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 to maintain the fire alarm systems as per proper Codes and Standards at the Dorchester Penitentiary, Springhill Institution and the Nova Institution for Women. The work will involve the following: 
 1.1 
 Objectives: 
 The work under this Standing Offer Agreement includes but is not limited to the provision of all labour, materials, tools, supervision and equipment necessary for inspection, testing, maintenance, repair and upgrade of Fire Alarm Systems as requested. 
 The Contractor must also provide emergency services on site, at CSC’s request, to bring the equipment back to operational status when it is not functioning according to its intended design. 
 1.2 Tasks: 
 The Contractor must supply all labour, materials, tools, supervision and equipment required for inspection, testing, maintenance, repair and upgrade of the Simplex Fire Alarm Systems on an as requested basis. 
 The Contractor must, upon arrival on site, submit a complete tools list. The Contractor must immediately report any missing or lost tools to the Correctional Managers desk. 
 The Contractor must report to the site with a service vehicle which is well stocked with replacement parts to carry out repairs on the system in use in these facilities. 
 The Contractor must remove and dispose of debris, used and obsolete material, on a daily basis. The Contractor must remove failed or broken devices like smoke detectors or smoke-carbon monoxide combo devices and ensure these devices are disposed of or recycled in an approved facility. 
 Annual Requirements 
 The Contractor must inspect and test the entire Fire Alarm System yearly in accordance with most recent CAN/ULC code. 
 The Contractor must coordinate annual inspection and testing to ensure proper notification procedures are in place to avoid false alarms during the inspection and testing. 
 The Contractor must not leave the fire protection and alarm system inactive at end of the working day without the Technical Authority’s authorisation. 
 The Contractor must coordinate the annual inspection and testing date at the beginning of each calendar year with the CSC Project Authority. 
 The lists of devices for each institution are provided in Tables 1 to 3. The Contractor must note that CSC provides these lists as a reference only as some minor variances may occur between the list and devices found on site. The Contractor must make reasonable effort to inspect and test all the devices found on site and report any devices missing from the lists back to the Technical Authority. 
 The Contractor must notify the Technical Authority by phone within an hour and subsequently follow up 
 with a written report by fax or e-mail within twenty-four hours of any damage or vandalism of the 
 equipment by Canada and other parties. The Contractor must repair or replace any components 
 damaged through any such negligent operation or misuse. CSC is responsible for any extra costs for 
 repairs associated with negligent operation or misuse of the equipment by users. The Contractor must 
 invoice these repairs separately on time and material basis consistent with the rates in the contract basis 
 of payment. 
 Original Equipment Manufacturer (OEM) 
 The Contractor must have the manufacturer’s complete operational and adjustment procedures for the 
 equipment concerned, including direct access to the manufacturer's technical support services and 
 service bulletins. The Contractor must submit the manufacturer’s recommendations to the Technical 
 Authority for review to maintain the equipment at its original performance level for trouble-free operations. 
 The manufacturer, as applicable, may have proprietary rights to some or all of the equipment listed in 
 Tables 1, 2 and 3 – Equipment Inventory. Should a need arise to test, inspect, reconfigure, replace or 
 reprogram equipment to which the manufacturer has proprietary rights, the Contractor must advise the 
 Technical Authority prior to performing any work. 
 Deficiencies 
 While the Contractor is on site and discovers deficiencies that can be repaired with available material 
 from the Contractor’s stock, the Contractor must invoice these repairs as per the Basis of Payment of the 
 standing offer. The Contractor must obtain the Technical Authority’s approval to proceed with this 
 corrective work. 
 For any repairs associated with the Equipment Inventory or ancillary components, or both, the Contractor 
 must submit to the Technical Authority for review, within forty-eight (48) hours of the initial assessment, a 
 comprehensive part and labour cost summary and the reason for the repair(s). The Contractor must not 
 proceed with the proposed repairs without obtaining the Technical Authority’s prior consent, which the 
 Technical Authority will confirm by issuing a call up against the standing offer. 
 Emergency service 
 The Contractor must advise the Technical Authority of the telephone number at which they or their 
 representative may be contacted 24 hours a day, 7 days a week, including statutory holidays. 
 The Contractor must provide emergency service during and after regular hours Monday to Friday within 
 7:00 a.m. to 5:00 p.m. with an on-site response time of 4 hours or another response time the Technical 
 Authority has agreed to. 
 The Contractor must respond to service calls 24 hours a day, 7 days a week including statutory holidays. 
 For service calls outside regular work hours, the Contractor must contact the Technical Authority on the 
 first working day after the call to obtain a call up number. 
 Technician requirements 
 The Contractor must send one licensed technician to respond to a service request. The Contractor must 
 obtain the Technical Authority’s prior approval in writing or email before sending any additional licensed 
 technicians or apprentice/labourers. 
 The Contractor’s technicians must upon arrival to the site facility, provide identification (ID) and log into 
 the institutional Visitor’s Register maintained at the facility’s Principal Entrance. 
 Replacement Parts 
 The Contractor must request direction from the Technical Authority prior to replacing any component. 
 The Contractor must repair or replace worn or defective parts of the system(s) using only genuine 
 manufacturer’s replacement parts. The Contractor must obtain the Technical Authority’s permission 
 before using any replacement parts from another manufacturer. 
 The Contractor must maintain a sufficient supply of replacement parts to minimize downtime associated 
 with component failure. The Contractor must replace defective parts within twenty-four (24) hours of part 
 availability or within a timeframe approved by the Technical Authority. 
 1.3 Expected results: 
 To maintain the fire alarm systems’ reliable and sustainable operation for the remainder of the system’s 
 useful life. 
 The Contractor must have certified technicians performing the work as per applicable Provincial or 
 Federal requirements. The technicians must maintain their applicable provincial certification to work in 
 CSC’s Atlantic Region. 
 1.4 Performance standards: 
 The Contractor must inspect, test, maintain, repair and upgrade the Fire Alarm System as per the 
 appropriate codes and standards. 
 The Contractor must conform to the following applicable Codes and Standards: 
 1. CAN/ULC-S536-19 Inspection and Testing of Fire Alarm systems. 
 2. CAN/CSA Control of hazardous energy – Lockout and other methods. 
 3. National Building Code 2020 and National Fire Code of Canada 2020. 
 4. the Canada Labour Code. 
 5. the Canada Occupational Health and Safety Regulations. 
 6. the Provincial Occupational Health and Safety Act. 
 7. the Occupational General Safety Regulations. 
 The Contractor and their personnel must adhere to the Federal Government ‘No Smoking’ policy while in 
 Federal facilities, and scent free policy where applicable. 
 1.5 Deliverables: 
 1.5.1 Report 
 The Contractor must provide to the Technical Authority, after each visit, a written service activities report 
 containing all details of work performed. When applicable, the Contractor must provide a written list of 
 defects and deficiencies discovered during the visit with recommended corrective actions and an 
 estimated quote to correct these defects and deficiencies. 
 The Contractor must provide the annual Fire Alarm Report that describes the status of all fire alarm 
 systems equipment. The Contractor must submit this detailed and comprehensive inspection report to the 
 Technical Authority no later than ten (10) working days following the completion of the annual inspection 
 and testing. 
 The Contractor must include in the report the major and minor deficiencies noted during the inspections, 
 tests, checks, maintenance and services defined within this Statement of Work. The Contractor must 
 provide a budget estimate proposal to restore the system to 100% functionality with a breakdown of 
 labour and parts. 
 The Contractor must also identify in the report any modifications or improvements to the fire alarm 
 equipment or system(s) that will enhance equipment serviceability, life expectancy and efficiency. 
 The Contractor must present all documents within the report in Adobe Acrobat 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 following locations: 
 • Dorchester Penitentiary, 4902 Main Street, Dorchester, New Brunswick, E4K 2Y9 
 • Springhill Institution, 330 McGee Street, Springhill, Nova Scotia, BOM 1X0 
 • Nova Institution for Women, 180 James Street, Truro, Nova Scotia, B2N 6R8 
 b. Travel 
 i. All costs related to travel must be incorporated into the all-inclusive rate per hour. Travel to 
 the above locations will be required for performance of the work under this standing offer. 
 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: 
 Professional designation, accreditation and/or certification: 
 - The supplier must be a manufacturer approved distributor for the Simplex brand fire alarm 
 systems in the region of New Brunswick for the Dorchester Penitentiary and Nova Scotia for the 
 Springhill Institution and the Nova Institution for Women. 
 3. Applicability of the trade agreement(s) to the procurement 
 This procurement is subject to the following trade agreements: 
 Canada Chile Free Trade Agreement (CCFTA); 
 Canadian Free Trade Agreement (CFTA); 
 The procedural requirements of the other international trade agreements will be fulfilled following 
 compliance to the procedural requirements of CCFTA and CFTA. 
 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 pre-identified supplier is the sole provider of Simplex fire alarm system inspection, testing, 
 maintenance, repair and upgrade services for the areas. It also has a national agreement with the 
 manufacturer for exclusive distribution and programming rights for Simplex branded fire alarm equipment 
 for New Brunswick and Nova Scotia. 
 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 company 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: 
 Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09: 
 b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other 
 exclusive rights, or proprietary information or where there is an absence of competition for technical 
 reasons, the goods or services can be supplied only by a particular supplier and no reasonable 
 alternative or substitute exists. 
 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: 
 (i) the requirement is for a work of art; 
 (ii) the protection of patents, copyrights, or other exclusive rights; 
 (iii) due to an absence of competition for technical reasons; 
 (iv) the supply of goods or services is controlled by a supplier that is a statutory monopoly; 
 (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; 
 (vi) work is to be performed on property by a contractor according to provisions of a warranty or 
 guarantee held in respect of the property or the original work; 
 (vii) work is to be performed on a leased building or related property, or portions thereof, that may 
 be performed only by the lessor; or 
 (viii) the procurement is for subscriptions to newspapers, magazines, or other periodicals; 
 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 ten (10) months, from date awarded to October 2, 2025 with an 
 option to extend the contract for two additional one - year periods. 
 11. Cost estimate of the proposed contract 
 The estimated value of the contract, including option(s), is $ 2,154,661.50 (GST/HST extra). 
 12. Name and address of the pre-identified supplier 
 Name: Tyco Integrated Fire & Security Canada Inc. 
 Address: 600 Windmill Road 
 Dartmouth, NS B3B 1B5 
 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 December 2, 2024 at 2:00 PM AST. 
 15. Inquiries and submission of statements of capabilities 
 Inquiries and statement of capabilities are to be directed to: 
 Penny Panayiotopoullos, Regional Contracting Officer 
 1045 Main Street 
 Moncton, NB 
 E1C 1H1 
 Telephone: 506-875-3649 
 E-mail: penny.panayiotopoullos@csc-scc.gc.ca 
 Table 1: Dorchester- Fire alarm panel component (Not limited) 
 Devices Qty 
 (Alarm System- Panel) Simplex 4007 1 
 (Alarm System- Panel) Simplex 4100ES 9 
 (Alarm System- Panel) Simplex 4100U 1 
 (Alarm System- Panel) Simplex 4100U 4 
 (Alarm System- Panel) Simplex 4100U, TSW, NDU 1 
 (AM) Manual Pull Station) 31 
 (AM) Manual Pull Station) Addressable Module 105 
 (AM) Manual Pull Station) Addressable Module 8 
 (AM) Manual Pull Station) Manual Pull Statuib 112 
 (COMBO) Combination Smoke & Heat Detector 129 
 (FS) Sprinkler Flow Switch 57 
 (GA) Manual Pull Station - 2nd Stage Key Switch 169 
 (H/S) Horn/Strobe 43 
 (HT) Heat Detector - Fixed Temperature 2 
 (IAM) Addressable Module - Input 29 
 (ISO) Addressable Module - Loop Isolator 55 
 (LPS) Sprinkler Low Pressure Switch 6 
 (LPS) Sprinkler Low Pressure Switch 1 
 (M) Manual Pull Station 1 
 (PS) Sprinkler Pressure Switch 24 
 (PULL) 28 
 (RELAY) 1 
 (RIAM) Addressable Module - Control Relay 29 
 (RZAM) Aux-Relay Control Zam 16 
 (S) Smoke Detector - Photo-Electric 1 
 (SBZAM) CLASS B SIGNAL ZAM 1 
 (TADSD) Duct Smoke Detector - True Alarm 2 
 (TAISD) 53 
 (TAPSD) True Alarm Phoelectric Smoke Detector 1 
 (TAPSD) True Alarm Photoelectric Smoke Detector 644 
 (TARHT) Heat Detector - Rate of Rise 121 
 (TARHT) Heat Detector - Rate of Rise - True Alarm 1 
 (TASD) Smoke Detector - Phoelectric (Note 1) 308 
 (TS) Valve Supervisory Switch 119 
 (V) Visual Appliance (Strobe) 8 
 Fire Panel - Simplex 4100U 4 
 Simplex 4007 1 
 Simplex 4100ES (Fire Alarm System) 3 
 Thermo 1 
 (AM) Manual Pull Station Addressable Module 47 
 (A/V) Audible / Visible Notification 277 
 (DH) Door Holder 41 
 Addressable Module (IAM/PS) 3 
 Addressable Module (IAM/TS) 45 
 RELAY 15 
 Addressable Module (IAM/FS) 5 
 Addressable Module (IAM/RHT) 1 
 (SCU) Status Command Units 1 
 (TAPDSD) True Alarm Photoelectric Duct Smoke Detector 1 
