Fire hydrant services including inspections and repairs.
This requirement is for: The Correctional Service of Canada, Atlantic Institution, New Brunswick in the Atlantic Region.
Trade agreement:
Canadian Free Trade Agreement (CFTA)
Canada free trade agreements with Chile/Colombia/Honduras/Panama
Canada-Peru Free Trade Agreement
Policy on Reciprocal Procurement:
This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner.
Competitive Procurement Strategy:
Lowest priced compliant bid.
Set-aside under the Procurement Strategy for Indigenous Business:
This procurement is not subject to any set-asides for Indigenous Suppliers.
Comprehensive Land Claim Agreement:
This procurement is not subject to a Comprehensive Land Claims Agreement.
Security Requirements:
This standing offer does not include security requirements.
Nature of Requirements:
The following is a summary of the statement of work for this requirement.
The Correctional Service Canada has a requirement to provide fire hydrant services such as inspections and repairs at the Atlantic Institution.
Objective:
The Tasks the Contractor must perform under this contract include but are not limited to the provision of all labour, materials, tools, supervision, equipment and transportation necessary for inspection, testing and repairs of the Fire Hydrant System.
Deliverables:
The Contractor must perform the annual inspection, testing and repair of the Fire Hydrant System and all associated auxiliary equipment at the following location:
Atlantic Institution
13175 Route 8
PO Box 102
Renous, New Brunswick
E9E 2E1
Annual Requirements:
The entire Fire Hydrant System must be inspected and tested yearly in accordance with most recent CAN/ULC code and NFPA 291.
Annual inspection and testing must be coordinated to ensure proper notification procedures are in place to prevent false alarms within the institution. Fire Hydrants and alarm system shall not be left inactive at the end of the working day without authorisation from Technical Authority.
The annual inspection and testing schedule must be coordinated with the Project Authority.
Report:
The Contractor must provide the Technical Authority with a detailed service report containing all details of work performed during the inspection. When applicable, the Contractor must provide a list of defects and deficiencies discovered during the inspection with recommended corrective actions and estimated budget cost to correct the deficiencies. The Contractor must provide all activity report to the following email:
GEN-ATLRHQTechServ@csc-scc.gc.ca.
The Contractor is responsible to provide annual Fire Hydrant report stating all equipment status. A detailed and comprehensive inspection report must be submitted to the Technical Authority no later than ten (10) working days following the completion of the annual inspection and testing.
The report must include:
-Major and minor deficiencies observed during the inspection and testing defines withing this Statement of Work
-A budget estimate to restore the system to full functionality, including labour and parts breakdown
-Any recommended modifications or improvements to enhance serviceability, life expectancy, or efficiency
All documents within the report are to be presented in Adobe Acrobat PDF format.
Manufacturer equipment:
The Contractor must have the complete operational and adjustment procedures of the manufacturers for the fire hydrant equipment, including direct access to the manufacturer's technical support services and service bulletins. The Contractor must ensure the manufacturer’s recommendations are submitted to the Technical Authority for review to maintain the equipment at its original performance level to provide trouble-free operations.
Deficiencies:
While the Contractor is on site, all deficiencies discovered must be reported to the Technical Authority. No corrective work can be performed under this inspection contract unless the correction can be done without the purchase of parts. The approval to proceed with this corrective work can only be authorized by the Technical Authority.
For any repairs associated with the Equipment Inventory, the Contractor must submit a comprehensive parts & labour cost summary and the reason for repair(s) to the Technical Authority for review, within forty-eight hours.The proposed repairs must not proceed without prior consent from the Technical Authority.
Technician certification requirements:
The Contractor must provide two licensed technician or one licensed technician and one apprentice. Any additional personnel must be pre-approved in writing or via email by the Technical Authority.
The Contractor must notify the Technical Authority by phone within an hour and subsequently to follow up with a written report by e-mail within twenty-four hours of any negligent operation or misuse of the equipment by Canada and other parties. The Contractor may be required to make repair or replace components necessitated by such occurrence at extra cost.
Compliance Requirements:
The Contractor must comply to the following Codes and Standards applicable at the time of installation or alteration:
?CAN/ULC-S520 Inspection and Testing of Fire Hydrant systems
?CAN/CSA Control of hazardous energy – Lockout and other methods.
?National Building Code
?NFPA291
?Provincial Occupational Health and Safety Act and;
?Occupational General Safety Regulations
The Contractor and his/her personnel must adhere to the Federal Government ‘No Smoking’ policy while in Federal facilities and/or scent free policy where applicable. The Contractor must have certified technicians performing the work as per applicable Provincial or Federal requirements. The technician must maintain their applicable provincial certification to work in our facilities.
Any conditions for participation of suppliers not specified in solicitation documentation: none.
Estimated quantity of commodity: see solicitation document statement of work and basis of payment.
Duration of Standing Offer and Time Frame for Delivery:
Period of the Standing Offer: The Work is to be performed during the period of the Standing Offer award date, to December 31st, 2026, with the option to renew for four (4) additional one-year periods.
File Number: 21207-26-5211718
Contracting Authority: Isabelle Basque
Telephone number: 506-269-6461
Facsimile number: N/A
E-mail: Isabelle.Basque@csc-scc.gc.ca
NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.
The Crown reserves the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada (English or French).
After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.
Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.
Topics include:
? Understand the federal procurement process;
? Learn about searching for opportunities;
? Find out how to bid on opportunities;
? Discover how to prepare to sell to the government.
The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).