Maintain the wastewater treatment system at William Head Institution

Solicitation number 21120-19-3043527

Publication date

Closing date and time 2018/12/19 23:00 EST

Last amendment date


    Description

    2018-12-11 Some minor adjustments have been made to the wording of this ACAN in section 1.5 and 2. However, all of the requirements described in this ACAN remain the same.

    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 requirement:

    The Correctional Service Canada has a requirement to maintain the wastewater treatment system at William Head Institution. The work will involve the following:

    1. Objectives:

    1.1.1 Assess the current status of the wastewater treatment system's operation, maintenance, and performance.

    1.1.2 Identify and address system deficiencies.

    1.1.3 Update and implement the process control program to ensure optimal system operation.

    1.2 Tasks:

    The tasks the Contractor must perform include, but are not limited to, the following:

    Task 1- Project Start Up:

    • Contractor must have a start up teleconference with the NHQ Project Authority, a regional representative of the Environmental Division, and the Institutional Authority (key stakeholders) to discuss project tasks and confirm expected timelines.

    Task 2 - Site Work:

    Contractor must perform the following tasks to achieve the objectives as defined in Section 1.1

    • Assess the wastewater treatment system design, operation, maintenance, and performance.

    • Identify and address system deficiencies.

    • Develop and implement a process control program to ensure optimal system operation.

    • Provide instruction to inmate workers, when available, to perform routine work.

    The Contractor must hold bi-weekly teleconferences with the key stakeholders to present the findings to date and define the specifics of the upcoming work based on the findings.

    Task 3 - Project Closeout:

    The Contractor must hold a final teleconference with key stakeholders to close out the project;

    1.3 Expected results:

    The expected results are the ongoing successful maintenance of the wastewater treatment system at William Head Institution

    1.4 Deliverables:

    1.4.1 The Contractor must provide the following deliverables:

    1.4.1.1 A project timeline detailing the tasks to be undertaken, the staff responsible and the anticipated completion date.

    1.4.1.2 Documentation to support the work completed including, but not necessarily limited to:

    • a copy of the daily log of site work performed during the course of the work,
    • a report documenting the findings of the work, and
    • a comprehensive written program of work for process control, operations, and maintenance.

    The documentation must be provided as follows: one (1) hard copy and one (1) electronic copy (MS Word format/PDF format).

    Deliverables will be subject to inspection and acceptance by the Project Authority.

    1.4.2 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).

    1.5 Constraints

    1.5.1 Institutional Access Requirements:

    1.5.1.1 NIL security screening required as there is no access to sensitive information or assets. Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. CSC has developed very stringent internal policies to ensure that the security of institutional operations is not compromised.

    1.5.1.2 Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof of any Contractor personnel, at any time.

    1.5.2 Location of work:

    1. The Contractor must perform the work at:

    William Head Institution (Min)

    6000 William Head Road

     Victoria, British Columbia

     V9C 0B5

    b. Travel

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

    1.5.3 Language of Work:

    The contractor must perform all work in English.

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

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

    Experience:

    The proposed resource must have over five (5) years of experience as a Level 3 Operator within the past ten (10) years, providing hands on technical support / advice in the operation and management of wastewater treatment systems.

    The proposed resource must have over 1 (one) year of experience within the past five (5) years working in a correctional environment and therefore can work within the unique risks associated with this environment.

    The proposed resource must have over 1 (one) year of experience within the past five (5) years, performing duties that reflect the duties of an Overall Responsible Operator for wastewater treatment systems.

    The Bidder’s proposed resource must include a minimum of two (2) projects completed within the last five (5) years that consisted of operating and or managing a wastewater treatment system. Each project must include the start and end dates of the project and a description of the work performed by the proposed resource under the project.

    Academic qualifications:

    See professional designation below.

    Professional designation, accreditation and/or certification:

    The proposed resource must hold a Canadian Professional Engineer (P.Eng) license. This license is acceptable as proof of education as an engineer.

    The proposed resource must have a valid Operator(s) Certification.

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

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

    Canadian Free Trade Agreement (CFTA);

    North American Free Trade Agreement (NAFTA).

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

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

    This procurement is not subject to any set-asides for Aboriginal 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 pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    6.1 Continuing issues with the William Head wastewater treatment system require immediate attention.

    6.2 The pre-identified supplier has the expertise required, is familiar with the William Head wastewater treatment system, and has worked extensively within the constraints of correctional facilities.

    7. Government Contracts Regulations Exception(s)

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

    (d) 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:

    North American Free Trade Agreement (NAFTA) - Article 1016: Limited Tendering Procedures, section 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.

     Canadian Free Trade Agreement (CFTA), Article 513

    (b) if 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;

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

    (iv) the supply of goods or services is controlled by a supplier that is a statutory monopoly;

    (v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative;

    (vi) work is to be performed on property by a contractor according to provisions of a warranty or guarantee held in respect of the property or the original work;

    (vii) work is to be performed on a leased building or related property, or portions thereof, that may be performed only by the lessor; or

    (viii) the procurement is for subscriptions to newspapers, magazines, or other periodicals;

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of one (1) year, from date of contract award to one (1) year later with an option to extend the contract for three (3) additional one (1) -year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $201,960.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name:

    Aureus Solutions Inc.

    Address:

    398 rue Bagot

    Kingston, Ontario

    K7K 3B9

    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 December 20, 2018 at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Steve Perron, Senior Procurement Officer

    Correctional Service Canada

    340 Laurier Ave West Ottawa, ON K1A 0P9

    Telephone: 613-992-6509

    E-mail: steve.perron@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Perron, Steve
    Phone
    613-992-6509
    Email
    steve.perron@csc-scc.gc.ca
    Address
    340 Laurier Ave
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    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.