Environmental Services RISO
Solicitation number T4005-200053/A
Publication date
Closing date and time 2021/07/12 14:00 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: No Nature of Requirements: Environmental Services RISO T4005-200053/A Essa, Zobia Telephone No. - (416) 708-2604 Transport Canada Environmental Services RISO IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at the Ontario Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remains our top priority. Suppliers are required 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 Ontario Region Bid Receiving Unit’s generic address at TPSGC.orreceptiondessoumissions-orbidreceiving.PWGSC@tpsgc-pwgsc.gc.ca. Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation. Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of specific procurements, please consult Buysandsell.gc.ca. ***************************** 1. Requirement Transport Canada, Ontario Region (TC) has a requirement for the provision of professional and technical services for various types of environmental services related to the management of contaminated sites. The services include but are not limited to conducting environmental site assessments, risk assessments, environmental monitoring, design and supervision of site remediation projects and other related services. The description and the number of Regional Individual Standing Offers (RISOs) which are anticipated for each Stream are as follows: Stream Description Number of RISOs 1 Contaminated Sites Consulting Services 3 2 Contaminated Sites Consulting Services - Aboriginal Set-Aside 1 A portion of this procurement has been set aside under the federal government's Procurement Strategy for Aboriginal Business (PSAB). In order to be considered, a supplier must certify that it qualifies as an Aboriginal business as defined under PSAB and that it will comply with all requirements of PSAB. Stream 1 is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), and the Canadian Free Trade Agreement (CFTA). Stream 2 is set aside under the federal government Procurement Strategy for Aboriginal Business and from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this stream. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, refer to Annex 9.4 of the Supply Manual 2. PERIOD OF THE RISO The period of the RISO is two years with the right to request one additional one-year extension period. 3. SECURITY REQUIREMENTS There are no security requirements associated with this requirement. 4. EVALUATION AND SELECTION: The requirement includes both Mandatory and Point rated technical evaluation criteria. The evaluation criteria includes Government of Canada Socio-Economic initiatives as described in Annex E of the Solicitation documents. The Basis of Selection is Highest Combined Rating of Technical Merit and Price. Complete requirements are detailed in the Request for Standing Offer document. 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.
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
- Essa, Zobia
- Phone
- (416) 708-2604 ( )
- Email
- zobia.essa@pwgsc-tpsgc.gc.ca
- Fax
- () -
- Address
-
Ontario Region
10th Floor, 4900 Yonge StreetToronto, Ontario, M2N 6A6
Buying organization(s)
- Organization
-
Transport Canada
- Address
-
330 Sparks StOttawa, Ontario, K1A 0N5Canada
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_TOR.B202.F8056.EBSU003.PDF | 003 |
French
|
5 | |
ABES.PROD.PW_TOR.B202.E8056.EBSU003.PDF | 003 |
English
|
27 | |
ABES.PROD.PW_TOR.B202.F8056.EBSU002.PDF | 002 |
French
|
5 | |
ABES.PROD.PW_TOR.B202.E8056.EBSU002.PDF | 002 |
English
|
30 | |
ABES.PROD.PW_TOR.B202.F8056.EBSU001.PDF | 001 |
French
|
7 | |
ABES.PROD.PW_TOR.B202.E8056.EBSU001.PDF | 001 |
English
|
39 | |
ABES.PROD.PW_TOR.B202.F8056.EBSU000.PDF | 000 |
French
|
19 | |
ABES.PROD.PW_TOR.B202.E8056.EBSU000.PDF | 000 |
English
|
193 |
Access the Getting started page for details on how to bid, and more.