FBI - National Hydrology Res. Cntr.

Solicitation number EP959-202438/A

Publication date

Closing date and time 2022/12/09 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    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 004 is raised to respond to a question from the Industry.
    
    Solicitation Amendment 003 is raised to respond to questions from the Industry.
    
    Solicitation Amendment 002 is raised to modify the solicitation closing date from December 2 2022 to December 9 2022 at 2PM EST, to modify PRE 3 - Specific Requirementd for Proposal Format, to modify PRE 4 - 4.1.6 Monitoring, to modify PRE 4 - 4.1.7 Presentation of Proposal and to modify PRE 9 - Submission Requirements - Checklist.
    
    Solicitation Amendment 001 is raised to modify the solicitation closing date from November 18, 2022 to December 2, 2022 at 14:00 EST and modify section GI 1 INTRODUCTION, 2 (h).  
    
    
    NOTICE OF PROPOSED PROCUREMENT
    Energy Savings Program - Federal Buildings Initiative (FBI) Program
    ECCC National Hydrology Research Centre
    EP959-202438
    
    IMPORTANT NOTICE TO BIDDERS
    
    DATA ROOM - PWGSC FTP SITE
    
    Relevant information about this specific project is available from PWGSC’s FTP site for FBI ECCC NHRC. ESCos will be given access to the FTP site by submitting a written request to the Contracting Authority after attending the Mandatory Bidders’ Conference.
    
    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 Environment and Climate Change Canada (ECCC) National Hydrology Research Centre (NHRC), located in Saskatoon, Saskatchewan. The Proposal shall address the central building at this Institution, and the exterior elements of the site. 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.
    
    d.Provide monitoring services to document energy savings.
    
    e.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.
    
    f.Achieve the minimum percentage of Indigenous Procurement Content Certification, as per GC6.
    
    g.Indicate how climate resiliency will be considered throughout the design and delivery of energy conservation measures to reduce climate change risks to assets, services and operations.
    
    h.Provide a proposed scope of work, which will address each of the following elements: 
    
    i) Conversion of ventilation systems from dual duct to single duct 
    
    ii) Decoupling of ventilation requirements from local cooling requirements
    
    iii) The existing Building Automation System (BAS) has reached the end of it’s expected service life. The scope of work must include a solution to address this issue.
    
    iv) The Phasing Diagrams, Drawings G1 and G2 from the document entitled "NHRC DDC Upgrade IFC Drawings" (available on PWGSC’s FTP site) identified multiple existing issues at ECCC NHRC. The scope of work must include a solution to address issues regarding each of the following elements identified in the Phasing Diagrams:
    •All air handling units
    •Pressure Independent Lab Quality Flow Measuring Air Valves
    •High Plume Lab Exhaust Fans with Heat Reclaim Modules, on the West and East sides. Ensure redundancy in case of failure
    •Destratification ceiling fans
    
    v) The existing mechanical equipment, including condenser and evaporator, for approximately eighteen (18) cold rooms has reached the end of it’s expected service life. The scope of work must include a solution to address this issue.
    
    vi) The existing fluid cooler system has reached the end of it’s expected service life. The scope of work must include a solution to address this issue, with redundancy.
    
    vii) The existing Chilled Water System, including the chiller, distribution pumps, associated valves and controls, is currently near the end of it’s expected service life. The scope of work must include a solution to address this issue.  
    
    viii) In their proposal, the ESCo must clearly state all assumptions regarding lab air change rates. 
    
    In support of these objectives and related scopes of work, the following information/documentation in the possession of Environment and Climate Change Canada (ECCC) will be made available to the ESCo on PWGSC’s FTP site, during the solicitation stage of this project: "NHRC DDC Upgrade IFC Drawings" (from HDK Consulting - October 12, 2018).
    
    i.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 must be thoroughly understood by the ESCo before submitting a proposal.
    
    3.This procurement is covered under the provisions of the following Trade Agreements: CETA, WTO AGP, CPTPP, CFTA, FTAs with Peru/Colombia/Panama/Korea/UK.
    
    Period of Contract
    
    The period of any resulting Contract will be for a period of ten (10) years.
    
    Mandatory Bidders’ Conference, Optional Site Visit and Optional Virtual Meeting with Facility Management
    
    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 September 14th 2022 using the MS Teams application. The conference will begin at 1:00 PM Eastern Daylight Time (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 September 13th  at 2:00 PM 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.
    
    Any clarifications or changes to the bid solicitation resulting from the Mandatory Bidder’s Conference will be included as an amendment to the Request for Proposal.
    
    2.Optional Site Visit
    One (1) optional site visit (1 full day - 8 hours during regular working hours, including a 1-hour lunch break at approximately noon Central Standard Time (CST) may be accommodated for each ESCo individually, based on the schedule to be determined during the mandatory Bidders’ Conference. During the optional site visits, the requirements outlined in this bid solicitation document will be reviewed and questions from bidders with regard to the particulars set forth in this RFP will be answered as outlined in the paragraph below. 
    Any clarifications or changes to the bid solicitation resulting from the individual site visits will be included as an amendment to the Request for Proposal.
    
    Arrangements have been made for optional site visits to be held at the ECCC National Hydrology Research Centre (NHRC), located in Saskatoon, Saskatchewan.
    
    Schedule of optional site visits:
    • Site Visit 1: weeks of October 3rd 2022 to October 7th 2022 and October 10th to October 14th 2022 (on Monday, Wednesday and Friday for both weeks, between 8:00AM - 4:00PM Central Standard Time).
    
    Upon arrival at the facility for the optional site visit, attendees will be required to sign-in at the security desk located within the main entrance (south façade facing Innovation Boulevard). Once signed-in, each attendee will receive a contractor pass allowing access throughout the facility. An ECCC facility management staff will be present at the security desk to escort the attendees. ESCos must remain as one (1) group and will not be permitted to split up into multiple groups. Steel toe boots must be worn during the optional site visits. ESCos will be escorted through a pre-determined itinerary of areas within the facility, as listed below, which contain the main energy-consuming equipment:
    
    •Boiler room
    •Mechanical chase
    •Fan penthouse
    •Roof
    •Warehouse
    •Laboratory (sample)
    
    ESCos may access additional areas of the facility if a written request is approved in advance by Canada. Such request must be submitted to the Contracting Authority at least one (1) week prior to the optional site visit, and must indicate the proposed areas to visit. Note that ECCC and PSPC reserves the right to refuse any requests that cannot be accommodated.
    During the optional site visit, each ESCo will be allowed up to (2) contractor parking spaces. Parking accommodations for more than two (2) vehicles must be coordinated by the ESCo. There are metered parking stalls near the main entrance of the building. Site visit attendees shall temporarily park in the round-about near the main entrance during registration, where the ECCC facility management staff will guide the attendees to the appropriate contractor parking spaces. 
    
    The following information must be provided by the ESCo to the Contracting Authority, at least one (1) week in advance of the optional site visit:
    •A list of the names and contact information (email address & phone number) of each individual planning to access the facility
    •The date and time of the planned optional site visit
    •A proposed list of areas to be visited within the facility, in addition to those indicated in the pre-determined itinerary above (if applicable).
    
    3.Optional Virtual Meeting with Facility Management
    
    Following the optional site visits, each ESCo will have the opportunity to discuss individually with ECCC facility management staff who is responsible for the operation of the NHRC facility. An optional meeting with Facility Management will be held virtually by the Contracting Authority using the MS Teams application. The meeting will be for one (1) hour, during which time the ESCo will be permitted to ask questions regarding the facility and operations. In the event that a question asked by the ESCo cannot be answered during the meeting, the ESCo will be asked to submit the question in writing to the Contracting Authority. The question will be answered as an amendment to the RFP.
    
    Schedule of optional virtual meetings with facility management:
    •Week of October 31st to November 4th 2022 (1:00PM - 2:00PM EDT)
    
    ESCos interested in attending the virtual meetings must reserve a date and time slot with the Contracting Authority during the mandatory bidder’s conference, or must indicate their preferred date and time slot, in writing to the Contracting Authority. The Contracting Authority will allocate a date and time slot to ESCos, based on a first-come-first-serve basis. ESCos will be requested to submit a list of questions or topics that the ESCo plans on discussing during the meeting, at least one (1) week in advance of the meeting. 
    
    Security Requirement
    
    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 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. Until the security screening of the Contractor personnel required by this Contract has been completed satisfactorily by the CSP, PWGSC, the Contractor/ personnel MAY NOT HAVE ACCESS to PROTECTED information or assets, and MAY NOT ENTER sites where such information or assets are kept, without an escort.
    
    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 Bidders’ Conference 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 a minimum of 40% from the selected base year for the ECCC National Hydrology Research 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 is not included with the proposal, 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 form 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 identified 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 (30 Points)
    Technical Information Rating x 40% =  Technical Information Score (40 Points)
    Financial Information Rating x 30% =  Financial Information Score (30 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
    E-mail: 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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    004
    French
    1
    004
    English
    11
    003
    English
    11
    003
    French
    0
    002
    French
    1
    002
    English
    13
    001
    French
    3
    001
    English
    22
    000
    French
    10
    000
    English
    68

    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
    Saskatchewan
    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: