FBI - CSC - LAVAL

Solicitation number EP168-210569/A

Publication date

Closing date and time 2021/06/07 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    
    Solicitation Amendment 006 is raised to Modify Appendix L - Greenhouse Gas Emmissions Factors.
    
    Solicitation Amendment 005 is raised to Respond to Questions from the Industry and to modify Appendix C - Determination of Invoices.
    
    Solicitation Amendment 004 is raised to modify section PRE 3 - Specific Requirements for Proposal Format and to modify section 4.1.7 - Presentation of Proposal.
    
    Solicitation Amendment 003 is raised to modify Appendix A - Definitions, modify Appendix F - Monthly Reporting Requirements and modify Appendix I - Detail of Energy Measure.
    
    Solicitation Amendment 002 is raised to modify the solicitation closing date from May 21 2021 to June 7 2021 at 2PM EDT.
    
    Solicitation Amendment 001 is raised to modify the solicitation closing date and to modify Appendix F - Monthly Reporting Requirements.
    
    NOTICE OF PROPOSED PROCUREMENT
    Energy Savings Program - Federal Building Initiative (FBI) Program 
    Correctional Services Canada Federal Training Centre (Laval)
    Laval, Quebec
    EP168-21-0569
    
    IMPORTANT NOTICE TO BIDDERS
    
    DATA ROOM - PWGSC FTP SITE
    Relevant information about this specific project is available from PWGSC - CSC Laval FBI FTP site.  ESCOs interested in participating the site visit will be given access to the FTP site by submitting a written request to the Contracting Authority.
    
    Requirement
    
    1. 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 improvements for the Correctional Services Canada (CSC), Federal Training Centre, located in Laval, Quebec. The Proposal shall address all the buildings at these Institutions, and the exterior elements of the sites. 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).
    
    2. The ESCo’s proposal must respond to the following goals:
    
    a. Upgrade the facility and its systems to reduce:
    • GHG emissions
    • Consumption of electricity, fossil fuels and water;
    • Electrical Demand;
    
    b. Improve or maintain the current level of occupant comfort in the facility in terms of amount of ventilation, thermal comfort, and indoor air quality; 
    
    c. Provide training and new operating guidelines required to maintain the reduced energy consumption; and 
    
    d. Provide monitoring services to document energy savings.
    
    e. The purpose of this solicitation is to retrofit the Correctional Services Canada (CSC) Federal Training Centre and its 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 180 months of energy savings above which the ESCo must identify the capital cost contribution required to complete the project.
    
    f. Provide a proposed solution which takes into consideration the existing condition of the steam distribution system, as described in Annex A. Any proposed solution must prioritize the replacement of the energy source provided by the thermal power station, located in the Leclerc detention centre. No work inside the fences of the Leclerc detention centre is permitted.
    
    g. 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).  This RFP should be thoroughly understood by the ESCo before submitting a proposal.
    
    This procurement is covered under the provisions of the Canadian Free Trade Agreement (CFTA).
    
    Period of Contract
    
    The period of any resulting contract will be for fifteen (15) years.
    
    Bidders’ Conference and Optional Site Visits
    
    1. Mandatory Bidders’ Conference
    
    It is mandatory that the ESCo or a representative of the ESCo attend the Bidders’ conference which will be held on March 16th, 2021 using the MS Teams application. (Could be modified to whatever application will be used). The conference will begin at 1pm EDT. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. 
    
    ESCos should communicate with the Contracting Authority no later than March 15th at 2PM EDT to confirm attendance and to provide the name(s) and email addresses of the person(s) to attend. ESCos will be required to sign an attendance sheet. ESCos who do not attend the mandatory Bidders’ Conference or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive.
    
    2. Optional Site Visits
    
    Three (3) additional site visits (1 full day each - 8 regular working hours) may be accommodated based on the schedule to be determined during the mandatory Bidders’ Conference. During the individual site visits 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 the paragraph below. 
    Photo identification must be provided on the day of the site visit.
    
    Arrangements have been made for optional site visits to be held at the following locations listed below:
    
    Schedule of optional site visits:
    
    Site Visit 1: March 22nd 2021 to March 26th 2021 (6099 boul. Lévesque East, Laval - FTC 320) 
    
    Site Visit 2: April 12th 2021 to April 16th 2021 (600 Montée Saint-François, Laval - FTC 312)
    
    Site Visit 3: April 26th 2021 to April 30th 2021 (Correctional Learning and Development Centre - FTC 302 CLDC)
    
    Any clarifications or changes to the bid solicitation resulting from the individual site visits will be included as an amendment to the bid solicitation.
    
    Attendees to the optional site visits are reminded that they must be aware and follow all provincial, local and client department public health measures regarding COVID-19 during each of the visits, including the following:
    • Medical-grade mask is to be worn at all times during the site visits and is the responsibility of the ESCo to provide for each attendee.
    • Frequent hand washing and/or sanitizing is required.
    • Completion of self-diagnosis questionnaire is required
    • ESCos will be limited to a maximum number of 4 attendees representing the ESCo during each site visit. 
    
    Attendees to the optional site visits at CSC sites should be aware that they may be faced with delays or refusal of entry to certain areas at certain times even if prior arrangements for access may have been made due to lockdowns or closure of the facility.
    
    All attendees requesting access to the facility will be asked to provide a completed COVID-19 Screening Questions form upon registration at the facility (to be provided after the Mandatory Bidders’ Conference). The attendees are strongly recommended to complete the form the morning of the site visit, prior to entering the facility. Should an attendee fail to complete the form in advance, the questions from the COVID-19 Screening Questions will be verbally asked to the ESCo on-site, upon registration at the facility.
    
    Photo identification of each attendee must be provided during each site visit to access the facility.
    
    No cell phones, drugs, tobacco products, or laptops are permitted in the facility. ESCos may be permitted to bring in a dedicated camera (not a camera built-into a cell phone), upon approval of an Electronic Item Registry and Authorization form  that will be provided after the Mandatory Bidders’ Conference. Any tools that are to be brought into the facility must be declared and approved in a Tool Register form prior to each visit. (This form will also be made available after the Mandatory Bidders’ Conference). 
    
    Steel toe boots must be worn during the optional site visits. 
    
    ESCos will not be permitted to visit more than one establishment (CFF 320, CFF 302, or CFF 312) during their site visit, in order to contain the potential spread of COVID-19. For this reason, 3 different site visit occurrences will be made available to ESCo, to provide an opportunity to view each establishment during a separate site visit. A pre-determined itinerary will be shared will the ESCos who wish to participate in optional site visits. 
    
    The following information must be provided by the ESCO to the Contracting Authority, at least 7 business days in advance of each optional site visit:
    • Access request form (to be provided after the Mandatory Bidders’ Conference) duly completed by each individual requesting site access, associated with a copy of valid photo identification.
    • Electronic Item Registry and Authorization form duly completed, if applicable.
    • A list of the names of all attendees representing the ESCo, who will require access to the facility.
    • The time and date, on which the ESCo requires access to the facility.
    • The establishment (CFF 320, CFF 312, or CFF 302) that the ESCo will require access to.
    • An itinerary of the buildings/areas that the ESCo plans on accessing during the site visit, if not indicated in the itinerary provided by CSC.
    • Completed tool register form, if applicable
    
    Security Requirement
    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 Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
    2.  The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.
    
    3.  The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
    
    4.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
    
    5.  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.
    
    Phase 1 - Mandatory Requirements
    
    Proposals will be examined to determine their compliance with the following MANDATORY requirements:
    
    (a) Bidders must be pre-qualified by Natural Resources Canada (NRCan) under the Federal Buildings Initiative (FBI) program;
    
    (b) Bidders must attend the mandatory site visit and sign the attendance form; 
    
    (c) Bidders proposed Improvements must include the following mandatory requirements: 
    
    • A core program that will provide a reduction in current GHG emissions by ¬¬40% from the selected base year for the Federal Training Centre.
    • A core program that will achieve the minimum percentage of Indigenous Procurement Content Certification, as per GC6 
    
    (d) Bidders must complete, sign and submit the following:  Appendix “K”, entitled “Declaration/Certifications Form” If the required form has 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 form within the time frame specified will render the proposal non-responsive. Providing the required from is a mandatory requirement for the award of a contract.   
     
    (e) Bidders must submit documentation demonstrating the project financing of the proposed scope of work in the Proposal, from the proposed Lender for the project. Failure to provide the required documentation and the table with the bid will render the proposal non-responsive. 
    
    Documentation must include a detailed and dated letter from their Lender, demonstrating at a minimum the following information: 
    
    • The project name identifies by the Lender
    • The amount of financing available 
    • The validity period of financing offer by the Lender
    • The specified term of the financing
    • The rate if financing for all lending terms, (Fixed and Variable rates)
    • The conditions for early repayment in whole or in part of the financing
    • The fees associated with establishment of financing for the project
    • The financing documentation signed by the Lender
    
    (f) 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 Contracting Authority:
    
    Philip Cowell
    Email: philip.cowell@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

    • Canadian Free Trade Agreement (CFTA)

    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
    Cowell, Philip
    Phone
    (613) 296-1922 ( )
    Email
    philip.cowell@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier,
    East Tower 4th Floor
    L'Esplanade Laurier,
    Tour est 4e étage
    140 O'Connor, Street
    Ottawa, Ontario, K1A 0R5

    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
    006
    English
    11
    006
    French
    6
    005
    English
    7
    005
    French
    6
    004
    English
    11
    004
    French
    6
    003
    English
    12
    003
    French
    8
    002
    English
    18
    002
    French
    10
    001
    English
    24
    001
    French
    21
    000
    English
    74
    000
    French
    36

    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
    Quebec (except 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: