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: 2022-01-21 00:00:00
Canada CanadaBuys

FBI - CSC Saskatchewan Penitentiary (EP959-210703/A)

Process Number PW-$$FK-307-80878

Dates:


Publication date:

2022-01-21 00:00:00

Amendment date:

None

Date closing:

2022/04/01 14:00 Eastern Standard Time (EST)

Details:


Region of delivery:

Saskatchewan

End user entity:

Public Works and Government Services Canada

Procurement entity:

Public Works and Government Services Canada

Tendering procedure:

Suppliers on permanent list or able to meet qualification requirements

Reference number:

PW-$$FK-307-80878

Solicitation number:

EP959-210703/A

Description:


Description:

Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT REQUEST FOR PROPOSAL (RFP) Energy Savings Program - Federal Building Initiative (FBI) Program Correctional Service Canada (CSC) Saskatchewan Penitentiary Prince Albert, Saskatchewan EP959-21-0703 IMPORTANT NOTICE TO BIDDERS This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. Failure to complete and provide the COVID-19 Vaccination Requirement Certification as part of the bid will render the bid non-responsive. DATA ROOM - PWGSC FTP SITE Relevant information about this specific project is available from PWGSC - CSC Saskatchewan Penitentiary - FBI FTP site. ESCos will be given access to the FTP site by submitting a written request to the Contracting Authority after attending the Mandatory Bidders’ Conference. Requirement 1. Public Works and Government Services Canada (PWGSC) is inviting Energy Service Companies (ESCos) to submit proposals for the provision of professional and construction services, financing, training and monitoring associated with the implementation of energy efficiency improvements for the Correctional Service Canada (CSC) Saskatchewan Penitentiary, Prince Albert, Saskatchewan. The Proposal shall address all the buildings at these Institutions, and the exterior elements of the sites. The proposal must be in accordance with the terms and conditions set out in this Request for Proposal (including all Supplementary Conditions, General Instructions, Proposal Requirements and Evaluation, Supplementary Conditions, General Conditions, and Annexes and Appendixes). 2. The ESCo’s proposal must respond to the following goals: a. Upgrade the facility and its systems to reduce: • GHG emissions • Consumption of electricity, fossil fuels and water • Electrical Demand b. Improve or maintain the current level of occupant comfort in the facility in terms of amount of ventilation, thermal comfort, and indoor air quality. c. Provide training and new operating guidelines required to maintain the reduced energy consumption. d. Provide monitoring services to document energy savings. e. The cost of the guaranteed portion of the project will be limited to a maximum of the value of 180 months of energy savings above which the ESCo must identify the capital cost contribution required to complete the project. f. Achieve the minimum percentage of Indigenous Procurement Content Certification, as per GC6. g. Indicate how climate resiliency will be considered throughout the design and delivery of energy conservation measures to reduce climate change risks to assets, services and operations. h. The CSC Saskatchewan Penitentiary is currently at risk of experiencing brownouts, resulting from high electrical demand. The ESCo’s proposal must provide a proposed solution to resolve this issue. Any proposed measure, which impacts electrical demand, must be supported by a demand management strategy indicating how the current electrical demand will be maintained or reduced. i. The ESCo must arrange the funding of this project and payments made by Canada will be in accordance with requirements detailed in this Request for Proposal (RFP). This RFP must be thoroughly understood by the ESCo before submitting a proposal. 3. This procurement is covered under the provisions of the following Trade Agreements: CETA, WTO AGP, CPTPP, CFTA, FTAs with Peru/Colombia/Panama/Korea/UK. Period of Contract The period of any resulting Contract will be for a period of fifteen (15) years. Bidders’ Conference and Optional Site Visit 1. Mandatory Bidders’ Conference It is mandatory that the ESCo or a representative of the ESCo attend the Bidders’ conference which will be held on February 1st 2022 using the MS Teams application. The conference will begin at 2:30 PM EST. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. ESCos should communicate with the Contracting Authority no later than January 31st 2021 at 2PM EST to confirm attendance and to provide the name(s) and email addresses of the person(s) to attend. ESCos will be required to sign an attendance sheet. ESCos who do not attend the mandatory Bidders’ Conference or do not send a representative will not be given an alternative appointment and their bid will be declared non-responsive. 2. Optional Site Visits Two (2) optional site visits (1 half-day each - 4 hours during regular working hours) may be accommodated for each ESCo individually, based on the schedule to be determined during the mandatory Bidders’ Conference. During the optional site visits, the requirements outlined in this bid solicitation document will be reviewed and questions from bidders with regard to the particulars set forth in this RFP will be answered as outlined in the paragraph below. Any clarifications or changes to the bid solicitation resulting from the individual site visits will be included as an amendment to the bid solicitation. Arrangements have been made for optional site visits to be held at CSC Saskatchewan Penitentiary, Prince Albert, Saskatchewan. Schedule of optional site visits: Site Visit 1: week of February 14th to February 18th 2022 (between 8am - 12pm or 12pm - 4pm) Site Visit 2: week of February 28th to March 4th 2022 (between 8am - 12pm or 12pm - 4pm) Attendees to the optional site visits are reminded that they must be aware of, and follow all provincial, local and client department public health measures regarding COVID-19 for each of the visits, including the following: • Completion of a self-diagnosis questionnaire is required immediately prior to, or at the beginning of each site visit. The questionnaire may be found online at the following hyperlink: https://officeentryapp-health-questions.officeentry.p.azurewebsites.net/en • All attendees to the optional site visit must be fully vaccinated. Proof of vaccination, such as a vaccine card or QR code, will be required upon entering the facility. It is recommended that attendees bring a paper copy, and not the original Proof of vaccination to the site visit. • Individuals who have travelled outside of Canada within 14 days prior to the site visit, or have been in contact with someone who has travelled outside of Canada within 14 days prior to the site visit will not be allowed into the facility. • All attendees to the optional site visit must review and acknowledge the Infection Control Protocol at Saskatchewan Penitentiary, prior to their initial site visit. The Infection Control Protocol at Saskatchewan Penitentiary will be made available by the Contracting Authority after the Mandatory Bidders’ Conference, upon request. • All attendees to the optional site visit must review and acknowledge the Integrated Risk Management Framework, prior to their initial site visit. This framework is available at the following hyperlink: https://www.canada.ca/en/correctional-service/campaigns/covid-19/plans-preparation/integrated-risk-management-framework.html • Medical-grade masks are to be worn at all times during the site visits and are the responsibility of the ESCo to provide for each attendee. • ESCos will be limited to a maximum number of 10 people in the same group during each site visit. However, ESCos may split up into multiple groups to visit different areas of the facility. Attendees to the optional site visits at CSC sites should be aware that they may be faced with delays or refusal of entry to certain areas at certain times even if prior arrangements for access may have been made due to lockdowns or closure of the facility. Each attendee to the optional site visit must submit a duly signed Orientation for Contractors form, along with a copy of valid photo identification, to the Contracting Authority at least 2 weeks (10 business days) in advance of the scheduled optional site visit, for CSC review and approval. No alcohol, drugs, tobacco products, narcotics, nor contraband are permitted in the facility. Any electronic items such as cell phones, laptops, or tablets that are to be brought into the facility must be declared and approved in an Electronic Item Registry and Authorization form, prior to the visit. For photographic devices, ESCos are encouraged to request a dedicated camera and not a camera built-into a cell phone in the Electronic Item Registry and Authorization form. Any tools that are to be brought into the facility must be declared and approved in a Tool Register form prior to the visit. The Orientation for Contractors form, the Electronic Item Registry and Authorization form, as well as the Tool Register form will be made available by the Contracting Authority after the Mandatory Bidders’ Conference. Photo identification of each attendee must be provided during each site visit to access the facility. Steel toe boots must be worn during the optional site visits. The following information must be provided by the ESCo to the Contracting Authority, two (2) weeks in advance of each optional site visit: • A list of the names and contact information (email address & phone number) of individuals planning to access the facility • The date and time of the planned optional site visit • Number of groups that the ESCo will be split up into, to determine the number of escorts required • Duly signed Orientation for Contractors form, with copy of valid photo identification, for each attendee • Completed Tool Register form, if applicable • Completed Electronic Item Registry and Authorization form, if applicable Security Requirement The following security requirement (SRCL and related clauses) applies and form part of the Contract. 1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC). 2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC. 3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction. 4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC. 5. The Contractor/Offeror must comply with the provisions of the: a) Security Requirements Check List and security guide (if applicable), attached at Annex B; b) Industrial Security Manual (Latest Edition). Selection Process The Selection Process has three (3) phases: A) Phase 1 - Mandatory Requirements; B) Phase 2 - Rated Proposal; and C) Phase 3 - Basis of Selection. Phase 1 - Mandatory Requirements Proposals will be examined to determine their compliance with the following MANDATORY requirements: (a) Bidders must be pre-qualified by Natural Resources Canada (NRCan) under the Federal Buildings Initiative (FBI) program; (b) Bidders must attend the Mandatory Bidders’ Conference and sign the attendance form; (c) Bidders proposed Improvements must include the following mandatory requirements: • A core program that will provide a reduction in current GHG emissions by a minimum of 40% from the selected base year for the CSC Saskatchewan Penitentiary. • Provide a proposed solution to achieve Comfort Conditions, as defined in Appendix A, in building B11 (Kitchen/Dining) at the Saskatchewan Penitentiary. • A core program that will achieve the minimum percentage of Indigenous Procurement Content Certification, as per GC6. (d) Bidders must complete, sign and submit the following: Appendix “K”, entitled “Declaration/Certifications Form” If the required form is not included with the proposal, Canada will inform the bidder of a time frame within which to provide the information. Failure to provide the form within the time frame specified will render the proposal non-responsive. Providing the required form is a mandatory requirement for the award of a contract. (e) Bidders must submit documentation demonstrating the project financing of the proposed scope of work in the Proposal, from the proposed Lender for the project. Failure to provide the required documentation and the table with the bid will render the proposal non-responsive. Documentation must include a detailed and dated letter from their Lender, demonstrating at a minimum the following information: • The project name identified by the Lender • The amount of financing available • The validity period of financing offer by the Lender • The specified term of the financing • The rate if financing for all lending terms, (Fixed and Variable rates) • The conditions for early repayment in whole or in part of the financing • The fees associated with establishment of financing for the project • The financing documentation signed by the Lender (f) Integrity Provisions - Associated Information Bidders, who are incorporated, including those submitting proposals as a joint venture, must provide a complete list of names of all individuals who are currently directors of the bidder. Bidders submitting proposals as sole proprietorship, including those submitting proposals as a joint venture, must provide the name of the owner. Bidders submitting proposals as societies, firms or partnerships do not need to provide list of names. If the required names have not been received by the time the evaluation of proposals is completed, Canada will inform the bidder of a time frame within which to provide the information. Failure to provide the names within the time frame specified will render the proposal non-responsive. Providing the required names is a mandatory requirement for the award of a contract. (g) COVID-19 vaccination requirement certification (see Appendix N) 1. SACC A3081T In accordance with the COVID-19 Vaccination Policy for Supplier Personnel, all Bidders must provide with their bid, the COVID-19 Vaccination Requirement Certification attached to this bid solicitation , to be given further consideration in this procurement process. This Certification incorporated into the bid solicitation on its closing date is incorporated into, and forms a binding part of any resulting Contract. 2. SACC A3015C: Certifications - Contract FAILURE TO MEET THE MANDATORY REQUIREMENTS WILL RENDER THE PROPOSAL AS NON-RESPONSIVE AND NO FURTHER EVALUATION WILL BE CARRIED OUT. Phase 2 - Rated Proposal Phase 2 will evaluate the responsive proposals (i.e. proposals meeting all mandatory requirements listed above), and award points. The points attributed to the Proposal will be based on the relative weighting factor and the evaluation criteria as detailed below. A rating from zero to ten (10) points will be assigned for each of the evaluation criteria Threshold per Criteria A proposal receiving less than sixty percent (60%) of the available points in each of the Project Management and Technical Information sections as detailed below will be deemed non-responsive and will be given no further consideration. Phase 3 - Basis of Selection The Basis of Selection for contract award for this requirement is the highest total scoring responsive proposal in accordance with the rated criteria detailed below. The Total Score will be established as follows: Project Management Rating x 30% = Project Management Score (30 Points) Technical Information Rating x 40% = Technical Information Score (40 Points) Financial Information Rating x 30% = Financial Information Score (30 Points) Total Score (maximum 100 Points) BIDDERS WILL NOT BE REIMBURSED FOR THE COST OF RESPONDING TO THIS REQUEST FOR PROPOSAL. Enquiries All enquiries regarding this requirement must be submitted in writing to the Contracting Authority: Philip Cowell Email: philip.cowell@tpsgc-pwgsc.gc.ca 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:

Cowell, Philip

Contact email:

philip.cowell@tpsgc-pwgsc.gc.ca

Contact phone:

(613) 296-1922 ( )

Contact address:

L'Esplanade Laurier, East Tower 4th Floor L'Esplanade Laurier, Tour est 4e étage 140 O'Connor, Street Ottawa Ontario K1A 0R5

Contact Fax:

( ) -

Solicitation Documents:


File Amendment Number Language Date added
ABES.PROD.PW__FK.B307.E80878.EBSU000.PDF 000 English 2022-01-21
ABES.PROD.PW__FK.B307.F80878.EBSU000.PDF 000 French 2022-01-21