Indigenous Monitoring Services – Treaty 8

Solicitation number 84084-21-0040

Publication date

Closing date and time 2021/05/10 16:00 EDT

Last amendment date


    Description

    Amendment#01 the title correction, all other conditions remain the same.

    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. Description of Requirement

    The Canada Energy Regulator (CER) requests Contractor(s) to provide services to introduce an Indigenous Monitoring (IM) Program for inspections of construction activities for the Nova Gas Transmission Ltd. (NGTL) pipeline system. The CER has an immediate requirement for Indigenous Monitoring services from communities that are impacted by the NGTL 2021 expansion project and are capable of providing these technical services in the short term. Construction started on the NGTL 2021 expansion project in early 2021.

    The Contractor(s) would provide Indigenous Monitors, and train Indigenous Monitors as well as manage the logistical and administrative requirements of their work. The Contractor must recruit Indigenous Monitor(s) from Indigenous communities with a presence in Treaty 8 area. The IMs recruited by the Contractor must have prior experience working on CER inspections. The IMs recruited by the Contractor must be from communities that have been impacted by and involved in process for the NGTL 2021 System Expansion project.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    The Contractor(s) must provide two primary resources: one Indigenous Monitor and one Logistics Coordinator. These two individuals will conduct most of the work associated with two inspections, as well as participation in program training and meetings. The Contractor(s) may also have a project lead who may or may not also be the Logistics Coordinator. Throughout the duration of the contract, qualified alternate resources may be used as required.

    The Contractor(s) must:

    • Be an Indigenous Business (majority owned and controlled by Indigenous Peoples).
    • Recruit Indigenous Monitors with prior experience on CER inspections, and has completed the CER-organized training for Indigenous Monitoring programs (e.g. the training sessions provided in partnership with the Indigenous Advisory and Monitoring Committees (IAMC) or the CER’s other IM Program partners). This ensures that all training and certifications are in place and IMs can be assigned to inspections in the short term.
    • Have insurance policies in place for the IMs, including Workers’ Compensation Board coverage and appropriate liability insurance.
    • Have and maintain appropriate health and safety practices – including COVID-19 risk mitigation plans, which will be developed in coordination with the CER.
    • Support the Monitors in understanding local interests and concerns that are relevant to the monitoring of NGTL 2021 construction activities. This could include access to Traditional Knowledge (TK) studies conducted for the project area, and having a local Elder or other appropriate resources available to consult with IMs.
    • Have capacity to administer financial documentation and reporting associated with invoicing for this contract.
    • Consent to a criminal record check by the local police of jurisdiction (not required if this has been completed for other programs involving CER inspections in the past 3 years).
    • Execute a confidentiality agreement requiring the Contractor and Indigenous Monitors to keep all information including but not limited to, draft inspection reports, documentation, photographs, logs, data, obtained during the course of work with the CER confidential unless and until the information is made publicly available in an explicit manner.
    • Comply with and sign a Conflict of Interest Agreement.

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

    This requirement is set aside for Aboriginal suppliers in accordance with the Procurement Strategy for Aboriginal Business (PSAB) visit website https://www.sac-isc.gc.ca for further information on PSAB.

    5. Justification for the Pre-Identified Supplier

    The pre-identified supplier(s) has been involved in the NGTL 2021 System Expansion Project, including conducting Traditional Knowledge studies and availability of Elders/Knowledge to support the Indigenous Monitors. The pre-identified supplier(s) has personnel with prior experience on CER inspections, including Indigenous Monitors and Logistics coordinators.

    6. Period of the proposed contract or delivery date

    The proposed contract is for a period of one year from date of Contract award, plus two (2) one-year option periods.

    7. Cost estimate of the proposed contract(s)

    The estimated value of the contract, is $105,000 CDN, taxes included.

    8. Name and address of the pre-identified supplier

    Contract#1 with $105,000 GST included to

    SCFN Services
    Box 188, Enilda AB, T0G 0W0

    9. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully capable of providing the 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 of this notice. The Statement of Capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    10. Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    Frances Todd

    Procurement Technical Analyst,

    Canada Energy Regulator

    Suite 210, 517 Tenth Avenue, SW

    Calgary, AB T2R 0A8

    Tel: 403-470-1748

    Email: fran.todd@cer-rec.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Canadian Energy Regulator
    Address
    Suite 210, 517 10th Avenue SW
    Calgary, Alberta, T2R 0A8
    Canada
    Contracting authority
    Gong, Jenny
    Phone
    403-470-1748
    Email
    jenny.gong@neb-one.gc.ca
    Address
    517-10th Ave SW
    Calgary, AB, T2R 0A8
    CA

    Buying organization(s)

    Organization
    Canadian Energy Regulator
    Address
    Suite 210, 517 10th Avenue SW
    Calgary, Alberta, T2R 0A8
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Region of opportunity
    Alberta
    Procurement method
    Competitive – Selective Tendering