Organization - Agreement on Government Procurement (WTO-AGP).

    5. Justification for the Pre-Identified Supplier

    We intend to deal directly with the supplier mentioned in section 10 below as, it is the only known supplier that meets the mandatory criteria set out in section 3 above.

    Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN, a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders

    6. Exception to the Government Contracts Regulations

    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection

    6(d) – “only one person is capable of performing the work.

    The identified provider, DesRosiers Automotive Consultants Inc., is the only one able to meet all of the criteria identified in paragraph 3 above.

    7. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the: 

    • North American Free Trade Agreement (NAFTA): Article 1016, 2, b)
    • Canadian Free Trade Agreement (CFTA): Article 513 b
    • World Trade Organization - Agreement on Government Procurement (WTO-AGP): Articles XIII (b)

    8. Contract Period

    The contract period will be from April 1st, 2018 to March 31, 2019, plus the option to acquire additional services and extend the term of the Contract by up to four (4) additional one (1) year period.

    9. Estimated Cost

    The estimated maximum value of the contract is $510,000.00 CAD taxes included and the 4 years option included.

    10. Name and Address of the Proposed Contractor

    DesRosiers Automotive Consultants Inc.

    80 Fulton Way

    Richmond Hill, ON

    L4B 1J5

    11. Suppliers’ right to submit a 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.

    12. Closing Date

    The closing date for a submission of a Statement of Capabilities is March 21, 2018 at 14:00 Eastern Daylight Time.

    13. Contract Authority

    France Bolduc

    1055, P.E.P.S., PO Box 10380

    Quebec, QC G1V 4C7

    418 648-5043

    france.bolduc@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Bolduc, France
    Phone
    418-648-5043
    Email
    france.bolduc@canada.ca
    Address
    1055 rue du P.E.P.S., C.P. 10380
    Quebec, QC, G1C 4C7

    Buying organization(s)

    Organization
    Natural Resources Canada
    Address
    580 Booth St
    Ottawa, Ontario, K1A 0E4
    Canada
    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    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: