Remediation Plan Design and Support (Quality Assurance) Services

Solicitation number EZ897-212881/B

Publication date

Closing date and time 2022/01/11 17:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Remediation Plan Design and Support (Quality Assurance) Services - RFP
    
    EZ897-212881/B
    Pillay, Sal
    Telephone No. (604) 363-6714
    Email: sal.pillay@tpsgc-pwgsc.gc.ca 
    
    IMPORTANT NOTICE TO SUPPLIERS RE BID SUBMISSION REQUIREMENTS
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Pacific Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. 
    
    Suppliers are required to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Pacific Region Bid Receiving Unit’s generic address at TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca
    
    Bids will NOT be accepted if emailed directly to this email address.
    
    Faxed and hard copy (submitted in person or via mail/courier) bids will NOT be accepted for the subject bid solicitation.
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buyandsell.gc.ca .
    
    
    TITLE:
    Remediation Plan Design and Support (QA) Services (RPD/SS)
    
    LOCATION: 
    Faro, Yukon Territory
    
    DESCRIPTION:
    Canada requires architectural and engineering services for the overall design of the Faro Mine Remediation Project (FMRP) located in Faro, Yukon Territory. Public Services and Procurement Canada, on behalf of Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC), seeks a consultant to deliver design and support (Quality Assurance - QA) services for the Faro Mine Remediation Project (FMRP) and for the future remediation of the Vangorda / Grum Mine site.
    
    PROJECT BACKGROUND:
    The Faro Mine Complex (FMC) is an abandoned lead-zinc mine located in south-central Yukon, approximately 90 km driving distance, northwest of Ross River, and approximately 350 kilometers northeast of Whitehorse. The site is approximately 25 square kilometers in size. The access road to the Faro Mine Complex extends approximately 22 km from the Town of Faro to the mine, gaining over 400 m in elevation.
    
    Crown-Indigenous Relations and Northern Affairs Canada (CIRNAC) has engaged Public Works and Government Services Canada (PWGSC) to assist in delivering design and support (Quality Assurance - QA) services for the Faro Mine Remediation Project (FMRP) and for the future remediation of the Vangorda / Grum Mine site. The FMRP is subject to an assessment pursuant to the Yukon Environmental and Socio-Economic Assessment Act (YESAA) at the Executive Committee level under Item 3(a) of Schedule 3 of the Assessable Activities, Exceptions and Executive Committee Projects Regulations (SOR/2005-379). This assessment process is currently underway, the Project Team having prepared and submitted a Project Proposal in 2019 to document the Project, the environmental and socio-economic baseline conditions, and the Project’s potential effects.
    
    The FMRP will also require a Water License pursuant to the Yukon Water Acts and a Fisheries Act authorization. Remediation planning needs to continue through advancement of design, development of specifications, as well as overall coordination of the remediation work. Also, due to the delay in starting the overall remediation, urgent works were initiated a few years ago, in order to mitigate significant risks to the to the environment and human health and safety.  
    
    The Vangorda / Grum Mine site may also need to be remediated in the future. A draft remediation plan was prepared by in 2010 and an updated liability value was determined in 2021. Therefore, the scope of work also includes the preparation of designs to support urgent works, initiation of the YESAA process and development of the Vangorda / Grum Mine Remediation Plan.
    
    The remediation work at Faro will be comprised of the Initial Period and the Active Remediation Phase. The Initial Period is the conclusion of the project definition phase, in which design and support services are anticipated to occur over a period of two years from date of award to March 31, 2024 and includes options to extend by up to two additional 12-month periods to 2026.  The Active Remediation Phase, is projected to occur over a period of 12 years from 2026 to 2038, broken down into 2 six year periods. 
    
    
    SCOPE OF SERVICES:  
    The RPD/SS Consultant is required to complete the design of the various Design Packages of the overall mine remediation, provide the technical documents (specifications, drawings, etc.), cost estimates for each package, as well as oversee the implementation of the work, mainly for Quality Assurance purposes. This includes, but is not limited to:
    
    - Preparing design options, alternatives and recommendations;
    - Completing the design for the work and for coordinating and directing the work of their sub-consultants and specialists. The services outlined apply not only to the RPD/SS Consultant, but to any Sub-Consultant and Specialty Consultant disciplines that may be required for a specific project.;
    - Preparing the technical documents for each tender package identified by Canada;
    - Providing a wide range of civil engineering, geotechnical (soil and rock mechanics), geo-scientific and 3D-modeling services;
    - Preparing design level Cost Estimates;
    - Preparing design schedules and providing input on construction durations;
    - Providing input into the Project Risk Plan;
    - Supporting Canada by managing engineering quality assurance and assisting in responding to site conditions / issues, as required;
    - Supporting Canada by developing Performance Based Specifications to support a Design-Bid-Build project delivery approach;  
    - Defining conceptual commissioning procedures and confirming that performance requirements have been met; verifying operating manuals, and ensuring that record drawings are provided and are accurate; 
    - Adhering to all the Standards and Guidelines outlined in this document, as may be applicable to each scope of work; and
    - Supporting Canada by providing warranty period inspections.
    
    The services to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization (TA). The Work described in the TA must be in accordance with the scope of the Contract.
    
    OPTIONAL VIRTUAL SITE VISIT: 
    The virtual site visit for this project is optional.
    
    Proponents may attend the optional virtual site visit prior to submitting a proposal for this work and to make inquiries or investigations necessary to become thoroughly acquainted with the site as well as the nature and extent of the work.
    
    The optional virtual site visit will be held on the following date and time: 
    
    Date: November 16, 2021
    Time: 10:00 a.m. PST
    Platform: MS Teams 
    
    Instructions: Interested proponents must pre-register with the Contracting Authority, Sal Pillay, at email address sal.pillay@tpsgc-pwgsc.gc.ca by no later than 24 hours prior to the optional virtual site visit, and provide the following information:   
    
    - Proponent (Company) Name:
    - Attendee’s Name:
    - Email Address:
    - Telephone number:
    
    The meeting access details will be provided upon registration.
    
    Proponents may attend either by phone (audio) or by computer (audio and/or video), though it is recommend proponents participate by video as visuals will be presented. 
    
    Any clarifications or changes to the solicitation resulting from the optional  virtual site visit will be included as an amendment to the solicitation.
    
    DURATION OF THE CONTRACT:
    The period of the Contract is from date of contract award to 31 March 2024, inclusive. 
    
    At Canada’s sole discretion, the term of the Contract may be extended by up to two (2) additional twelve (12) month periods, under the same terms and conditions.
    
    VALUE OF PROJECT:
    Including optional periods, if exercised, the total cost of the planned Initial Period for the RPD/SS contract is estimated at $120 million, including contingency and taxes.
    
    SUBMISSION REQUIREMENTS AND EVALUATION
    Mandatory and Point Rated criteria are included. Proposals must comply with the requirements of the solicitation and meet all mandatory and point rated evaluation criteria to be declared responsive. Indigenous Opportunities Considerations (IOC) are included in the evaluation criteria. 
    
    EPOST CONNECT:
    Proponents MUST use the epost Connect service provided by Canada Post Corporation to transmit their proposal electronically. Proponents must refer to GI16, Submission of proposal, and SRE 2, Proposal Requirements, for further information. 
    
    SOLICITATION ENQUIRIES:
    Attention: Sal Pillay
    Supply Team Leader
    Tel: (604) 363-6714
    Email: sal.pillay@tpsgc-pwgsc.gc.ca 
    
    This procurement office provides procurement services to the public in English.
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Pillay, Sal
    Phone
    (604) 363-6714 ( )
    Email
    michaela.costa@tpsgc-pwgsc.gc.ca
    Address
    1230 Government Street, Suite 401 -
    1230, rue Government, bureau 401 -
    Victoria, British C, V8W 3X4

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    008
    French
    7
    008
    English
    56
    007
    French
    7
    007
    English
    39
    006
    French
    6
    006
    English
    31
    005
    French
    10
    005
    English
    39
    French
    2
    004
    French
    5
    004
    English
    38
    English
    20
    003
    French
    9
    003
    English
    52
    002
    French
    7
    002
    English
    47
    001
    French
    9
    001
    English
    58
    French
    17
    French
    16
    French
    8
    000
    French
    42
    English
    41
    English
    21
    000
    English
    175
    English
    25
    English
    37
    English
    17
    English
    20
    English
    21
    English
    16
    English
    25
    English
    31
    English
    32
    English
    21
    English
    19
    English
    56

    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

    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: