Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2022-01-25 00:00:00
Canada CanadaBuys

Multidisciplinary Environmental Ser (EW699-220414/B)

Process Number PW-$NCS-013-12213

Dates:


Publication date:

2022-01-25 00:00:00

Amendment date:

None

Date closing:

2022/03/08 14:00 Central Standard Time (CST)

Details:


Region of delivery:

Alberta

Manitoba

Northwest Territories

Nunavut

Saskatchewan

Yukon

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

All interested suppliers may submit a bid

Reference number:

PW-$NCS-013-12213

Solicitation number:

EW699-220414/B

Description:


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: Yes Nature of Requirements: Multidisciplinary Environmental Services EW699-220414/B Wiebe, Amanda Telephone No. - (204) 335-3523 Fax No. - (204) 983-7796 Public Works and Government Services Canada (PWGSC) Environmental Services and Contaminated Sites Management (ESCSM) on behalf of PWGSC and other client departments has a requirement for environmental consulting services for various projects on an "as and when requested" basis. Public Works and Government Services Canada is inviting consulting firms with Environmental Engineering expertise to submit proposals for Standing Offers. The required environmental services are related to a wide variety of federally controlled sites, including contaminated sites often in remote communities, in Canada’s prairie provinces and northern territories. The range of consulting services includes: 1) environmental impact assessment, permitting and related studies, 2) environmental management of federal facilities, 3) contaminated sites consulting services and 4) construction planning, design and supervision related to environmental projects. Specific tasks may include performing risk assessments and hazardous material/waste surveys, developing remediation action plans, cost estimates and tender documents, providing advice, training, and site supervision. Offerors may submit an Offer for any or all Streams, however a separate AND complete offer is required for each Stream. EPOST CONNECT This RFSO requires Offerors to use the epost Connect service provided by Canada Post Corporation to transmit their offer electronically. Offerors must refer to GI10, Submission of Offer, and SRE 2, Offer Requirements, for further information. Due to the nature of the solicitation, transmission of offers by facsimile will not be accepted. Offers must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the solicitation: Bid Receiving Public Works and Government Services Canada ROReceptionSoumissions.WRBidReceiving@tpsgc-PSPC.gc.ca Note: Offers will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in General Instructions, or to send offers through an epost Connect message if the offeror is using its own licensing agreement for epost Connect. The selected offerors shall provide a range of services for projects in one or more of three streams: 1) Alberta, Saskatchewan and Manitoba, 2) Northwest Territories and Yukon, or 3) Nunavut Settlement Area. Canada’s intention is to issue multiple Regional Individual Standing Offers (RISOs) under each Stream. Stream 3 is limited to Inuit Firms on the Inuit Firm Registry (IFR) ONLY. a. By submitting an offer, the Offeror certifies that they are or will be registered on the IFR prior to Standing Offer Issuance. b. Canada will confirm if an Offeror is an Inuit Firm by searching the IFR prior to Standing Offer issuance. If the Offeror is not registered on the IFR, Canada will give the Offeror 15 business days in which to complete registration. c. If the Offeror does not comply with registration as an Inuit Firm on the IFR within the time frame provided, their offer will be declared non-responsive and given no further consideration. OFFERORS' CONFERENCE An Offerors' conference will be held via Microsoft Teams and teleconference on February 10, 2022. The conference will begin at 14:00 CST. The scope of the requirement outlined in the Request for Standing Offers (RFSO) will be reviewed during the conference and questions will be answered. It is recommended that Offerors who intend to submit an offer attend or send a representative. Offerors are requested to communicate with the Standing Offer Authority before the conference to confirm attendance. Offerors should provide, in writing, to the standing Offer Authority, the name(s) of the person(s) who will be attending and a list of issues they wish to table no later than February 8, 2022. Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer. Any clarifications or changes to the RFSO resulting from the Offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer. Stream 3 is subject to the Agreement Between Inuit of the Nunavut Settlement Area and Her Majesty the Queen in Right of Canada (the Nunavut Agreement) and the Nunavik Inuit Land Claims Agreement, Article 13 Government of Canada Employment and Contracts. Stream 2 includes Comprehensive Land Claim Agreement (CLCA) areas. Socio-economic provisions are included under this Standing Offer and validated in the Standing Offer Call-ups. One or more of the following Comprehensive Land Claim Agreements may apply to any resulting Call-ups, dependent on location(s) of services: 1) Inuvialuit Final Agreement, Article 16 - Economic Measures; 2) Sahtu Dene and Metis Comprehensive Land Claim Agreement, Articles 12 Government Employment and contracts; 3) Tlicho Land Claims Agreement, Chapter 26 Economic Measures; 4) Gwich’in Comprehensive Land Claim Agreement, Article 10 Economic Measures; 5) Yukon Umbrella Final Agreement Council for Yukon Indians, Chapter 22, Economic Development Measures a) First Nation of Nacho Nyak Dun Final Agreement; b) Champagne and Aishihik First Nations Final Agreement; c) Teslin Tlingit Council Final Agreement; d) Vuntut Gwitchin First Nation Final Agreement; e) Selkirk First Nation Final Agreement; f) Little Salmon/Carmacks First Nation Final Agreement; g) Tr’ondëk Hwëch’in Final Agreement; h) Ta’an Kwach’an Council Final Agreement; i) Kluane First Nation Final Agreement; j) Kwanlin Dun First Nation Final Agreement; k) Carcross/Tagish First Nation Final Agreement. Bidders are responsible for obtaining copies of bid forms and special instructions and amendments issued prior to bid closing, and are to ensure they are addressed in the submitted bid. VALUE OF PROJECT It is intended to issue multiple Regional Individual Standing Offers (RISOs) under each Stream. The description and the maximum number of RISOs which are anticipated for each Stream are as follows: 1 Alberta, Saskatchewan and Manitoba (5) $12,750,000 2 Northwest Territories and Yukon (5) $11,550,000 3* Nunavut Settlement Area (NSA) (5) $7,950,000 This procurement contains MANDATORY requirements. Failure to comply will result in rejection of your bid. Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at: https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual. Firms intending to submit bids on this project should obtain bid documents through the GETS service provider on the Government of Canada Web site at http://buyandsell.gc.ca/procurement-data/tenders. Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package. After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Standing Offer Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person. This PSPC 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.

Contact information:


Contact name:

Wiebe, Amanda

Contact email:

amanda.wiebe@pwgsc-tpsgc.gc.ca

Contact phone:

(204) 335-3523 ( )

Contact address:

Northern Contaminated Site Program Canada Place/Place du Canada 10th Floor/10e étage 9700 Jasper Ave/9700 ave Jasper Edmonton Alberta T5J 4C3

Contact Fax:

(204) 983-7796

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW_NCS.B013.E12213.EBSU000.PDF 000 English 2022-01-25
ABES.PROD.PW_NCS.B013.F12213.EBSU000.PDF 000 French 2022-01-25

Attachments:


File Amendment Number Language Date added
ABES.PROD.PW$NCS.B013.E12213.ATTA001.PDF Not available English 2022-01-25