SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Multidisciplinary Environmental Services

Solicitation number EW699-220414/B

Publication date

Closing date and time 2022/04/19 15:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Multidisciplinary Environmental Services 
    
    EW699-220414/B
    Wiebe, Amanda
    Telephone No. - (431) 335-3523 
    
    
    
    Public Works and Government Services Canada (PWGSC) Environmental Services and Contaminated Sites Management (ESCSM) on behalf of PWGSC and other client departments has a requirement for environmental consulting services for various projects on an "as and when requested" basis. Public Works and Government Services Canada is inviting consulting firms with Environmental Engineering expertise to submit proposals for Standing Offers.  
    
    The required environmental services are related to a wide variety of federally controlled sites, including contaminated sites often in remote communities, in Canada’s prairie provinces and northern territories.  
    
    The range of consulting services includes: 1) environmental impact assessment, permitting and related studies, 2) environmental management of federal facilities, 3) contaminated sites consulting services and 4) construction planning, design and supervision related to environmental projects. Specific tasks may include performing risk assessments and hazardous material/waste surveys, developing remediation action plans, cost estimates and tender documents, providing advice, training, and site supervision.
    
    Offerors may submit an Offer for any or all Streams, however a separate AND complete offer is required for each Stream.
    
    EPOST CONNECT
    
    This RFSO requires Offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offer electronically. Offerors must refer to GI10, Submission of Offer, and SRE 2, Offer Requirements, for further information. Due to the nature of the solicitation, transmission of offers by facsimile will not be accepted.
    
    Offers must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the solicitation: 
    
    Bid Receiving Public Works and Government Services Canada 
    
    ROReceptionSoumissions.WRBidReceiving@tpsgc-PSPC.gc.ca
    
    Note: Offers will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in General Instructions, or to send offers through an epost Connect message if the offeror is using its own licensing agreement for epost Connect.
    
    The selected offerors shall provide a range of services for projects in one or more of three streams: 1) Alberta, Saskatchewan and Manitoba, 2) Northwest Territories and Yukon, or 3) Nunavut Settlement Area. Canada’s intention is to issue multiple Regional Individual Standing Offers (RISOs) under each Stream. 
    
    Stream 3 is limited to Inuit Firms on the Inuit Firm Registry (IFR) ONLY.
    a. By submitting an offer, the Offeror certifies that they are or will be registered on the IFR prior to Standing Offer Issuance.
    b. Canada will confirm if an Offeror is an Inuit Firm by searching the IFR prior to Standing Offer issuance. If the Offeror is not registered on the IFR, Canada will give the Offeror 15 business days in which to complete registration.
    c. If the Offeror does not comply with registration as an Inuit Firm on the IFR within the time frame provided, their offer will be declared non-responsive and given no further consideration.
    
    OFFERORS' CONFERENCE
    An Offerors' conference will be held via Microsoft Teams and teleconference on February 10, 2022. The conference will begin at 14:00 CST. The scope of the requirement outlined in the Request for Standing Offers (RFSO) will be reviewed during the conference and questions will be answered. It is recommended that Offerors who intend to submit an offer attend or send a representative.
    
    Offerors are requested to communicate with the Standing Offer Authority before the conference to confirm attendance. Offerors should provide, in writing, to the standing Offer Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than February 8, 2022. Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer.
    
    Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer. 
    
    Stream 3 is subject to the Agreement Between Inuit of the Nunavut Settlement Area and Her Majesty the Queen in Right of Canada (the Nunavut Agreement) and the Nunavik Inuit Land Claims Agreement, Article 13 Government of Canada Employment and Contracts.
    
    Stream 2 includes Comprehensive Land Claim Agreement (CLCA) areas. Socio-economic provisions are included under this Standing Offer and validated in the Standing Offer Call-ups.
    One or more of the following Comprehensive Land Claim Agreements may apply to any resulting Call-ups, dependent on location(s) of services: 
    
    1) Inuvialuit Final Agreement, Article 16 - Economic Measures;
    2) Sahtu Dene and Metis Comprehensive Land Claim Agreement, Articles 12 Government Employment and contracts;
    3) Tlicho Land Claims Agreement, Chapter 26 Economic Measures;
    4) Gwich’in Comprehensive Land Claim Agreement, Article 10 Economic Measures;
    5) Yukon Umbrella Final Agreement Council for Yukon Indians, Chapter 22, Economic Development Measures
    
    a) First Nation of Nacho Nyak Dun Final Agreement;
    b) Champagne and Aishihik First Nations Final Agreement;
    c) Teslin Tlingit Council Final Agreement;
    d) Vuntut Gwitchin First Nation Final Agreement;
    e) Selkirk First Nation Final Agreement;
    f) Little Salmon/Carmacks First Nation Final Agreement;
    g) Tr’ondëk Hwëch’in Final Agreement;
    h) Ta’an Kwach’an Council Final Agreement;
    i) Kluane First Nation Final Agreement;
    j) Kwanlin Dun First Nation Final Agreement;
    k) Carcross/Tagish First Nation Final Agreement.
    
    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. 
    
    VALUE OF PROJECT
    It is intended to issue multiple Regional Individual Standing Offers (RISOs) under each Stream. The description and the maximum number of RISOs which are anticipated for each Stream are as follows:
    
    1 Alberta, Saskatchewan and Manitoba (5) $12,750,000
    2 Northwest Territories and Yukon (5) $11,550,000
    3 Nunavut Settlement Area (NSA) (5)       $7,950,000
    
    
    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, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Standing Offer Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
    
    This PSPC office provides procurement services to the public in English.
    
    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
    Wiebe, Amanda
    Phone
    (431) 335-3523 ( )
    Email
    amanda.wiebe@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-7796
    Address
    Northern Contaminated Site Program
    Canada Place/Place du Canada
    10th Floor/10e étage
    9700 Jasper Ave/9700 ave Jasper
    Edmonton, Alberta, T5J 4C3

    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
    011
    English
    40
    011
    French
    5
    010
    English
    33
    010
    French
    4
    009
    English
    27
    009
    French
    3
    008
    English
    29
    008
    French
    4
    007
    English
    38
    007
    French
    3
    006
    English
    48
    006
    French
    4
    005
    English
    43
    005
    French
    2
    004
    English
    43
    004
    French
    6
    003
    English
    58
    003
    French
    5
    002
    English
    59
    002
    French
    5
    001
    English
    123
    French
    19
    001
    French
    15
    English
    127
    000
    English
    281
    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

    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: