Federal Building Initiative (FBI) - Environment Canada

Solicitation number EP076-150596/A

Publication date

Closing date and time 2015/08/31 14:00 EDT

Last amendment date


    Description
    Trade Agreement: LCSA/AIT
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    NOTICE OF PROPOSED PROCUREMENT
    
    Energy Savings Program - Federal Building Initiative (FBI)
    Program 
    Environment Canada, 335 River Road, Ottawa, ON
    EP076-150596/A
    
    
    Requirement
    
    Public Works and Government Services Canada (PWGSC) is inviting
    Energy Service Companies (ESCos) to submit proposals for the
    provision of professional and construction services, financing,
    training and monitoring associated with the implementation of
    energy efficiency and water conservation improvements for the
    Environment Canada facility, located at 335 River Road in
    Ottawa. The proposal must be in accordance with the terms and
    conditions set out in this Request for Proposal (including all
    Supplementary Conditions, General Instructions, Proposal
    Requirements and Evaluation, Supplementary Conditions, General
    Conditions, and Annexes and Appendixes).
    
    The ESCo's proposal must respond to the following goals:
    a.	Upgrade the facility and its systems to reduce:
    ·	Consumption of electricity, fossil fuels and water;
    ·	Electrical Demand;
    ·	GHG emissions
    b.	Proposed improvements must include the following minimum
    mandatory requirements for HVAC systems serving Modules 1, 2, 3
    and 4:
    
    ·	Replacement of air handling units 1, 2 and 3;
    ·	Conversion of systems from dual duct to single duct;
    ·	Decoupling of ventilation requirements from local cooling
    requirements;
    c.	Improve or maintain the current level of occupant comfort in
    the facility in terms of amount of ventilation, thermal comfort,
    and indoor air quality; 
    d.	Provide training and new operating guidelines required to
    maintain the reduced energy consumption; and 
    e.	Provide monitoring services to document energy savings.
    f.	The purpose of this solicitation is to retrofit the building
    systems to reduce energy consumption and GHG emissions. The cost
    of the guaranteed portion of the project will be limited to a
    maximum of the value of 120 months of energy savings above which
    the ESCo must identify the capital cost contribution required to
    complete the project.
    
    The ESCo must arrange the funding of this project and payments
    made by Canada will be in accordance with requirements detailed
    in this Request for Proposal (RFP).  The RFP should be
    thoroughly understood by the ESCo before submitting a proposal.
    
    Period of the Contract
    The period of any resulting Contract will be for a period of ten
    (10) years.
    
    SITE VISITS 
    	
    1.	MANDATORY SITE VISIT 
    It is mandatory that the ESCo or a representative of the ESCo
    visit the work site and examine all building structures and
    equipment, review drawings, review utility consumption and
    demand and/or PWGSC metering information, familiarize themselves
    with the existing lab and special purpose areas conditions and
    limitations, existing operations and maintenance protocols,
    existing space comfort conditions, and review any additional
    information made available by Canada.
    Arrangements have been made for the site visit to be held on
    July 07, 2015. The site visit will begin at 09:00 EDT in the
    entrance lobby of the Environment Canada Facility, located at
    335 River Road, Ottawa, Ontario. 
    ESCos should communicate with the Contracting Authority no later
    than June 29, 2015 at 15:00 to confirm attendance and provide
    the name(s) of the person(s) who will attend. ESCos will be
    required to sign an attendance sheet. ESCos should confirm in
    their bid that they have attended the site visit. ESCos who do
    not attend the mandatory site visit or do not send a
    representative will not be given an alternative appointment and
    their bid will be declared non-responsive. 
    It is mandatory that ESCos provide and wear safety boots for the
    site visit. ESCos who do not comply will not be permitted to
    attend the site visit. 
    Any clarifications or changes to the bid solicitation resulting
    from the site visit will be included as an amendment to the bid
    solicitation. 
    2.	OPTIONAL SITE VISIT 
    Additional individual site visit may be requested no later than
    ten (10) working days before the solicitation closing date.
    ESCos must communicate with the Contracting Authority to arrange
    an individual site visit appointment.  During the individual
    site visit the requirements outlined in this bid solicitation
    document will be reviewed and questions from potential ESCos
    with regard to the particulars set forth in this RFP will be
    answered as outlined in paragraph below.
    Any clarifications or changes to the bid solicitation resulting
    from the individual site visits will be included as an amendment
    to the bid solicitation.
    Security Requirement (before award of Standing Offer)
    The following security requirement (SRCL and related clauses)
    applies and form part of the Contract.
    	1.     The Contractor/Offeror must, at all times during the
    performance of the Contract/Standing Offer, hold a valid
    Designated Organization Screening (DOS), issued by the Canadian
    Industrial Security Directorate (CISD), Public Works and
    Government Services Canada (PWGSC).
    	2.      The Contractor/Offeror personnel requiring access to
    sensitive work site(s) must EACH hold a valid RELIABILITY
    STATUS, granted or approved by CISD/PWGSC.
              Until the security screening of the Contractor
    personnel required by this Contract has been completed
    satisfactorily by the CISD, PWGSC, the Contractor personnel MAY
    NOT ENTER sites without an escort.
    	3.  	Subcontracts which contain security requirements are NOT
    to be awarded without the prior written permission of CISD/PWGSC.
    	4.  	The Contractor/Offeror must comply with the provisions of
    the: 
    	(a) Security Requirements Check List and security guide (if
    applicable), attached at Annex B; 
    	(b) Industrial Security Manual (Latest Edition).
    		
    Selection Process
    The Selection Process has three (3) phases:
    	A)	Phase 1 - Mandatory Requirements;
    	B)	Phase 2 - Rated Proposal; and
    	C)	Phase 3 - Basis of Selection.
    
    Mandatory Requirements
    Proposals will be examined to determine their compliance with
    the following MANDATORY requirements:
    
    Bidders must be pre-qualified by Natural Resources Canada
    (NRCan) under the Federal Buildings Initiative (FBI) program;
    
    Bidders must attend the mandatory site visit, and sign the
    attendance form; and
    
    Bidders proposed improvements must include the following minimum
    mandatory requirements for HVAC systems serving Modules 1, 2, 3
    and 4:
    
    ·	Replacement of Air Handling Units 1, 2 and 3;
    ·	Conversion of systems from dual to single duct;
    ·	Decoupling of ventilation requirements from local cooling
    requirements;
    
    (d)  Bidders must complete, sign and submit the following: 
    Appendix "K", entitled       
           "Declaration/Certifications Form" 
    
    (e)  Integrity Provisions - Associated Information
    
    Bidders, who are incorporated, including those submitting
    proposals as a joint venture, must provide a complete list of
    names of all individuals who are currently directors of the
    bidder. Bidders submitting proposals as sole proprietorship,
    including those submitting proposals as a joint venture, must
    provide the name of the owner. Bidders submitting proposals as
    societies, firms or partnerships do not need to provide list of
    names.  If the required names have not been received by the time
    the evaluation of proposals is completed, Canada will inform the
    bidder of a time frame within which to provide the information.
    Failure to provide the names within the time frame specified
    will render the proposal non-responsive. Providing the required
    names is a mandatory requirement for the award of a contract.   
      
    
    FAILURE TO MEET THE MANDATORY REQUIREMENTS WILL RENDER THE
    PROPOSAL AS NON-RESPONSIVE AND NO FURTHER EVALUATION WILL BE
    CARRIED OUT. 
    
    Phase 2 - Rated Proposal
    Phase 2 will evaluate the responsive proposals (i.e. proposals
    meeting all mandatory requirements listed above), and award
    points. The points attributed to the Proposal will be based on
    the relative weighting factor and the evaluation criteria as
    detailed below. A rating from zero to ten (10) points will be
    assigned for each of the evaluation criteria
    
    Threshold per Criteria
    A proposal receiving less than sixty percent (60%) of the
    available points in each of the Project Management and Technical
    Information sections as detailed below will be deemed
    non-responsive and will be given no further consideration.
    
    Phase 3 - Basis of Selection
    The Basis of Selection for contract award for this requirement
    is the highest total scoring responsive proposal in accordance
    with the rated criteria detailed below.
    
    The Total Score will be established as follows:	
    Project Management Rating 	x 30%	= 	Project Management Score
    (Points)
    Technical Information Rating 	x 40%	= 	Technical Information
    Score (Points)
    Financial Information Rating 	x 30%	= 	Financial Information
    Score (Points)	
    			Total Score (maximum 100 Points)
    
    BIDDERS WILL NOT BE REIMBURSED FOR THE COST OF RESPONDING TO
    THIS REQUEST FOR PROPOSAL.  
    Enquiries
    
    All enquiries regarding this requirement must be submitted in
    writing to the Standing Offer Authority:
    	Maquiling, Amalia
    	Fax No. - (819) 956-3600
    	E-mail - amalia.maquiling@tpsgc-pwgsc.gc.ca
    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.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • Land Claim Set Asides (LCSA)

    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
    Maquiling(fk div), Amalia O.
    Phone
    (819) 956-5978 ( )
    Fax
    (819) 956-3600
    Address
    11 Laurier St./ 11, rue Laurier
    3C2, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    005
    French
    6
    005
    English
    9
    004
    French
    6
    French
    11
    French
    13
    English
    13
    English
    11
    004
    English
    12
    003
    French
    7
    003
    English
    14
    002
    French
    6
    002
    English
    18
    001
    French
    6
    001
    English
    22
    000
    French
    25
    000
    English
    82

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: