Main Construction Management, Giant Mine Remediation Project, Yellowknife, NT

Solicitation number EW702-141166/G

Publication date

Closing date and time 2017/04/11 16:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Main Construction Management (MCM) Requirement, Giant Mine Remediation Project, Yellowknife, NWT
    
    EW702-141166/G
    Contracting Authority:  Katherine Bogus
    Telephone:  (780) 497-3547
    Cell Phone: (587) 920-3075
    Fax No: (780) 497-3510
    Email:  Katherine.Bogus@pwgsc-tpsgc.gc.ca
    
    Public Works and Government Services Canada (PWGSC) on behalf of Indigenous and Northern Affairs Canada (INAC) is conducting a Two Phase RFP process for the Main Construction Manager (MCM) requirement at Giant Mine, Yellowknife, Northwest Territories (NT).  The first Phase of this RFP will assess the Proponents’ Mandatory Requirements, Experience and Understanding of the Project (SRE 4).  Only bids deemed compliant from Phase One will be invited for Phase Two.  The second Phase of the RFP will assess the Proponents’ Mandatory Requirements, Technical Proposal, Management and Organization Proposal (SRE 5), and the Bid Form (Appendix 4).  
    
    Canada is also conducting a Two-Step bid evaluation process for both Phase One and Phase Two of this RFP, which gives Proponents the chance to fix errors and omissions that would have rendered their proposals non-responsive under the regular evaluation process.  
    
    Bidders are responsible for obtaining copies of bid forms and special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid. 
    
    This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid.
    
    Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual. 
    
    Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at http://buyandsell.gc.ca/procurement-data/tenders. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package.
    
    After contract award, notification of solicitation results will be released, and debriefs will be provided upon request. 
    
    PWGSC reserves the right  to cancel the solicitation at any point during the process, or to modify the requirements and re-publish the solicitation using the same or a different approach if there is concern that value for money cannot be obtained.
    
    MANDATORY BIDDERS' CONFERENCES & OPTIONAL SITE VISITS
    
    A mandatory Phase One bidders' conference and optional site visit will be held in Yellowknife, NWT, on March 7 & 8, 2017. The bidders’ conference will be at 9:00 AM - 4:00 PM in KatmavikB at the Explorer Hotel, Yellowknife, NT.  The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. All aspects of the solicitation will be discussed including Phase Two.  Proponents will be limited to three(3) representatives for the Phase One bidders’ conference.  The optional Site Visit will be held on March 8th at 1:00 PM departing from the Explorer Hotel, and Proponents will be limited to two (2) representatives for the site tour. It is mandatory that all persons attending the site visit have the proper safety footwear (CSA approved green patch), hard hats, high visibility vest and safety glasses.  Individuals who do not have the required personal protective equipment willbe denied access to the site.  
    
    A mandatory Phase Two bidders’ conference will be held which will include an underground site visit.  Only Proponents who are compliant in Phase One will be invited to attend the Phase Two bidders’ conference and underground site visit as per SRE 1.2.4.c.  Proponents will be limited to two (2) representatives for the underground site visit.  The date and time for the Phase Two bidders’ conference will be outlined to the compliant bidders from Phase One.
    
    The bidders’conferences for Phase Oneand Phase Two for this project are MANDATORY.  The representative of the Proponents will be required to sign the Bidders’ Conference Attendance Sheet at the bidders’ conference. Bids submitted by Proponents who have not signedtheattendance sheet will be rejected.  
    
    Proponents are requested to communicate with the Contracting Authority before the conference to confirm attendance. Proponents should provide, in writing, to the Contracting Authority, the names of the person(s) who willbe attending and a list of issues they wish to table at least 3 working days before the scheduled conference.
    
    Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bidsolicitation. 
    
    All costs associated with travel to Yellowknife to attend Bidders’ Conferences and Site Visits will be the responsibility of the respective individuals or contractors.  Lunch and hospitality will not be provided.
    
    PROJECT DESCRIPTION
    
    The Giant Mine Remediation Project (GMRP) addresses the long-term containment and managementofarsenic trioxide waste, the demolition and removal of all buildings on the surface, the remediation of all surface areas including the tailings ponds andcontaminated soil, as well as underground stabilization and surface and underground water managementand treatment.  The Project is described further in Section 2.1 of the TOR for the MCM.
    
    SCOPE OF WORK SUMMARY (Full details can be found in the TOR)
    
    During the term of thecontract, the Main Construction Manager (MCM) will:
    • Assume full care andcontrol of the site (becoming the Mine Manager as defined in the NWT Mine Health and Safety Act and Regulations) and carry out care & maintenance and environmental monitoring of the site (competitively through sub-contractors).  
    • Review background information on the project design (once the full scope is established) and the preliminary/conceptual  implementation strategy (work packaging, sequencing andscheduling) 
    • Work collaboratively with the GMRP Team to maximize the efficiency of the deliveryoftheproject from a time and cost perspective, while maximizing socio-economic benefits as per INAC Objectives, including developing a schedule and cost for theremediation activities. 
    • Additional activities anticipated during the Option Period, whichmay include town site deconstruction, landfill construction, etc.
    If the contract is amended to add Term 2, the MCM will be responsible for:
    • ImplementationManagement - full care & control of the site, including fulfilling the role of the Mine Manager(as defined in the NWT Mine Health & Safety Act) and General Contractor, 
    • Advising on the scope of work packages to be tendered, carrying out tendering and executing the Work(as the General Contractor) using sub-contractors
    
    In Term 1 and 2,the MCM will contract with PWGSC for pre-construction, construction, and post-construction services. The MCM is expected to deliver benefits to the project by providing services including, but not limited to, the following: 
    
    Administration services
       •   Project Administration;
       •   Work Packaging;
       •   Cost Management; 
       •   Time Management (Scheduling);
       •   Risk Management;
       •   Scope Control andManagement;
    •   Quality Control;
    
    Advisory services
       •   Constructability Assessment;
      •   Work Packaging and Sequencing(to maximize Canada’s Socio-economic goals);
       •   Scheduling;
       •   Cost Estimate; and 
       •   Project ImplementationPlan.
    
    Contractor Services
       •   Provide full time site staff and site facilities as required;
       •   Act as Mine Manager as defined in the NWT Mine Health & Safety Act and Regulations including coordinating the MCM’s sub-contractors and those retained by others and ensuring the protection of all visitors to the site, including Canada employees; 
       •   Sub-contract any other construction Work using competitive bidding processes; 
       •   Pre-purchase key materials as needed.
    
    It is to beunderstood that upon “take over” of the site, Main Construction Manager must be the “Mine Manager” for the Project within the meaning of the Northwest Territories Mine Health & Safety Act and Regulations (http://www.wscc.nt.ca/sites/default/files/documents/MineRegulations%20NU%20EN.pdf) and must perform all of the obligations of the “Mine Manager” as set out in the Act for this project.  The MCM must be responsible to coordinate and assume health & safety responsibilities for the overall management of the GMRP, inclusive of all shared work and lay-down areas, and will oversee and be responsible for all other contractors on the site in relation to the role of the “Mine Manager”
    
    SOURCING:
    
    PWGSC has posted this RFP on the Government Electronic Tendering Service at https://www.buyandsell.gc.ca/tenders, where potential bidders interested in submitting a proposal will be required to download the documents. This competitive requirement will be subject to the World Trade Organization-Agreement on Government Procurement(WTO-AGP), the North America Free Trade Agreement (NAFTA, and the Agreement on Internal Trade (AIT).
    
    The requirements of the Tlicho Land Claim and Self Government Agreement will apply to this procurement. The provisions that apply arecontained in: Chapter 26  Economic Measures, of the Tlicho Land Claim and Self Government Agreement, clauses 26.3, 26.3.1 (a).     http://www.aadnc-aandc.gc.ca/DAM/DAM-INTER-HQ/STAGING/texte-text/ccl_fagr_nwts_tliagr_tliagr_1302089608774_eng.pdf
    
    The Government of Canadais committed to a fair, open, transparent and competitive procurement process.
    
    This PWGSC office provides procurement services to the public in English.
    
    BACKGROUND:
    
    Giant Mine, located in Yellowknife, operated under several owners for approximately 56 years, starting in 1948. In 1999, then owner, Royal Oak Mines Inc., went into receivership. The Government of Canada has taken on the responsibility of the existing environmental liabilities on the property, including approximately237,000tonnesof arsenic trioxide, stored in underground chambers. The Giant Mine site is currently under Care and Maintenance while the Project enters its Design phase before full remediation begins. The implementation phase of the remediation plan will have a numberof individual components including, but not limited to: in-situ encapsulation of arsenic trioxide waste; tailings management; improvements/amendmentsto Baker Creek; surface water management; building demolition; managing surface openings and pit closures; and management, storage, handling, and/or disposal of hazardous materialsand contaminated soils. 
    
    Further information on the Giant Mine Remediation Project may be found at: https://www.aadnc-aandc.gc.ca/eng/1100100027364/1100100027365
    
    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
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Bogus, Katherine
    Phone
    (780) 497-3547 ( )
    Fax
    (780) 497-3510
    Address
    Suite 1650
    635 - 8th Ave. S.W.
    Bureau 1650
    635 - 8e avenue, SO
    Calgary
    Calgary, Alberta, T2P 3M3

    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
    009
    English
    73
    009
    French
    10
    008
    English
    49
    English
    35
    008
    French
    3
    French
    35
    007
    English
    56
    007
    French
    2
    006
    English
    56
    006
    French
    1
    005
    English
    62
    005
    French
    10
    004
    English
    68
    004
    French
    8
    003
    English
    62
    003
    French
    5
    002
    English
    71
    002
    French
    4
    001
    English
    126
    001
    French
    13
    000
    English
    324
    English
    185
    French
    184
    000
    French
    47

    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
    Northwest Territories
    Procurement method
    Competitive – Open Bidding

    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: