Remediation Constuction Services for Northern Contaminated Sites

Solicitation number EW479-192534/A

Publication date

Closing date and time 2019/04/23 16:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA / WTO-AGP / CPTPP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    Remediation Construction Services for Northern Contaminated Sites, PWGSC, Western Region
    
    File number: EW479-192534/A
    Supply Arrangement Authority: Mario Giguère
    Phone number: 780-246-0393
    Fax number: 780-497-3510
    E-mail: mario.giguere@pwgsc-tpsgc.gc.ca. 
    
    BACKGROUND
    
    Under the Government of Canada’s Federal Contaminated Sites Action Plan, a number of legacy contaminated site properties--no longer maintained by their original occupants--exist at various remote locations in the Yukon Territory, the Northwest Territories and Nunavut.  Such sites are the result of former mining, oil and gas, and military operations extending over a century when the environmental impacts of such activities were not adequately understood.  These site properties require a number of remediation or care and maintenance projects generally involving the minor demolition of structures, the remediation of soils and the construction of containment facilities.
    
    REQUIREMENT
    
    This RFSA aims to establish multiple supply arrangements for construction services among the supplier community.  The supply arrangements will be used exclusively for the northern contaminated sites projects that are located in remote and semi-remote locations (refer to the definitions in Part 6 (B), Section 1).  Limited tendering among supply arrangement holders will streamline the bid solicitation process for the remediation projects described above.  
    
    The intent of the SAs is to solicit proposals from qualified suppliers that are local (in proximity) to the location of a remediation project (refer to maps in Annex B) with preference to Aboriginal suppliers.  In addition to achieving socio-economic objectives, this will save on travel costs associated with completing the work in addition to supporting the local economy.  Firstly, the RFSA will establish separate lists of qualified suppliers for the Yukon Territory, the Northwest Territories and Nunavut.  Secondly, the Northwest Territories and Nunavut will be further divided into administrative zones that allow PWGSC to establish sub-lists of qualified suppliers within each zone, while the Yukon Territory will serve as one whole administrative zone (with preference given to suppliers based within the community in closest proximity to the work site).
    
    To qualify for a supply arrangement, suppliers must be licensed and permitted to provide construction services within the Yukon Territory, the Northwest Territories or Nunavut.  Suppliers will be asked to identify if they have a base of operations in one or more of the administrative zones within each Territory.  Having a base of operations in a given Territory and within an administrative zone will increase the likelihood that a supplier is invited to bid on a project.  Please note that a supplier is not required to have a base of operations within any administrative zone to qualify for a supply arrangement in a given Territory.  Should a supplier operate numerous bases of operations, the supplier may qualify for a supply arrangement in each of the corresponding administrative zones or Territories.
    
    VALUE OF PROJECTS
    
    Since pricing is specific to any particular remediation project, it will not be evaluated under this RFSA.  Pricing will be evaluated on a per project basis within the Request for Proposals (RFPs) that will be distributed among the suppliers who qualify for a supply arrangement.
    
    Bid solicitations among supply arrangement holders will have two tiers with separate instructions, as defined in Part 6 (B), Section 2 - Bid Solicitation of this RFSA:
    
    1.1 For requirements estimated below $100,000.00 (applicable taxes included), the requirement is subject to the Government Contracts Regulations (GCRs).
    
    1.2 For requirements estimated at $100,000.00 to $2,000,000.00 (applicable taxes included), the requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).
    
    OPTIONAL SUPPLIER CONFERENCES
    
    Two supplier conferences will be held by Webex on Wednesday 20 March 2019 and Wednesday 10 April 2019. The conferences will begin at 9:00 AM MDT.  The scope of the requirement outlined in the RFSA will be reviewed during the conference and questions will be answered. It is recommended that suppliers who intend to submit an arrangement attend one of the teleconference meetings; however, suppliers who do not attend will not be precluded from submitting an arrangement.
    
    Suppliers are requested to communicate with the Supply Arrangement Authority before the conference to confirm attendance and obtain call in information by email: mario.giguere@pwgsc-tpsgc.gc.ca or telephone: 780-246-0393.
    
    SOURCING
    
    The proposed requirement is subject to Comprehensive Land Claims Agreement(s) (CLCAs).  One or more of the CLCAs listed in Annex "E" may apply to the bid solicitations distributed to any supply arrangement holders, dependant on delivery location(s).  It is not mandatory for suppliers to identify CLCA socio-economic benefits provisions to qualify for a SA, but SA holders may be requested to identify socio-economic benefits provisions under a bid solicitation process for services required within a CLCA. Refer to Annex "F" - Aboriginal Opportunities Considerations Plan or Inuit Benefits Plan - for an example of the socio-economic criteria that may be included in a solicitation.
    
    PWGSC intends to post this RFSA on the Government Electronic Tendering Service (GETS) at https://buyandsell.gc.ca/tenders, where potential suppliers interested in submitting an arrangement will be required to download the documents.
    
    There is no maximum number of supply arrangements that may be awarded as a result of this RFSA.
    
    The supply arrangements have no defined end-date and will remain valid until such time as PWGSC no longer considers them to be advantageous to use them.
    
    Supply arrangements may be used by PWGSC contracting authorities in the Pacific Region and the Western Region.
    
    This PWGSC 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-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
    Giguere, Mario
    Phone
    (780) 246-0393 ( )
    Email
    Mario.Giguere@tpsgc-pwgsc.gc.ca
    Fax
    (780) 497-3510
    Address
    Northern Contaminated Site Program
    ATB Place North Tower
    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
    002
    English
    50
    002
    French
    3
    001
    English
    53
    001
    French
    6
    000
    English
    194
    000
    French
    23

    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
    ,
    Nunavut Territory
    ,
    Yukon
    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: