Notice to Forestry Consulting Contractors
The Ministry of Forests, Lands, Natural Resource Operations and Rural Development, BC Timber Sales, Skeena Business Area is establishing a Select List of pre-qualified forestry consulting contractors eligible to bid on upcoming 2021 fiscal year pre and post harvest assessment work contracts. Only pre-qualified firms will be invited by select invitation to compete on these contracts.
The resulting established Select List shall remain valid for 5 years from September 10, 2020 to September 9, 2025.
New contractors may be added to a select list at any time throughout the year and will be evaluated in the same manner as contractors already on the list. The Ministry does not guarantee evaluation and resulting short-listing of contractors wishing to compete on an issued tender.
Forestry consulting contractors interested in being evaluated for inclusion on the Select List are invited to submit Expressions of Interest to
Steve Hind, Woodlands Supervisor.
Expressions of Interest will be received not later than 2:00 p.m. (local time) on September 3, 2020 and will become the property of the ministry and will not be returned.
Expressions of Interest may be submitted by the time and date indicated by EMAIL to the Ministry Contact noted above (quote file: RFQ 2021-001) and should contain the following information, in the following format:
1. Profile Name, address, telephone/fax number, email address of the firm; number of years in business; types of services offered.
2. Capability Size of workforce, equipment, and facilities available; financial stability.
3. Personnel Identify principals by position/title and key personnel; provide resumes for each indicating their knowledge, qualifications and experience.
4. Experience In order to be eligible for evaluation, contractors must have successfully completed a minimum of 3 contracts/projects within the past five (5) years. Contractors must provide a list of all contracts held where the works/services included one or more of the following activities:
a) Timber Reconnaissance;
b) Site Plans;
c) Timber Cruising;
d) Cut-block Engineering;
e) Right of Way clearing marking;
f) Block Re-ribboning;
g) Cultural Heritage Resource Evaluations;
h) Traversing;
i) Waste and Residue surveys;
j) Road Deactivation plans;
k) Fire Hazard Assessments; and
l) Culturally Modified Tree Sample tree marking.
5. References Provide a list of names, position, organization, addresses, and telephone numbers of client references for which similar works/services were performed in the last five (5) years.
Expressions of Interest will be evaluated on the following basis, and with a maximum weighting of:
Profile 10%
Capability 15%
Personnel 15%
Experience 40%
References 15%
Organization/Clarity of submission 5%
TOTAL 100%
Contractors will be notified of their scoring results and eligibility status by September 10, 2020. No further advertising will take place.
SELECTION METHODS
The Ministry may select a pre-qualified contractor from the Select List using one or more of the following methods:
6. If the estimated contract value is less than $25,000, the Ministry may directly invite a pre-qualified contractor to provide a quotation on specified requirements (e.g., deliverables, milestones, term etc.) of the services or works with the intent to enter into contract negotiations with that pre-qualified contractor;
7. If the estimated contract value is $25,000 or more and less than $75,000 for services, or between $25,000 and $100,000 for construction, the Ministry may directly invite a pre-qualified contractor to provide a quotation based on availability and on specified requirements (e.g., deliverables, milestones, term, etc.) of the services or works with the intent to enter into contract negotiations with that pre-qualified contractor if it can be verified by the Ministry that only one pre-qualified contractor:
i. is available to undertake the services or works, or,
ii. has the necessary qualifications to carry out the services or works based on the Ministry's specific assessment of the qualifications;
8. If the estimated contract value is $25,000 or more and less than $75,000, for services, or between $25,000 and $100,000 for construction and more than one pre-qualified contractor is available who has the necessary qualifications to carry out the service or work based on the Ministry's specific assessment of the qualifications, the Ministry may, in its sole discretion, use a competitive or other selection process between a minimum of three (if available) such pre-qualified contractors that evaluates each pre-qualified contractor's proposed approach, pricing, or other elements required for the services or work.
The Ministry may in its sole discretion consider other pre-qualified contractors that, in the Ministry's sole opinion, meet the Ministry's qualification criteria for the services or work (e.g., specialization, experience level, etc.)
9. If the estimated contract value is $75,000 or more for services or $100,000 or more for construction or the subsequent agreement has the potential of being a multi-year contract or an option-to-renew contract and more than one pre-qualified contractor is available who has the necessary qualifications to carry out the project based on the Ministry's specific assessment of the contractor's qualifications, the Ministry will invite all such pre-qualified contractors to compete for the project.
10. Notwithstanding subparagraphs a), b), c), and d), the Ministry may directly negotiate a contract with a pre-qualified contractor where one of the following exceptional conditions applies:
11. only one available contractor is qualified to provide the services;
12. an unforeseeable emergency exists and the services could not be obtained in time by means of a competitive process;
13. a competitive process would interfere with the Ministry's ability to maintain security or order or to protect human, animal or plant life or health; or
14. the acquisition is of a confidential or privileged nature and disclosure through an open bidding process could reasonably be expected to compromise government confidentiality, cause economic disruption or be contrary to the public interest.
The Ministry may post any addendum to this REI Notice on the BC Bid® website at
http://www.bcbid.ca. Contractors are strongly encouraged to select "Send Me Amendments" that is included as an option on the Opportunity Notice published on BC Bid®. By selecting this option a registered contractor will be automatically notified of any amendment that may be issued. Contractors that are not registered with BC Bid® may register by selecting Start your e-Service, Supplier Registration on the BC Bid® home page,
www.bcbid.ca. Contractors who do not register with BC Bid® are solely responsible to continually monitor the BC Bid® website on an ongoing basis to keep themselves informed of any addendum to this notice.
Submission of a pre-qualification application does not guarantee inclusion on a resulting short list of pre-qualified contractors. The ministry reserves the right to limit the number of pre-qualified contractors invited to compete on a subsequent contract. Where a New West Partnership Trade Agreement, Agreement on Internal Trade, or multi-year or option-to-renew contract is to be tendered, all contractors will be invited to submit offers; contractors' names will not be rotated from the Select List.
The ministry may reject late submissions.
This solicitation is subject to the New West Partnership Trade Agreement and Chapter 5 of the Agreement on Internal Trade.