 Detector (CO/NO2) 1 
 (EOLR) End of line resistor 92 
 Addressable Module (IAM) 4 
 Addressable Module (IAM/FS) 10 
 Addressable Module (AM/FS) 3 
 Addressable Module (IAM/NO) 1 
 Addressable Module (IAM/NO) 1 
 PIEZO (mini horn) 1 
 (TAISD) Smoke detector 8 
 (TADS) Duct sensor 16 
 (TAPSDD) Smoke Detector 11 
 (K) Horn 106 
 (CZ) RELAY 23 
 (AUX) RELAY 14 
 (DHC) Door Holder 1 
 (Z1) RELAY 1 
 (AHT) RELAY 9 
 (AISD) RELAY 1 
 (ANN) RELAY 14 
 (APSD) RELAY 55 
 (DZ) RELAY 1 
 (FDS) RELAY 2 
 (FP) RELAY 22 
 (MZ) RELAY 39 
 (SZ) RELAY 8 
 (THAT) RELAY 6 
 (FACP) RELAY 1 
 (FFHJ) RELAY 12 
 (LCD) RELAY 3 
 (P) RELAY 1 
 (TAISDD) Smoke detector 1 
 (AHT) RELAY 73 
 (ASD) RELAY 3 
 (TEMP) RELAY 1 
 (APS) RELAY 3 
 (AVWP) Audio / Visible 3 
 (AFS) RELAY 10 
 (ATS) RELAY 9 
 (LAS) RELAY 1 
 (LW) RELAY 1 
 (LAPS) RELAY 1 
 Grand Total 3139 
 Table 2: Springhill - Fire alarm panel component. (not limited) 
 Devices Qty 
 (B) Bell 21 
 (DH) Door Holders 15 
 (DS) Duct Smoke Detector 4 
 (DSA) Duct Smoke Detector - Addressable 11 
 (DSTA) Duct Smoke Detector - True Alarm 22 
 (EOL) End of line Resistor 41 
 (EOL) End of line Resistor 2 
 (EOL) End of line Resistor End of line Resistor 2 
 (EOL) End of line Resistor End of line Resistor End of line Resistor 1 
 (FS) Flow Switch 85 
 (GA) General Alarm 8 
 (HS) Horn Strobe 21 
 (HT) Heat Detector - Fixed Temperature 14 
 (HTTA) Heat Detector - Fixed Temp. True Alarm 1 
 (HV) Horn Visual Combination 258 
 (IAM) Independent Addressable Monitor 9 
 (ISO) Mapnet Isolator Module 65 
 (ISO) Mapnet Isolator Module Mapnet Isolator Module Mapnet Isolator Module 12 
 (LCD) ANNUNCIATOR 3 
 (M) Manual Pull Station 46 
 (MA) Manual Pull Station - Addressable 156 
 (MA) Manual Pull Station - Addressable 6 
 (MH) Mini Horn 7 
 (PS) Sprinkler Pressure Switch 27 
 (RHT) Heat Detector - Rate of Rise 2 
 (RHTTA) Heat Detector - Rate of Rise - True Alarm 32 
 (RIAM) Remote IAM 72 
 (S) Smoke Detector - Photo-Electric 2 
 (SA) Smoke Detector - Addressable 374 
 (STA) Smoke Detector - True Alarm (Photo) 810 
 (TS) Sprinkler Tamper Switch 178 
 (V) Visual Appliance (Strobe) 56 
 (ZIAM) 1 
 Addressable board (ZIAM) 1 
 Annunciator (SCU) 1 
 Auxiliary (AUX) second stage pull station 4 
 Beam detectors (BD) 2 
 Chime 3 
 End of Line Resistor (EOLR) 13 
 Fire Panel - Simplex 4100ES 5 
 Fire Panel - Simplex 4100U 31 
 Fire Panel - Simplex 4120ES 1 
 Horn (H) 3 
 Mini Horn 2 
 Pull station second stage (ACT) 2 
 RELAY 68 
 Relay (AM) 2 
 RELAY (AM) 6 
 Relay (SOL) 1 
 Relay (SYC) 2 
 Remote Control Unit (RCU) 1 
 Second stage horn (EVAC) 8 
 Grand Total 2520 
 Table 3: Nova - Fire alarm panel component (not limited) 
 Devices Qty 
 Adressable wall-mounted single stage manual fire alarm pull station 94 
 Adressable wall-mounted two stage manual fire alarm pull station 8 
 Adressable ceiling mounted smoke detector 248 
 Adressable ceiling mounted smoke/CO detector 29 
 Adressable ceiling mounted heat detector 24 
 Adressable duct mounted smoke detector 10 
 Adressable input module 80 
 Adressable relay module 32 
 Adressable fault isolator module 9 
 Aspirating smoke detector 4 
 Wall-mounted Combination Horn/Strobe 141 
 Wall-mounted fire alarm strobe light 7 
 Supervised Flow switch 36 
 Supervised Pressure switch 12 
 Supervised gate valve tamper switch 58 
 Supervised Propane sensor 8 
 Electromagnetic door hold open device 3 
 Fire Alarm panel 114 
 Fire Alarm remote annunciator panel 6 
 Branch circuit panel 3 
 Door annunciator control panel 1 
 Door annunciator magnetic door contact 2 
 Grand Total 929