An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
1. Definition of the requirement:
The Correctional Service Canada has a requirement for construction services to replace the obsolete building management system (BMS) in Building A5, 51,58 and 5 in Springhill Institution, Nova Scotia. The work will involve the following:
1.1
Objectives:
To supply the labour, materials, tools and equipment required to replace the existing obsolete Tour-Anderson controllers (TAC Vista) with Reliable Controls controllers and tie-in these new controllers to the existing Reliable graphics software on site.
1.2 Tasks:
1.2.1 The Contractor must perform the following work:
a)
Replace the existing TAC controller in Building A5, 5, 51 and 58 with Reliable Controls global and field controllers.
b)
Add building A5, 5, 51 and 58 to the existing Reliable server graphics.
c)
Replace the TAC controllers with Reliable Controls ethernet controller’s c/w expansion control boards equipped with hand/off/auto switches.
d)
Replace temperature sensors to be compatible with the new controllers.
e)
Supply and install Ethernet network wiring between control panels.
f)
Reuse existing control panels and enclosures and all existing end devices.
g)
Supply and install LON to BACnet gateway for existing flow meter.
h)
Decommission TAC Xenta Controllers to be turned over to CSC for spare parts to support other buildings including.
i.
Five (5) Xenta 401
ii.
Thirteen (13) Xenta 301
iii.
Fifteen (15) Xenta 302
iv.
Eighteen (18) 421
v.
Twenty-Seven (27) 421A
vi.
Eleven (11) 451
vii.
Eight (8) 451A
viii.
One (1) 471
ix.
Four (4) 491
x.
Twenty-Four (24) 104A
i)
Supply and install a fibre to Ethernet convertor.
j)
Perform the necessary programming and graphics. The Contractor must provide a Technician competent in Reliable controls and TACVista (TA) system to carry out the programming.
k)
Update the site record drawings
l)
Perform the commissioning.
1.2.2 The Contractor must ensure that a competent and certified electrician performs all of the electrical work in compliance with the Canadian Electrical Code.
1.2.3 The Contractor must perform the work during Springhill Institution’s regular business hours between 7am and 6pm.
1.2.4 The Contractor must coordinate work with the CSC project authority.
1.2.5 All removed components remain the property of CSC. The Contractor must take care when removing components before turning them over to CSC.
1.3 Expected results:
An updated Building Management System for the A5, 51, 58 and 5 Buildings in Springhill institution with Reliable Controls controllers fully integrated in the building system Ethernet network.
1.4
Performance standards:
-
The Contractor must have an account in good standing with the applicable provincial Worker’s Compensation Board/Commission for the duration of the contract.
-
The Contractor must have proof that it is the Authorized Reliable Controls Dealer for the Province of Nova Scotia.
1.5 Deliverables:
1.5.1
The Contractor must replace the existing BMS as described above.
1.5.2
The Contractor must guarantee all work and new equipment provided and installed under this contract against any defects of workmanship and material for a period of one year after acceptance of the work by the CSC Project Authority. The Contractor must provide a signed and dated warranty letter.
1.5.3
Once the work under this contract is completed and the BMS system is operational, the Contractor must notify the project authority in writing to schedule a substantial completion inspection. The CSC’s Representative will inspect the work and if any deficiencies are identified, will communicate them to the Contractor in writing. Once the Contractor has addressed the deficiencies, it will advise the CSC representative. The CSC representative will reinspect the work to determine if the deficiencies have been corrected, if all deficiencies have been corrected to the CSC representative’s satisfaction CSC can accept the work and issue the final payment.
1.5.4
The Contractor must provide the following documentation for each building:
a.
Sequence of Operation (PDF Format)
b.
Point list (I/O) (PDF Format)
c.
List of parts and components replaced (MS Word)
d.
Wiring schematic / Single line diagram (PDF Format)
1.5.2 Paper consumption:
a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.
b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.
c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
1.6 Constraints:
1.6.1 Location of work:
a.
The Contractor must perform the work at the Springhill Institution located at 330 McGee Street, Springhill, Nova Scotia, B0M 1X0
b. Travel
ii. No travel is anticipated for performance of the work under this contract.
1.6.2 Language of Work:
The contractor must perform all work in English.
1.6.3 Institutional Access Requirements
Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Contractor personnel, at any time.
2. Criteria for assessment of the statement of capabilities (minimum essential requirements):
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
Experience: Must possess comprehensive knowledge and experience in installation and service of Reliable Controls and of the site building current management system, TAC Xenta Controls.
-
Must have proof that it is an Authorized Reliable Controls Dealer for the Province of Nova Scotia.
Must have completed one (1) project working on TAC Reliable Controls installations, or services, or both and one (1) project working on TAC Xenta installations, or services, or both within the last five (5) years prior to the ACAN closing date.
3. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreement(s):
Canadian Free Trade Agreement (CFTA)
The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA and/or the CCFTA.
4. Set-aside under the Procurement Strategy for Indigenous Business
This procurement is not subject to any set-asides for Indigenous Suppliers.
5. Comprehensive Land Claims Agreement(s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
The Current BMS system is no longer functioning properly and is obsolete so components required to repair the system are no longer available. Some buildings have been previously updated to Reliable Controls Building Management System and Springhill needs to have uniformity across the entire institution for its BMS Controls to avoid conflicts between different systems. It has been previously determined that Reliable Controls System meet the requirements of Springhill Institution. Advanced Energy Management is the licensed distributor for Reliable Controls equipment in Nova Scotia and is the only known company in Nova Scotia that can also work on the existing TAC Xenta control systems.
The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
(d) only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
Canadian Free Trade Agreement (CFTA), Article 513
(b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
(iii) due to an absence of competition for technical reasons;
(v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative;
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. Period of the proposed contract or delivery date
The proposed contract is for a period of 8 (eight) months, from August 18th, 2025 to March 31st, 2026.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $470,905.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Advanced Energy management Ltd.
Address: 60 Dorey Avenue, Suite 103, Dartmouth, N.S. B3B 0B1
13. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. Closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is August 14th, 2025, at 2:00 PM EST.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Isabelle Basque – Regional Contracting Officer
1045 Main Street, Moncton, NB, E1C 1H1
Telephone: 506-269-6461
E-mail: Isabelle.Basque@CSC-SCC.GC.CA