Port Hope, ON - PHLTWMF RFI
Solicitation number EQ986-140850/C
Publication date
Closing date and time 2013/11/22 14:00 EST
Last amendment date
Description
Trade Agreement: NONE Tendering Procedures: Attachment: YES (MERX) Electronic Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: 1 Background and Purpose of this Request for Information (RFI) (a) Background: On July 31, 2013, Canada hosted an "Industry Engagement Day" in Toronto, Ontario, to present the current state of the Port Hope Long Term Waste Management Facility (LTWMF). This Industry Engagement Day session was open to all interested suppliers and associations in this industry. Canada engaged industry in a discussion on the current scope, procurement strategy and key requirements of the Port Hope LTWMF. (b) Purpose: As a follow-up to the Industry Engagement Day, the purpose of this RFI is to seek from industry the following: (a) ideas related to the current approach that might result in efficiencies and cost savings to Canadians, or (b) broader alternative approaches to the overall scope that will result in cost savings to Canadians. The current design for the LTWMF and the remediation of major sites is based on the limitations and constraints imposed by a number of regulating documents. Any proposed alternative approaches must fit within these same constraints. These regulating documents contained within this RFI include: 1) The Legal Agreement between Canada and the Municipality of Port Hope; 2) The approved Environmental Assessment issued under the Canadian Environmental Assessment Act; and 3) The Canadian Nuclear Safety Commission (CNSC) Waste Nuclear Substance Licence for the Port Hope Project. (c) Cost Estimate: The estimate for the proposed LTWMF and remediation sites solution is between $350M to $500M. 2 Nature of Request for Information This is not a bid solicitation. This RFI will not result in the award of any contract. As a result, potential suppliers of any goods or services described in this RFI should not reserve stock or facilities, nor allocate resources, as a result of any information contained in this RFI. Nor will this RFI result in the creation of any source list. Therefore, whether or not any potential supplier responds to this RFI will not preclude that supplier from participating in any future procurement. Also, the procurement of any of the goods and services described in this RFI will not necessarily follow this RFI. This RFI is simply intended to solicit feedback from industry with respect to the matters described in this RFI. 3 Nature and Format of Responses Requested Respondents are requested to provide their comments, concerns and, where applicable, alternative recommendations regarding how the requirements or objectives described in this RFI could be satisfied. Respondents are also invited to provide comments regarding the content, format and/or organization of any draft documents included in this RFI. Respondents should explain any assumptions they make in their responses. 4 Response Costs Canada will not reimburse any respondent for expenses incurred in responding to this RFI. 5 Treatment of Responses (a) Use of Responses: Responses will not be formally evaluated. However, the responses received may be used by Canada to develop or modify procurement strategies or any draft documents contained in this RFI. Canada will review all responses received by the RFI closing date. Canada may, in its discretion, review responses received after the RFI closing date. (b) Review Team: A review team composed of representatives of Public Works and Government Services Canada (PWGSC), AECL and Natural Resources Canada (NRCan) will review the responses. Canada reserves the right to hire any independent consultant, or use any Government resources that it considers necessary to review any response. Not all members of the review team will necessarily review all responses. (c) Fairness Monitor: A Fairness Monitor will provide independent validation on the fairness of this process. (d) Confidentiality: Respondents should mark any portions of their response that they consider proprietary or confidential. Canada will handle the responses in accordance with the Access to Information Act. (e) Follow-up Activity: Canada may, in its discretion, contact any respondents to follow up with additional questions or for clarification of any aspect of a response. 6 Contents of this RFI This RFI contains the Detailed Design Description Reports that are applicable to the requirement. This document remains a work in progress and respondents should not assume that new clauses or requirements will not be added to any bid solicitation that is ultimately published by Canada. Nor should respondents assume that none of the clauses or requirements will be deleted or revised. Comments regarding any aspect of the draft document are welcome. 7 Format of Responses (a) Cover Page: If the response includes multiple volumes, respondents are requested to indicate on the front cover page of each volume the title of the response, the solicitation number, the volume number and the full legal name of the respondent. (b) Title Page: The first page of each volume of the response, after the cover page, should be the title page, which should contain: (i) the title of the respondent's response and the volume number; (ii) the name and address of the respondent; (iii) the name, address and telephone number of the respondent's contact; (iv) the date; and (v) the RFI number. (c) Canada requests that suppliers submit electronic copies of their responses in both Microsoft® Office 2003 or 2007 compatible format and/or searchable Adobe Acrobat® compatible PDF format. (d) Number of Copies: Canada requests that respondents submit 1 copy of their responses. 8 Enquiries Because this is not a bid solicitation, Canada will not necessarily respond to enquiries in writing or by circulating answers to all potential suppliers. However, respondents with questions regarding this RFI may direct their enquiries to: Contracting Authority: Maria Lopez E-mail Address: Maria.Lopez@pwgsc-tpgsc.gc.ca Telephone: 416-512-5776 Facsimile: 416-512-5652 9 Submission of Responses (a) Time and Place for Submission of Responses: Respondents are asked to send responses by e-mail to the Contracting Authority's email address identified above by the time and date indicated on page 1 of this document. (b) Responsibility for Timely Delivery: Each respondent is solely responsible for ensuring its response is delivered on time to the correct location. (c) Identification of Response: Each respondent are asked to ensure that its name and return address, the solicitation number and the closing date appear legibly on the outside of the response. Delivery Date: 05/11/2013 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 PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Lopez, Maria
- Phone
- (416) 512-5776 ( )
- Fax
- (416) 512-5862
- Address
-
Ontario Region, Tendering Office
12th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
eq986-140850_-_attachments.zip |
English
|
76 | ||
ABES.PROD.PW_PWL.B031.E1894.EBSU000.PDF | 000 |
English
|
88 | |
ABES.PROD.PW_PWL.B031.E1894.EBSU001.PDF | 001 |
English
|
52 | |
ABES.PROD.PW_PWL.B031.F1894.EBSU001.PDF | 001 |
French
|
15 | |
ABES.PROD.PW_PWL.B031.F1894.EBSU000.PDF | 000 |
French
|
24 |
Access the Getting started page for details on how to bid, and more.