C5-09 Stope Stabilization, Giant Mine

Solicitation number EW702-173131/A

Publication date

Closing date and time 2017/11/16 16:00 EST

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    C5-09 Stope Stabilization, Giant Mine
    
    EW702-173131/A
    Bilous, Isabelle
    Telephone No. - (780) 782-8714 (    )
    Fax No. - (780) 497-3510 (    )
    
    ADVANCE NOTICE TO INDUSTRY - OPTIONAL PRE-TENDER SITE VISIT 
    
    C5-09 Stope Stabilization, Giant Mine Remediation Project, Yellowknife, NT
    
    REQUIREMENT:
    
    Prior to posting the Request for Proposal (RFP), Public Works and Government Services Canada (PWGSC), on behalf of Indigenous and Northern Affairs Canada (INAC), is conducting an Optional Pre-tender Site Visit for firms who are interested in an upcoming remediation project for the C5-09 Stope Complex, the last remaining stope complex requiring stabilization as part of the Giant Mine Remediation Project’s Site Stabilization Plan. C5-09 Stope has been identified for advanced stabilization due to the continued risk of structural failure. It is anticipated the Request for Proposal (RFP) documents will be available on www.Buyandsell.gc.ca/tenders in Fall 2017 (estimated).  
    
    C5-09 is a complex stope structure that requires a stabilization (backfill) program to mitigate risk of failure. The backfill program will consist of such activities as drilling (delivery boreholes); design, production and placement of approx. 53,400m3 of backfill material. The backfill material will be categorized into two groups, that being lightly cemented paste (39,700 m3) and self-supporting concrete (13,700 m3).
     
    The project schedule is estimated to be from November 2017 to November 2018.
    
    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 approximately 237,000 tonnes of 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 number of individual components including, but not limited to: in-situ encapsulation of arsenic trioxide waste; tailings management; improvements/amendments to Baker Creek; surface water management; building demolition; managing surface openings and pit closures; and management, storage, handling, and/or disposal of hazardous materials and contaminated soils. 
    
    Further information on the Giant Mine Remediation Project may be found at: https://www.aadnc-aandc.gc.ca/eng/1100100027364/1100100027365
    
    OPTIONAL PRE-TENDER SITE VISIT: 
    
    The optional site visit will be held on September 27, 2017 at 9:30 AM (MDT). 
    
    NOTE: Once issued to Buy and Sell, the RFP will also include a MANDATORY site visit that all potential bidders will be required to attend in order to be eligible to bid. 
    
    Bidders should communicate with the Contracting Authority no later than 4:00 p.m. MDT Monday, September 25, 2017 to confirm attendance and provide the names of the person(s) who will attend.  
    
    INFORMATION:
    
    1. Due to limited space, each entity or group of entities intending to submit a bid (i.e. bidder) attending will be limited to two (2) representatives for the above-ground site visit and one (1) representative for the underground site visit.
    
    2. There will be a site visit on September 27, 2017. Attendees are to meet at C-Dry building, at the Giant Mine Site, Yellowknife, NT at 9:30 AM (MDT) for registration. Attendees will be required to check in at the Security office prior to entering the site. Parking is available on site.
    
    3. Agenda:
    
    10:00 to 11:30: Above-ground Safety Orientation and Tour
    11:30 to 12:30: Lunch (not provided)
    12:30 to 15:00: Underground Safety Orientation and Tour
      
    Questions may be addressed, however not all questions may be able to be answered at the Pre-tender site visit. All questions from the pre-tender site visit will be recorded and answered during the RFP stage. 
    
    4. PPE (Personal Protective Equipment): It is mandatory that all persons attending the site visit have the proper safety footwear (CSA approved green patch).
    
    Above-ground Tour: Hard hats, high visibility vest and safety glasses are recommended.
     
    Underground Tour: PPE will be provided. 
    
    Individuals who do not have the required PPE will be denied access to the site.  
    
    5. Interested bidders should confirm their attendance with the Contracting Authority, listed below, no later than Monday, September 25, 2017:  
    
    Via e-mail: isabelle.bilous@pwgsc-tpsgc.gc.ca; or, via telephone at 780-782-8714.
    
    All travel, accommodation, meals, and other costs associated with attending the Optional Pre-tender Site Visit will be borne by the bidder or its representative(s).
    
    SOURCING:  
    
    The requirements of the Tlicho Land Claim and Self Government Agreement will apply to this procurement. The provisions that apply are contained 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
    
    PWGSC intends to post 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). 
    
    VALUE OF PROJECT
    This project is estimated at a value between: Category 7 - $10,000,001 and $20,000,000
    
    Documents may be submitted in either official language of Canada.
    
    
    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

    • No trade agreements are applicable to this solicitation process
    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
    Bilous, Isabelle
    Phone
    (780) 782-8714 ( )
    Email
    isabelle.bilous@pwgsc-tpsgc.gc.ca
    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
    001
    English
    25
    001
    French
    0
    English
    15
    000
    English
    34
    000
    French
    5

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Northwest Territories
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable