Sally Port Gates – Mission Medium
This requirement is for: The Correctional Service of Canada, Mission Medium Institution in Pacific Region.
Trade agreement: This procurement is not subject to any trade agreement.
Policy on Reciprocal Procurement:
This solicitation is open only to Canadian suppliers.
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 contract 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 (CSC) has a requirement to procure and install two (2) new sally port operators at Mission Medium Institution. The work will involve the following:
1.1 Background
The existing operators have reached end-of-life, showing signs of mechanical wear and inconsistent performance. Replacements are critical for perimeter security and controlled inmate movement.
1.2 Objectives:
Procure and install two (2) Sally Port gate operators with new SlideDriver II SD50F units (or approved equivalent that is fully compatible with current infrastructure and operation) to replace existing units which have reached end-of-life.
1.3 Tasks:
• The Contractor must verify gate compatibility with SlideDriver II SD50F (or approved equivalent that is fully compatible with current infrastructure and operation) and confirm electrical requirements.
• The Contractor must submit a work plan, and safety/security plan.
• The Contractor must coordinate access to the site and schedule the work with institutional staff.
• The Contractor must perform lockout/tagout and confirm zero energy state.
• The Contractor must remove old operators and dispose of these materials per environmental standards.
• The Contractor must install two SlideDriver II SD50F (208-230 VAC, 1PH50-60Hz) or approved equivalent operators with all of the following specified components:
o Advance Drive 8” Wheel with 10” Motor, Green
o Tamper-resistant cover, green
o Heater 208-240 VAC
o SmartTouch 725 controller
• The Contractor must make all electrical and control connections, ensuring proper integration with security systems.
• The Contractor must test gate operation, safety devices, and interlocks.
• The Contractor must verify heater and controller functionality.
• The Contractor must provide a commissioning report and correct any deficiencies.
• The Contractor must provide manuals and warranty documentation.
1.4 Deliverables:
The Contractor must provide the following deliverables:
1. Pre-Installation
• Work Plan & Schedule detailing removal of existing operators and installation of two (2) SlideDriver II SD50F gate operators.
• Safety and Security Plans including lockout/tagout procedures and tool control for work in a correctional environment.
2. Installation and Commissioning
• Two (2) fully installed SlideDriver II SD50F (208-230 VAC, 1PH50-60Hz) or approved equivalent gate operators with the following components:
o Advance Drive Assembly (8-inch drive wheel with 10-inch motor, Green).
o Cover Corr, T-Lock (Green)
o Heater (208–240 VAC)
o SmartTouch 725 Controller
• Functional Testing Report – Documenting gate operation, safety devices, and integration with security systems.
3. Handover
• Operation and Maintenance Manuals for all installed components.
• Warranty Certificates for SlideDriver II SD50F or approved equivalent and components (minimum one-year coverage).
1.5 Location of work:
a. The Contractor must perform the work at:
Mission Medium Security Institution
33737 Dewdney Trunk Road
Mission, BC, V2V 4L8
1.6 Language of Work:
The contractor must perform all work in English.
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 Contract and Time Frame for Delivery:
The Contractor must perform and complete the work by March 31, 2026, from the date of notification of acceptance of the offer.
File Number: 21807-25-0088
Contracting Authority: Katie McKeever
Telephone number: 236-380-2294
E-mail: Katie.McKeever@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 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).