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) 

Soil Treatment Facilities Operation

Solicitation number EZ897-212565/A

Publication date

Closing date and time 2021/06/15 17:00 EDT

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Soil Treatment Facilities Operation
    
    EZ897-212565/A
    Ly, Ronny (PWY)
    Telephone No. - (604) 318-5750
    Email: ronny.ly@pwgsc.gc.ca
    
    Title:
    Soil Treatment Facilities Operation
    Various locations, Alaska Highway, B.C.
    
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS
    
    Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Vancouver will remain open but with limited staff and limited hours: Monday to Friday, from 10:30 am to 2:30 pm (Pacific Daylight Time). 
    
    Suppliers are recommended to submit bids electronically using the Canada Post epost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use epost Connect to submit your bid, or to get more information on its use, please send an email to the Pacific Region Bid Receiving Unit?s generic address at
     TPSGC.RPReceptiondessoumissions-PRBidReceiving.PWGSC@tpsgc-pwgsc.gc.ca
    
    Bids will not be accepted if emailed directly to this email address.
    
    Work Description:
    Work to be performed under the Contract includes, but is not limited to, the following items, including all ancillary Work:
    .1 Treatment of Contaminated Water Onsite.
    .2 Treatment of Contaminated Water Offsite.
    .3 Transportation of Contaminated Soil to facilities.
    .4 Disposal of Contaminated Soil. All material identified as Contaminated on the Site must be disposed of at a Disposal Facility, including material that has been Treated.
    .5 Operation of a STF under the control of PSPC. After bioremediation soil will be tested insitu. After testing confirms soil is compliant, soil will be stockpiled within 500 m of STF. Non-compliant soil to remain in STF for further bioremediation.
    
    Mandatory Bidders Conference:
    There will be a MANDATORY bidder’s teleconference scheduled on Tuesday June 01, 2021 at 10am PDT. The details for logging in to this teleconference meeting will be made available to all bidders who express an interest in attending by contacting the Contracting Authority before 3:00 pm PDT on May 31, 2021. If you wish to attend, please email Ronny Ly at Ronny.Ly@pwgsc-tpsgc.gc.ca
    
    Bidders not attending the above referenced Mandatory Bidders’ Teleconference will NOT be given an alternative
    appointment and they will be precluded from submitting a bid. Any clarifications or changes to the bid solicitation resulting from the bidder’s conference will be included as an amendment to the bid solicitation
    
    Mandatory Requirements:
    The Government of Canada is committed to reconciliation and meaningful engagement with Indigenous Peoples.  This project will take place on the traditional territories of the BC Treaty 8 First Nations and Kaska Dena Council, specifically the Prophet River First Nation, Halfway River First Nation, Fort Nelson First Nation, Blueberry River First Nations and Daylu Dena Council.  As part of Canada’s commitment to reconciliation with First Nations, this procurement requires bidders to include an Indigenous Participation Requirement (IPR) that provides economic benefits to the local First Nations on whose traditional territories the project is located through opportunities to provide goods, services, training, employment, apprenticeship or sub-contracting.  The bidder must provide specific planned benefits for the Indigenous People and Indigenous Firms of the above mentioned Nations throughout the duration of the project.  PSPC has worked successfully in the past to leverage capacity building for Indigenous peoples and is pleased to continue working collaboratively with Indigenous communities and stakeholders on all federal projects.
    
    Bidders must submit a compliant bid that meets all the mandatory qualifications in Appendix 5 of the Invitation to Tender document which includes the mandatory Indigenous Participation Requirement. Failure to meet all the mandatory requirements will disqualify a bid from further consideration.
    
    Delivery Date: 
    The Contractor must perform and complete the Work by September 24, 2021.
    
    Value of Project: 
    To assist with insurance and bonding requirements, this project is estimated to cost between $2,000,000 to $2,500,000.
    
    Firms intending to submit tenders on this project should obtain tender (solicitation) documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders. Firms that elect to base their bids on tender (solicitation) documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. In all cases, bidders must indicate (when requested) in the space provided on the tender form the identification number(s)of the addenda, if any, that they have taken into consideration for their bid.
    
    Tender Enquiries:
    Ronny Ly, Supply Specialist 
    604-378-5750  
    ronny.ly@pwgsc.gc.ca
    
    This procurement 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

    • Canadian Free Trade Agreement (CFTA)

    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
    Ly, Ronny(PWY)
    Phone
    (604) 318-5750 ( )
    Email
    ronny.ly@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-6633
    Address
    800 Burrard Street, Room 219
    800, rue Burrard, pièce 219
    Vancouver, British C, V6Z 0B9

    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
    French
    1
    002
    English
    23
    001
    French
    4
    001
    English
    29
    English
    20
    000
    French
    8
    000
    English
    92
    English
    43

    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
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: