Trade Agreement: Canadian Free Trade Agreement (CFTA) 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:
Solicitation Amendment 007 is raised to respond to a question from the Industry.
Solicitation Amendment 006 is raised to Modify GC 28.1.1.1, Modify GC 29.1, Modify Appendix A - Definitions, Modify Appendix F - Monthly Reporting Requirements and Modify Appendix I - Detail of Energy Measure.
Solicitation Amendment 005 is raised to change the solicitation closing date from May 4th 2021 to May 14th 2021 at 2PM EDT.
Solicitation Amendment 004 is raised to respond to questions from the industry, to modify GC 28.1.1.1 of the request for proposal, to modify GC 29.1 of the request for proposal and to modify Appendix A - Definitions.
Solicitation Amendment 003 is raised to modify the solicitation closing date from April 28th 2021 to May 4th 2021 at 2pm EDT, to modify section PRE3 - Specific Requirements for Proposal Format and to modify section 4.1.7 - Presentation of Proposal.
Solicitation Amendment 002 is raised to modify Appendix F - Monthly Reporting Requirements.
Solicitation Amendment 001 is raised to extend the solicitation closing date from April 6th 2021 to April 28th 2021 at 2pm EDT.
NOTICE OF PROPOSED PROCUREMENT Energy Savings Program - Federal Building Initiative (FBI) Program
Correctional Services Canada (CSC) Stony Mountain Institution Stony Mountain, Manitoba EP959-21-0701
IMPORTANT NOTICE TO BIDDERS
DATA ROOM PWGSC FTP SITE Relevant information about this specific project is available from PWGSC CSC Stony Mountain FBI FTP site.
ESCOs interested in participating the site visit will be given access to the FTP site by submitting a written request to the Contracting Authority.
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) Stony Mountain Institution, located in Stony Mountain, Manitoba. 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 ESCos 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; and
d. Provide monitoring services to document energy savings.
e. The purpose of this solicitation is to retrofit the Stony Mountain Institution, Stony Mountain, Manitoba and its systems to reduce energy consumption and GHG emissions. 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. Provide a proposed solution which takes into consideration the existing condition of building C-12 Power House, as described in Annex A. Any proposed solution must consider the removal of the electromechanical equipment from this building.
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 should be thoroughly understood by the ESCo before submitting a proposal.
3. This procurement is covered under the provisions of the Canadian Free Trade Agreement (CFTA).
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 March 2nd 2021 using the MS Teams application. The conference will begin at 1pm 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 March 1st 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) additional site visits (1 full day each 8 regular working hours) may be accommodated based on the schedule to be determined during the mandatory Bidders Conference. During the individual site visits the requirements outlined in this bid solicitation document will be reviewed and questions from potential ESCos 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 Stony Mountain Institution located in Stony Mountain, Manitoba.
Schedule of optional site visits:
Site Visit 1: March 8th 2021 to March 12th 2021 (between 8am and 4pm) Site Visit 2: March 29th 2021 to April 2nd 2021 (between 8am and 4pm)
** Please be advised that the dates provided may be delayed due to the current 14 day self-isolation period for out of province visitors that is currently in place in the province of Manitoba**
Attendees to the optional site visits are reminded that they must be aware and follow all provincial, local and client department public health measures regarding COVID-19 during each of the visits, including the following: Medical-grade mask and face shield are to be worn at all times during the site visits and are the responsibility of the ESCO to provide for each attendee. Completion of self-diagnosis questionnaire is required Temperature checks (digital thermometer point at the wrist) will be required throughout the facility ESCos will be limited to a maximum number of 3 people in the same group during each site visit. However, ESCOs may split up into multiple groups of 3 to visit different areas of the site.
(Example 2 groups of 3 people is permitted) Photo identification of each attendee must be provided during each site visit to access 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.
No cell phones, drugs, tobacco products, or laptops are permitted in the facility. ESCOs may be permitted to bring in a dedicated camera (not a camera built-into a cell phone), upon approval of an application form that will be provided after the Mandatory Bidders Conference. Any tools that are to be brought into the facility must be declared and approved in a Tool Register form prior to each visit. (This form will also be made available after the Mandatory Bidders Conference).
Steel toe boots must be worn during the optional site visits.
The following information must be provided by the ESCO to the Contracting Authority, one week in advance of each optional site visit: A list of the names of individuals to access the facility Number of groups that the ESCO will be split up into, to determine the number of escorts required (3 people per group maximum, 1 escort for each group) An itinerary of the buildings/areas that the ESCO plans on accessing during the site visit, with approximate timeframes (i.e. morning, noon afternoon) 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 site visit 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 ¬¬40% from the selected base year for Stony Mountain Institution. 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 has 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 form within the time frame specified will render the proposal non-responsive. Providing the required from 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 identifies 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.
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 (Points) Technical Information Rating
x 40% =
Technical Information Score (Points) Financial Information Rating
x 30% =
Financial Information Score (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.