Environmental assessment of the Lake St-Pierre archipelago weir reconstruction project
Solicitation number F3766-180047/A
Publication date
Closing date and time 2018/12/04 14:00 EST
Last amendment date
Description
Trade Agreement: CETA / WTO-AGP / 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: No Nature of Requirements: Under the Canadian Environmental Assessment Act (CEAA, 2012), the Fisheries and Oceans Canada(DFO) must conduct an environmental assessment of the weir rehabilitation in the Sorel Islands project to ensure that it does not cause significant adverse environmental effects. In this context, DFO requires the services of a contractor. The Contractor must perform the following work: 1. Identify the main environmental issues of the reconstruction project and define relevant study areas for the completion of the baseline study and the environmental impact statement; 2. Conduct a literature review documenting the current state of the receiving environment with which the project is concerned and present the results of this review in an environmental baseline study (i.e., an initial characterization report of the receiving environment); 3. Identify information gaps to be filled (i.e. data gap analysis) to complete the description of the receiving environment in order to conduct the reconstruction project’s environmental impact assessment. These tasks are optional services: 4. Define additional field studies that must be carried out to fill these information gaps; 5. Conduct the environmental assessment of the reconstruction project by producing and environmental impact statement (EIS) based on the guidelines under Annex I of this Statement of work. 6. Translation of deliverables The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA). For additional information : Josee.Roy@tpsgc-pwgsc.gc.ca This PWGSC office provides procurement services to the public in both official languages. 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)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Roy, Josée
- Phone
- (418) 649-2932 ( )
- Email
- josee.roy@tpsgc-pwgsc.gc.ca
- Fax
- (418) 648-2209
- Address
-
601-1550, Avenue d'Estimauville
QuébecQuébec, Québec, G1J 0C7
Buying organization(s)
- Organization
-
Fisheries and Oceans Canada
- Address
-
200 Kent St, Station 13E228Ottawa, Ontario, K1A 0E6Canada
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 |
---|---|---|---|---|
ABES.PROD.PW_QCL.B028.F17503.EBSU006.PDF | 006 |
French
|
19 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU006.PDF | 006 |
English
|
7 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU005.PDF | 005 |
French
|
15 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU005.PDF | 005 |
English
|
7 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU004.PDF | 004 |
French
|
14 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU004.PDF | 004 |
English
|
7 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU003.PDF | 003 |
French
|
11 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU003.PDF | 003 |
English
|
11 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU002.PDF | 002 |
French
|
14 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU002.PDF | 002 |
English
|
8 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU001.PDF | 001 |
French
|
14 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU001.PDF | 001 |
English
|
10 | |
ABES.PROD.PW_QCL.B028.F17503.EBSU000.PDF | 000 |
French
|
53 | |
ABES.PROD.PW_QCL.B028.E17503.EBSU000.PDF | 000 |
English
|
51 |
Access the Getting started page for details on how to bid, and more.