District Energy Systems Advisory Services

Solicitation number EP635-123056/A

Publication date

Closing date and time 2012/05/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Ever-Green Energy, LLC
    345 St. Peter Street
    1350 Landmark Towers
    Saint Paul Minnesota
    United States
    55102
    Nature of Requirements: 
    Questions and Answers
    
    This is to answer questions pertaining to the Advance Contract
    Award Notice (ACAN), as detailed below.
    
    Q1. In dollar terms, what is the approximate size of the
    contract?  
    
    A1: The estimated value of the contract could be between
    $100,000 and $400,000 for the three phases of the project
    depending on the specific needs required for ESAP.
    
    Q2. In terms of content, will this contract define (excluding
    detailed engineering and construction) all work needed to get
    the plants, and the buildings they serve, to an optimal energy
    consumption?
    
    A2: It is expected that the ESAP initiative will be implemented
    under a Public-Private Partnership business arrangement whereby
    the selected private partner would be responsible for designing,
    building, financing, operating and maintaining (DBFOM model) the
    various plants and distribution systems. Accordingly, it is not
    the intent of this contract to define the work needed for the
    plants and distribution systems since this will be under the
    responsibility of the private partner. The retained Contractor
    under this contract will be required to review the proposals
    received from private sector companies to assess the feasibility
    and offer expert advise on the proposed technical solutions,
    schedules, cost estimates, rate structures, financial models,
    operational models and maintenance models.
    
    With regards to the buildings being served, it is anticipated
    that they will remain under the responsibility of PWGSC. It is
    anticipated that the conversion work to make these buildings
    compatible with the new hot water technology will not be
    executed by the selected private partner but by PWGSC under a
    traditional delivery method. The planning and delivery of the
    buildings transformation will be executed by PWGSC using
    existing and future procurement tools.
    
    Finally, although achieving an optimal energy consumption for
    the plants and buildings would be desirable, it is not the only
    project objective. The main objective of the ESAP project is to
    acquire energy services, for both heating and cooling, at a
    price that is compatible with the market rate for these
    services. It will be up to the private partner to propose a
    solution, including energy efficiency, alternative energy
    supplies and other features, that are compatible with this
    objective.  Furthermore, it is required that the contractor
    provide specific advice to the ESAP team as required rather than
    taking responsibility for design or coordination.
    
    Q3. The statement of capabilities seems to be narrowing the
    field to anyone being able to match the favored supplier's bio.
    Will you consider companies that clearly demonstrate experience
    and proven capabilities to succeed on achieving your goals?
    
    A3: The requirement for the Contractor outlined in the ACAN has
    been tailored to meet the unique needs of this large project. It
    is expected that the ESAP initiative will be implemented under a
    Public-Private Partnership (P3) business arrangement whereby the
    selected private partner would be responsible for designing,
    building, financing, operating and maintaining (DBFOM model) the
    various plants and distribution systems. The P3 contract is
    expected to be approximately 5 years for design and construction
    followed by 30 years of operation and maintenance. Under this
    scenario the PWGSC project team will require experience and
    expertise not only in technology options, design as well as
    construction, but also in operation and maintenance of the
    plants which represent the majority of the cost of the project.
    The ESAP project team will also require experience and expertise
    in developing a business model and structuring rates and
    contracts with a variety of clients including PWGSC, other
    government departments and agencies and private sector entities.
    It will also require experience and expertise in steam to hot
    water technology conversion and experience in implementing this
    change in a variety of buildings including heritage buildings
    with old but potentially re-usable mechanical equipment. The
    ESAP project team also requires experience in implementing a
    conversion project in a densely occupied downtown core.
    
    _________________________________________________________________
    _____________
    
    This ACAN's closing date is extended to May 25th, 2012 at 2:00
    pm EST. 
    
    _________________________________________________________________
    _____________
    
                   ADVANCE CONTRACT AWARD NOTICE (ACAN)
    
    District Energy Systems Business, Procurement and Technical
    Advisory Services
    
    Public Works and Government Services Canada (PWGSC) has a
    requirement for business, technical, engagement and marketing
    advice for the Energy Services Acquisition Program (ESAP).
    
    The purpose of this Advance Contract Award Notice (ACAN) is to
    signal the government's intention to award a contract for this
    service to Ever-Green Energy located at 345 St. Peter Street,
    St. Paul, Minnesota. PWGSC has determined that Ever-Green Energy
    is the only source capable of successfully performing the work
    as they possess all the minimum essential requirements relating
    to this project as listed below.
    
    Before awarding a contract, however, the government would like
    to provide other suppliers with the opportunity to demonstrate
    that they are capable of satisfying the requirements set out in
    this Notice, by submitting a statement of capabilities during
    the fifteen (15) calendar day posting period.
    
    Suppliers who consider themselves fully qualified and available
    to meet the specified requirements may submit a statement of
    capabilities in writing to the Contracting Authority identified
    in this Notice on or before the closing date of this Notice. The
    statement of capabilities must clearly demonstrate how the
    supplier meets the advertised requirements.
    
    If no other supplier submits, on or before the closing date, a
    statement of capabilities meeting the requirements set out in
    the ACAN, a contract will be awarded to the pre-qualified
    supplier.
    
    Background
    
    Public Works and Government Services Canada (PWGSC) owns and
    operates seven Central Heating and Cooling Plants (CHCP) that
    provide heating and/or cooling for more than 100 buildings in
    the National Capital Area (NCA) which make up over 2 million
    rentable square meters of office space. Some of these plants
    were built almost a century ago. This infrastructure is reaching
    the end of its life cycle and major investments will be required
    to modernize it, improve its energy efficiency, use more
    sustainable energy sources and reduce its environmental
    footprint. Under ESAP, it is proposed to progressively convert
    buildings connected to the district heating system from steam to
    hot water operation, to convert all or most of the steam
    distribution systems to hot water operation, to consolidate the
    district energy systems and reduce the number of plants in
    operation, to explore alternative sources of energy and to
    explore the potential for expansion.
    
    The business of providing energy has changed significantly since
    these plants were built. Consistent with PWGSC Real Property
    Branch's (RPB) Corporate Real Estate Model (CREM) and the
    associated National Service Management Strategy (NSMS), the ESAP
    initiative seeks to move from operating energy assets and
    delivering services towards service management therefore
    becoming an "informed buyer". PWGSC's strategy is to seek a
    solution that is cleaner, greener, and more cost-effective
    through an innovative business arrangement. The selected
    technology and P3 (Public-Private Partnership) business
    arrangement will draw on the expertise of leaders in the field
    of district energy to obtain maximum value from existing assets,
    predictable capitalization and operating costs, best value when
    establishing generation and distribution capabilities, and
    ultimately best value for the Canadian taxpayer. At this time,
    the preferred method for implementing EASP will be a P3
    agreement, whereby a private partner is engaged to operate,
    maintain and invest in the conversion of existing infrastructure
    to modernize the system while contributing to the government's
    sustainability and greenhouse gas reduction objectives. This
    contract will assist in establishing the parameters of the
    solicitation that will establish the eventual P3 agreement.  
    
    PWGSC requires advisory services to assist in the planning of
    all aspects of ESAP. It will benefit from the advice and
    expertise of a utility in the business that has had first-hand
    experience in system transformation (steam to hot water),
    various business models, customer contracts and relations as
    well as modern hot water piping design, construction and
    operation.
    
    Requirement
    
    The Contractor must provide Advisory Services to PWGSC on the
    following activities and subjects:
    
    1.	Modifying existing buildings to operate on low temperature
    water;
    2.	Developing strategic and implementation plans for the
    modification of steam distribution 		to low temperature hot
    water;
    3.	Operational challenges with energy supply technologies; 
    4.	Development of rate structures and contracts for customers
    under a P3agreement; and
    5.	Innovative operating strategies and technologies.
    
    The Contractor must also perform the following activities:
    
    1.	Advise on and review solicitation and contract documents for
    the P3 process;
    2.	Evaluate proposals at the Request for Qualification and
    Request for Proposals stages of 		the P3 Process;
    3.	Review implementation plans and scheduling for the
    transformation; and 
    4.	Be present at workshops with local mechanical contractors for
    building conversions.
    
    
    
    
    
    
    
    
    
    Minimum Essential Requirements
    
    Any interested supplier must demonstrate by way of a statement
    of capabilities that it meets all of the following experience
    requirements: 
    
    ·	Must have completed a system transformation from high pressure
    steam to hot water technology, in an urban centre that serves
    large heritage buildings, in at least 50 buildings;
    ·	Must operate a modern district energy system with diverse
    sources of energy such as biomass thermal boilers, biomass fired
    CHP (combined heat and power or cogeneration), solar thermal
    energy, industrial waste heat etc.;
    ·	Must offer both integrated consulting and advisory services on
    district energy and operates a district energy system; and
    ·	Must have had experience with public, private and hybrid
    subsidiary district energy business models.
    	
    Period of Contract
    
    This Contract will be divided into three phases. Phase 1 is
    anticipated to extend to December 2012, Phase 2 to December 2013
    and Phase 3 until December 2016 or until the ESAP solution has
    been implemented. 
    
    Justification for the Pre-Selected Supplier
    
    Ever-Green Energy is the only organization that Canada is aware
    of that has completed a project similar in scope to ESAP.
    Ever-Green Energy is therefore the only organization able to
    provide ESAP advice based on their own experience. 
    
    Ever-Green Energy has a variety of proprietary information that
    is commercially confidential. These include business cases for
    the conversion of individual buildings and the resulting rate
    structures for the provision of energy services. 
    
    Ever-Green Energy also has expertise in advising clients on
    building conversion and upgrading. Ever-Green Energy frequently
    advises other utilities, and has established a sector within its
    company dedicated to technology transfer.  Accordingly, they
    have developed information and technology transfer skills that
    enhance their ability to provide the support required by PWGSC.  
    
    To support their clients in building conversion and upgrading,
    Ever-Green Energy has established cost recovery procedures
    through direct billing or modifications to client rate
    structures. This provides not only technical and cost
    information but examples of a client focused business model that
    could be used by PWGSC for ESAP in the development of the P3
    agreement. Also proprietary are the large number of construction
    drawings for their system design and conversion, including
    boiler upgrades and conversions, piping solutions for
    incorporating new sources of energy (e.g. Customer based solar
    thermal collectors and industrial waste heat).  
    
    Ever-Green Energy also has both technical and business details
    of the procurement, handling and use of biomass from urban and
    other regional sources.
    
    PWGSC requires access to the above information for use in
    developing our systems technical options, details on business
    arrangements for energy supply or customer consultation as well
    as customer contract development and rate structure design.  
    
    Constraint
    
    This contract with Ever-Green Energy will preclude them from the
    submission of bids for any other aspects of work required for
    ESAP in the future and will include the following clause:
    
    Prohibition to Bid on Future Related Requirement
    
    The Contractor, during and after the period of performance of
    the Contract agrees that it and its parent, subsidiaries or
    other affiliates, and its subcontractors must not bid on the
    future solicitation to contract the services of any of the
    Contractor's resources and must not participate as an agent,
    subcontractor or consultant in the preparation of any other
    Bidder's tender or proposal for such requirement.
    
    Policy Information
    
    This requirement is consistent with the following:
    
    Government Contracts Regulations (ref.: Article 6.d), which
    states that only one person or firm, is capable of performing
    the work;
    
    Agreement on International Trade (AIT) (ref.: Article 506.12.b):
     where there is an absence of competition for technical reasons
    and the goods or services can be supplied only by a particular
    supplier and no alternative or substitute exists;
    
    North American Free Trade Agreement (NAFTA) (ref,: Article
    1016.2b) - where, for works of art, or for reasons connected
    with the protection of patents, copyrights or other exclusive
    rights, or proprietary information or where there is an absence
    of competition for technical reasons, the goods or services can
    be supplied only by a particular supplier and no reasonable
    alternative or substitute exists; and 
    
    World Trade Organization- Agreement on Government Procurement
    (WTO-AGP) (ref.: XV.1a) protection of exclusive rights, such as
    patents or copyrights, or in the absence of competition for
    technical reasons, the products or services can be supplied only
    by a particular supplier and no reasonable alternative or
    substitute exists.
     
    
    
    
    Inquiries and statements of capabilities are to be directed to
    the Contracting Authority:
    
    Anne Dickens
    Intern Officer
    Professional Services Procurement Directorate
    Services and Technology Acquisition Management Sector
    Public Works and Government Services Canada
    Place du Portage, Phase III
    11 Laurier Street, 10C1
    Gatineau, Quebec   K1A 0S5 
    Telephone: 819-956-1100
    Fax: 819-956-2675
    E-mail: anne.dickens@tpsgc-pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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)
    • Agreement on Internal Trade (AIT)
    • 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
    Dickens, Anne
    Phone
    (819) 953-2694 ( )
    Fax
    () -
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)

    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: