KITSELAS TRI-NATION ENVIRONMENTAL INITIATIVE WORKING GROUP Request for Proposal Native Plant Nursery Feasibility Study Kitselas First Nation Issue Date: September 1, 2016 Closing Location: Kitselas First Nation 2225 Gitaus Rd. Terrace BC, V8G 0A9 Attention: Sam Coggins, Director of Lands and Resources Closing Date and Time: September 28, 2016 1:00 pm Contact Person: Shannon McFayden shannonmcfadyen@gmail.com Phone: 250-588-9378
Table of Contents 1. Brief Description of the Project Proponents... 3 2. Objectives... 3 3. Purpose for the Request for Proposal (RFP)... 4 4. Scope of Work... 5 8. Important Dates... 7 9. Proposal Information... 8 11. Proposal Submissions... 9 13. Process for Entertaining Questions Regarding the RFP... 9 14. Amendment and Withdrawal of Proposals... 10 15. Proposal Evaluation... 10 16. Offer... 11 17. Other Special Terms and Conditions... 11 2 P a g e
1. Brief Description of the Project Proponents In 2014, Kitselas First Nation along with the Haisla and Kitsumkalum First Nations have formed a Tri-Nation Working Group whose mandate is to promote economic participation of First Nations and its citizens in the industrial development of the Northwest region of British Columbia. In large part, this includes the ability to actively participate and lead identified activities in the region by taking a proactive role in resource development, more specifically; to take advantage of territory-wide business opportunities. This will not only expand the business structure for First Nations but also increase ladderable skills and training for First Nation individuals. Over the past four years the three communities have collaborated on developing a Tri-Nation Land Environmental Initiative (TNEI). This initiative identified a number of strategic economic opportunities related to land reclamation and environmental monitoring. Kitselas has taken on the role of project lead for the Tri-Nation Environmental Initiative Working Group including the management of activities outlined in this request for proposal. In 2016 the TNEI Working Group contracted two separate technical reports that included a skills inventory of the Tri-Nations membership, human resource gap analysis and business modelling. From information gathered in these reports, the Working Group wishes to further investigate specific business opportunities that will support the objectives of the TNEI. One of the desired strategies is to investigate the viability of establishing a new for-profit business entity that supports land reclamation activities through a revegetation, harvesting and propagation services concept. 2. Objectives To support the development of economic opportunities for the three First Nations, and to ensure that all Tri-Nation citizens are able to participate in those opportunities through meaningful employment, including: a. Creation of a strategic market-based business model using both competitive and jurisdictional advantages of the Tri-Nation; b. Provide long-term employment for First Nations citizens through sustainable business and governance practices; c. Develop ladderable technical and professional skills for First Nations workers; d. Maintain cultural appropriateness and respecting traditional ways; e. Identifying what is possible and what is achievable through targeted investments. 3 P a g e
3. Purpose for the Request for Proposal (RFP) The purpose of this RFP is to seek proposals to conduct a business feasibility study on the concept of developing and operating a native plant nursery in the Northwest region of British Columbia. The general concept of a native plant nursery includes the: Provision of revegatative and ecological restoration services throughout the region for a variety of industries; Commercial propagation and/or harvesting of native plants suited for ecological reclamation and site remediation; Native plant, aquaponics and/or seed production capabilities; Supply of both land and marine remediation and reclamation services. In addition to the general business model outlined above, consideration must be given to: Employment and training requirements of the Tri-Nation workforce, Cultural appropriateness of commercial plant production or harvesting within the Tri-Nations traditional territories, Ecological and commercial sustainability of a for-profit entity, Business management, Investment/capitalization requirements, Sustainability and scalability. This feasibility study should also: Identify potential clients such as industry stakeholders, Source out commercial requirements of those potential clients, Determine operational and infrastructure needs including size and scope, Provide a financial forecast relating to the business model proposed in the study report. Finally, the study must be based on the viability of creating a sustainable and profitable business that focuses on the objectives of the Tri-Nation Environmental Initiative. Where possible, recognition must be given to the existing businesses and joint venture agreements of the Kitselas, Haisla and Kitsumkalum First Nations so that the development of a new business entity does not derogate established opportunities. This study and all contents may be used to develop a core business plan for financing purposes. 4 P a g e
4. Scope of Work For this project, the Tri-Nation Working Group is seeking the professional services of a firm or individual who specializes in business development with concise knowledge of native plant propagation, ecological and reclamation services. The report should include but is not limited to: Environmental Scan: general review of existing employment and business modelling, environmental reclamation and monitoring strategies that the TNEI has undertaken to date along with an update of Current market conditions in the region, Potential industry demands, Industry commitment, Tri-Nation investment (land, capital, commitment). Core Concepts: determine the general viability of a for-profit Tri-Nation business modelled on the concept of a native plant nursery, revegatative and reclamation services. Regional market potential, Export market potential, Development of market access, Competition, Industry needs and demands, Location, Availability of workforce, Choice model as to services and products supplied, Concepts for long-term sustainability, Regulatory and environmental matters, Strength of identified value propositions. Business Feasibility: outline the optimal business structure for a plant nursery and reclamation services. This should include information on but not be limited to: Commercial viability of the concept, Potential market opportunities, Scalability of operations, Service and product strategy, Product demand and product line strategy, Business structure, Investment and capital requirements, 5 P a g e
Implementation strategies, Management structure, Business development funding sources, Financing resources, Potential market and business impacts. Operational Requirements: identification of core operational and infrastructural needs in relation to the suggested business model that provide long-term sustainability and profitability. This should include addressing but be limited to: Choice operational size, Optimal location and site requirements, Climate conditions, Transportation and distance to markets, Technical and specialized skill requirements, Employment and training requirements, Technology requirements for lighting, heating, irrigation, Estimated volume requirements, Seasonality, Operational environmental sustainability, Infrastructure needs including equipment and capital assets, Land requirements, Marketing Business Start-Up Strategy: identification of technical and financial information related to the recommended business model for a native plant nursery including but not limited to: Partnerships or joint venture arrangements, Start-up cost analysis, Projected monthly operating costs for the first two years of operations including variable costs related to production, Employment potential, Revenue projections by recommended species/crop, Break even analysis. 5. Schedule All analysis and reporting must be substantially completed by December 31, 2017. All reports, assessments, e.t.c., must be presented to the Tri-Nation Working Group no later than January 30, 2017 for approval and acceptance. 6 P a g e
6. Budget Total project budget is $50,000.00 (Canadian dollars). 7. Reporting The consultant(s) shall report to the Tri-Nation Working Group and Project Coordinator at the following milestones: a. Start-Up Meeting and Identification of Accepted Milestones -includes review of timeline, project methodology, scope of work and reporting b. Conduct of Assessments -identification of First Nations supports including information gathering for assessments, key contacts and interdepartmental collaboration. c. Review of Drafts - meeting with the Tri-Nation Working Group and Project Coordinator for review and feedback of draft documents d. Review and Presentation of Final Reports and Assessment -meeting with Tri-Nation Working Group, Industry Representatives and Governments to present final reports and highlighted assessments, courses of actions and resource requirements. 8. Important Dates Event Date & Time Request for Proposal issued September 1, 2016 Request for Proposal Closed September 28, 3016 Adjudication & Award of contract October 15, 2016 7 P a g e
9. Proposal Information The consultant(s) proposal submission must include the following information: Corporate name and company profile Description of the methodology to be followed by the consultant(s) to meet the project s objectives Statement of the consultant(s) understanding of the scope of work to be undertaken by this project Description of the experience and expertise of the consultant(s) and each member of the project team including their curriculum vitae Project timeline and reporting schedule Maximum price for the project including all expenses and applicable taxes References for the most recent projects the organization has led Gantt chart depicting each team member and their associated level of effort for each key deliverable including the number of days each would work and for what phase of the project Specific identification of the level of input and support required by Kitselas and the Project Coordinator Identification of the number and type of community meetings that may or may be required Identification of the number of individual community member who will be interviewed and the process for interviewing 10. Key Qualities An understanding of Tsimshian culture Previous experience of working with First Nations on similar projects Previous experience in developing Human Resource Strategies Business knowledge and business start-up strategies Ability to work with existing employment and training initiatives Offer a presentation style that communicates information and captures feedback efficiently to a diverse audience. Provide visual cues for important data (graphs, pie charts, etc.). Develop communication material to promote or inform Tri-Nation stakeholders of outcomes and recommendations. This may include: Posts in the weekly newsletter, brochures, etc. 8 P a g e
11. Proposal Submissions Proposals are to be submitted either by electronic copy (PDF or Word files) via email or physical copy (sealed in an envelope) to the address below: Kitselas First Nation Attn: Shannon McFayden Tri-Nation Project Coordinator 2225 Gitaus Rd. Terrace BC, V8G 0A9 Email: shannonmcfayden@gmail.com Submission due date: September 28, 2017 at 1:00 p.m. PST. Kitselas First Nation will not accept proposals after the submission due date and time. 12. Ownership of Information Al information collected, materials gathered, reports and communications materials shall be and remain the sole property of Kitselas, Haisla and Kitsumkalum First Nations as the Tri-Nation Working Group. The consultant(s) will not be permitted to publish or in any way use the said information, materials, reports or data without the express written authorization of the Kitselas First Nation or the Tri-Nation Working Group/Committee. 13. Process for Entertaining Questions Regarding the RFP All inquiries relating to this RFP are to be in writing only (email is preferable) to: Kitselas First Nation Attn: Tri-Nation Project Coordinator 2225 Gitaus Rd. Terrace BC, V8G 0A9 Email: Shannonmcfayden@gmail.com Inquiries to this RFP and responses may be shared with all proponents via a written response (preferably email); Kitselas First Nation will practice this option at its discretion. 9 P a g e
14. Amendment and Withdrawal of Proposals Proposals may be amended or withdrawn prior to the submission deadline. Proposals must not be altered, amended or withdrawn after the submission deadline. Proposals may be withdrawn or amended before the closing date by written correspondence only. Written correspondence can be submitted as outlined by the instructions in heading 9. Proposal Submission of this RFP document. 15. Proposal Evaluation Kitselas has the right to choose any proposal or opt to choose none of the proposals that have been submitted by the close date. Proposals will be reviewed by a panel of 2 (two) or more representatives from Kitselas and/or the Tri-Nation Working Group, including the: Project Coordinator (or other); and Chief Executive Officer/Director of Lands and Resources Members of the Tri-Nation Working Group. The panel may request clarification from proponents on the contents of a proposal and may require supplementary documentation to be provided by a proponent to clarify matters contained in their proposals. However, this is not an opportunity for the proponent to submit new information or modify their proposal. The panel will evaluate proposals received by the close date and will consider the following selection criteria in their evaluation of proposals: Selection Criteria Weight Score Applicant s demonstrative ability to meet deliverables 30 within set timeframes Price Quoted 40 Applicant s qualifications and experience 30 Total 100 The Panel will create an eligibility list of successful proponents based on the proposals that provide the best value to Kitselas and the Tri-Nation Working Group/Committee. 10 P a g e
16. Offer Where the panel determines that it wishes to make an offer to a successful proponent, the panel will make such offer in writing. If an offer is made to a successful proponent, they will have 5 (five) business days from the date the offer is made to accept the offer and sign a contract for service with Kitselas, after which time the offer will expire. 17. Other Special Terms and Conditions Duration of Contract: The contract will be for a maximum of three (3) months from its commencement date but not to extend beyond the March 31, 2017 deadline. Contractor Responsibilities: The contractor will be responsible for ensuring that deliverables are met within the timeframes set out in the contract. Be responsible for all costs, hall rentals, supplies, and transportation. Compliance with Kitselas Laws: The contract will require that the contractor comply with all relevant laws of Canada or the Province and Kitselas laws and bylaws, including: the Kitselas Financial Administration Law, 2012, the First Nations Fiscal and Statistical Management Act, and any other applicable Kitselas law and any applicable Kitselas standards related to the financial administration of Kitselas. Invoicing: The contract will require that when each deliverable is completed, the contractor will send an invoice to the address identified in the contract and payment to the contractor will be in accordance with the payment schedule in the contract. All invoices will be required to show: (a) name, address and telephone number of the contractor; (b) date of invoicing; (c) invoice number; (d) deliverable completed; and (e) fee for the deliverable, showing taxes on a separate line. Subcontracting: The contractor may assign or sub-contract the contract, in whole or in part, or any right or obligation of the contractor under the contract to a third party without the written consent of Kitselas. In the event that the contractor assigns or subcontracts the contract, in whole or in part, the contractor will at all times ensure that the sub-contractor complies with the contractor s obligations under the contract. Indemnity: The contract will require the contractor to indemnify and save harmless Kitselas, Haisla, and Kitsumkalum First Nations, all employees, agents, representatives, and invitees of the Tri-Nation from and against all claims, causes of action, liabilities, 11 P a g e
demands, losses, damages, costs, expenses, fines, penalties, assessments, and levies made against or incurred, suffered or sustained by Kitselas, Haisla and Kitsumkalum First Nations where the same or any of them are based upon or arise out of or from anything done or omitted to be done by the contractor or any servant, agent, employee, officer, director, shareholder or subcontractor of the contractor. Confidential and Personal Information: The contract will include mandatory terms regarding the collection, use and disclosure of confidential and personal information. Note: A vendor contract will be required to be signed by the successful proponent. 12 P a g e