Elevating device inspection and maintenance.
This requirement is for: The Correctional Service of Canada, Atlantic Region, at the following locations:
? Atlantic Institution located in the town of Renous, New Brunswick
? Dorchester Penitentiary located in Dorchester, New Brunswick
? Springhill Institution located in Springhill, Nova Scotia
? Nova Institution located in Truro, Nova Scotia
? Newfoundland and Labrador Community Correctional Center in St.-John’s Newfoundland
and Labrador
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 inspect, service and repair elevators in its
facilities. The work will involve the following:
1.1 Background
The department has a need to maintain the elevators in the institutions for health and safety of staff, inmates
and visitors.
1.2 Objectives:
The work the Contractor must perform 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 elevating devices.
1.3 Tasks:
The Contractor must regularly and systematically maintain all equipment at the frequency specified in the Elevator Equipment table located in the Statement of Work.
The Contractor must provide the Departmental Representative with a telephone number at which it or its representative can be contacted 24 Hours per day, 7 days a week.
The Contractor must respond to service calls 24 Hr per day, 7 days a week. For calls outside regular work hours (from 5:00 PM to 7:30 AM, Monday to Friday, weekends and statutory holidays), the Contractor must contact the Departmental Representative on the first working day following the call to obtain a work order number.
The Contractor must report to the site with a service vehicle that is well stocked with replacement parts to carry out repairs on the elevator equipment in use in these facilities.
The Contractor must remove and dispose of debris, used and obsolete material at the end of each day on which work is performed that produces such waste.
The Contractors must co-ordinate with and assist the Provincial Inspection Authority during equipment inspection and testing when required.
Upon arrival to the site facility, the Contractor’s technicians must present identification and sign into the institutional Visitor’s Register at the Principal Entrance.
The Contractor must submit a complete tool list upon arrival on-site. Any missing or lost tools must be reported to the Correctional Manager desk by the Contractor.
The Contractor must provide to the Department Representative, after each visit, a service report containing details of all work performed and record all interventions into the logbook the Contractor must supply for each elevating device.
When applicable, the Contractor must provide a list of defects or deficiencies, or both discovered during the visit with recommended corrective actions and associated costs. The Contractor must provide all maintenance activities report to the following email: GEN-ATLRHQTechServ@csc-scc.gc.ca. The Contractor must submit all documents within the report in Adobe Acrobat PDF format.
Replacement Parts:
The Contractor must repair or replace worn or defective parts of the elevator system(s) using only genuine manufacturer’s replacement parts.
The Contractor may use substitute replacement parts from other manufacturers with prior written permission from the Departmental Representative.
The Contractor must maintain a sufficient supply of replacement parts to prevent extended elevator downtime.
The Contractor must replace defective parts within twenty-four (24) hours or within the timeframe approved by the Departmental Representative.
Logbooks:
The Contractor must supply a Maintenance Control Program logbook approved by the provincial Chief Elevator Inspector for the elevator(s) or lift(s).
The Contractor must keep this logbook up to date, on site in each facility’s equipment room. The Contractor must notify the departmental representative of missing logbooks immediately. Each logbook must contain a minimum the following information:
?the date on which an inspection, testing and maintenance exercise was carried out
?the name(s) of the person(s) who performed the inspection, testing and maintenance
?List of replacement parts
?notes on any unsatisfactory conditions observed or discovered and the steps taken to correct such conditions
?copies of the design and installation performance test certificates
1.4 Deliverables:
The Contractor must provide services on all elevating devices and all associated auxiliary equipment at the following locations:
?Atlantic Institution located in the town of Renous, New Brunswick.
?Dorchester Penitentiary located in the town of Dorchester, New Brunswick.
?Springhill Institution located in the town of Springhill, Nova Scotia
?Nova Institution located in the town of Truro, Nova Scotia
?Newfoundland and Labrador Community Correctional Center in St.-John’s, Newfoundland and Labrador
The Contractor must regularly and systematically maintain all equipment at the frequency specified in the Equipment table.
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 March 1st, 2026, to February 28th, 2027, with the option to renew for four (04) additional one-year periods.
File Number: 21207-26-5165313
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).