SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

REMEDIATION OF NOTTINGHAM ISLAND
FORMER WEATHER STATION, NUNAVUT

Solicitation number EW699-141714/A

Publication date

Closing date and time 2014/03/11 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
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    Solicitation No.:EW699-141714/A
    Marc Poot
    Telephone No. - (780) 497-3520 
    Fax No. - (780) 497-3510
    E-mail:marc.poot@pwgsc-tpsgc.gc.ca
    
    REMEDIATION OF NOTTINGHAM ISLAND 
    FORMER WEATHER STATION, NUNAVUT
    PWGSC PROJECT NUMBER - R.057571.001
    
    REQUIREMENT: 
    
    Public Works and Government Services Canada (PWGSC) on behalf of
    Aboriginal Affairs and Northern Development Canada (AANDC) has a
    requirement for the supply of all labour, equipment and material
    for remediation activities at Nottingham Island, Former Weather
    Station, Nunavut.  Work for this requirement includes, but not
    limited to, the following: 
    
    Preparation of planning documents and submittals; Mobilization
    and demobilization of all personnel, equipment, support
    facilities and materials; 
    
    Transport and off-site disposal of all nonhazardous demolition
    debris and all other non-hazardous debris waste materials;
    
    Off-site disposal of all hazardous demolition debris; 
    
    Demolition of existing structures;
    
    Off-site transportation and disposal of Asbestos Containing
    Materials; 
    
    Excavation, and off-site disposal of both Petroleum Hydro Carbon
    (PHC) impacted, Metal impacted, and co-contaminated soils 
    
    Provision of the following site support services:  Provision and
    maintenance of Departmental Representative's vehicles;
    Construction Camp facilities, including operation, maintenance,
    catering and janitorial service; Safety, fire protection, office
    and medical services;  Transportation services to site for
    Departmental Representative and Departmental Representative
    Authorized Personnel to site; Communication services for
    Contractor and Departmental Representative and Provision of
    Wildlife Monitors.
    
    BACKGROUND:
    
    The site is located approximately 140 km. southwest of Cape
    Dorset, Nunavut in the Qikiqtaaluk region along the banks of the
    Hudson Strait. Ivujivik, Quebec is situated approximately 80 km
    south of the site and is the closest community.  The closest
    Nunavut community to the site is Cape Dorset, Nunavut (~140 km.,
    to the North).  The approximate centre of the site is located at
    the coordinates 63.111974 N, 77.938633 W. 
    
    At the present time the site is accessible by helicopter with a
    landing pad south of the bunkhouse. There is no airstrip
    available for fixed-wing aircraft on the island. Historically,
    when the site was operational, it was accessible by boat with
    the landing area on the beach immediately south of the site.  A
    trail runs east to west along the north end of the site and is
    approximately 2.7 m. wide with no embankment, and is accessible
    by All Terraine Vehicle at the present time.  Existing saturated
    soil conditions within the work area might require the use of
    low weight bearing equipment in order to perform the remediation
    activities. 
    
    
    BIDDERS CONFERENCE (OPTIONAL):
    
    This is not a  Mandatory Bidders' Conference and those who do
    not attend are not precluded from submitting a bid when the
    intended RFP is issued. However, potential bidders are strongly
    encouraged to attend. It should be noted that potential bidders
    who do not attend or send a representative will not be given an
    alternative appointment.  
    
    An optional  Bidders' Conference has also been scheduled 09:00
    A.M. (local time) 13 February, 2014 in Iqaluit, Nuanvut at the
    Discovery Lodge Hotel 1056 Mivvik Street.
    
    Bidders are requested to communicate with the Contracting
    Authority before the conference to confirm attendance. Bidders
    should provide, in writing, to the Contracting Authority, the
    names of the person(s) who will be attending and a list of
    issues they wish to table at least 3 working days before the
    scheduled conference.
    
    Potential bidders or their representative will be responsible
    for making their way to Iqaluit.   All travel & living costs
    associated with travel to Iqaluit for the purpose of attending
    the Optional Bidders Conference will be borne by the Bidder or
    their representative.
    	
    Bidders are advised that any clarifications or changes resulting
    from the bidders' conference shall be included as an amendment
    to the bid solicitation document.
    
    COMPREHENSIVE LAND CLAIMS AGREEMENTS (CLCA)
    
    The proposed requirement is subject to the following
    Comprehensive Land Claims Agreements:
    
    Nunavut Land Claims Agreement (NLCA) 
    
    The benefits that apply to this procurement are contained in
    Part 6 - Bid Criteria of Article 24 - Government Contracts of
    the Nunavut Land Claims Agreement (NLCA.   and;
    
    Nunavik Inuit Land Claims Agreements (NILCA)   
    
    The proposed requirement is subject to the Nunavik Inuit Land
    Claims Agreement (NLICA). The benefits that will apply are
    contained in: Article 13: Nunavik Inuit Land Claims Agreement. 
    
    TRADE AGREEMENTS:
    
    The proposed requirement is subject to the provisions of the
    North American Free Trade Agreement (NAFT),  the World Trade
    Organization - Agreement on Government Procurement (WTO-AGP) and
    Agreement on Internal Trade (AIT).
    
    
    CONTRACTOR EVALUATION AND SELECTION CRITERIA:
    
    The method of procurement chosen for this requirement calls for
    the submission of proposals by contractors who will deliver a
    strategy that best meets Canada's needs as described in the RFP.
     Proposals must meet all Mandatory requirements set out in the
    bid evaluation criteria. Those bidders who achieve a minimum 
    60% overall score will be further considered using the assessed
    Best Value to the Crown (60% Merit + 40% Cost) Contractor
    Selection method set out in the bid documents.
    
    CODE OF CONDUCT AND CERTIFICATION PROVISIONS:
    
    Bidders must submit a complete list of names of all individuals
    who are currently directors of the Bidder. Furthermore, as
    determined by the Special Investigations Directorate,
    Departmental Oversight Branch, each individual named on the list
    may be requested to complete a Consent to a Criminal Record
    Verification form.
    
    TRAVEL & LIVING COSTS:
    
    All travel & living costs associated with travel to  and
    attending the optional Bidder's Conference will be borne by the
    Bidder or their representative(s) except where otherwise
    specified.
    
    BID DOCUMENTS:
    
    Bidders may visit Buyandsell.gc.ca/tenders.    
    
    
    
    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
    Poot (NCS), Marc
    Phone
    (780) 497-3520 ( )
    Fax
    (780) 497-3510
    Address
    Northern Contaminated Site Program
    Telus Plaza North, 5th floor
    10025 Jasper Avenue
    Edmonton, Alberta, T5J 1S6

    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
    English
    11
    000
    English
    135
    001
    English
    43
    005
    English
    14
    003
    English
    36
    002
    English
    34
    004
    English
    27
    English
    34
    English
    11
    English
    16
    English
    38
    English
    9
    English
    57
    English
    40
    English
    11
    English
    32
    009
    English
    27
    008
    English
    11
    007
    English
    13
    English
    34
    006
    English
    13
    005
    French
    5
    006
    French
    10
    009
    French
    8
    004
    French
    7
    007
    French
    8
    008
    French
    5
    003
    French
    10
    002
    French
    12
    000
    French
    35
    001
    French
    11

    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
    Nunavut Territory
    Procurement method
    Competitive – Open Bidding
    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: