Regional Generator Maintenance
This requirement is for: The Correctional Service of Canada.
Trade agreement: Canadian Free Trade Agreement (CFTA)
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 has a requirement to service and maintain all institutional diesel engine emergency power electrical generators according to CSA standard C282-15. The work will involve the following:
1.1 Background
There are 10 diesel generators located within three main CSC institution complexes in the Fraser Valley. This is a semi-annual and annual maintenance service requirement under CSA standard C282-15 tables 4 and 5 and must be completed by a qualified and experienced diesel generator service contractor.
1.2 Objectives:
To provide for each institution diesel engine emergency power electrical generator inspection and maintenance services according to a schedule to meet legislative requirements.
1.3 Tasks:
1.3.1 The Contractor must service each diesel engine emergency power electrical generator listed in Annex B according to CSA standard C282-15 section 11, Operation and Maintenance program tables 4 and 5.
1.3.2 The Contractor must perform the prescribed procedures as listed in Table 4 “semi-annual inspection, test and maintenance requirements” once a year six months prior to the annual service.
1.3.3 The Contractor must perform the prescribed procedures as listed in Table 5 “annual inspection, test and maintenance requirements” including a 2-hour full load test once a year, six months after the semi-annual service has been completed. This must include a live transfer test that the Contractor must coordinate with each institution site contact.
Note: Table 5 procedures exclude all services in section 7- Transfer Switches. The Contractor must not perform any maintenance services or inspection work on the transfer switch except a live transfer test as noted above. CSC will manage transfer switch service maintenance by other means.
1.3.4 During the Table 5 annual generator service visit at each institution, the Contractor must take samples of the engine oil, engine coolant and diesel fuel and send them for analysis by an ISO 17025 accredited laboratory. The Contractor must send the resulting reports to the institution contact for review.
a. The Contractor must take the diesel fuel samples from the outside diesel fuel storage tank(s) and the day/auxiliary tank (if applicable) at a depth equivalent to the fuel pick up line.
1.3.5 The Contractor must conduct a local chemical test (such as water finding paste) of the inside bottom of each diesel fuel tank (storage and day/auxiliary) on site during the annual service visit to test for the presence of water. The Contractor must read and interpret the test results on site who is conducting this specific simple water test. The costs associated with this local on-site water test must be included in the contract. The Contractor must include the results of the water tests on the final report.
1.3.6 The Contractor’s technician(s) performing the semi annual and annual maintenance services at each site must upon completion of each separate service visit, affix to the generator control panel a notice of service completion tag the Contractors technicians must stamp this tag with their ASTTBC registered fire protection technician stamp with their GS endorsement and include their initials where required.
1.3.7 The Contractor must provide and maintain a permanent log of all services the Contractor has provided as per CSA C282-15 section 11.1.2 Inspection, Testing and Maintenance log. The Contractor must ensure that this log will be kept in the main generator building at each institution.
1.3.8 The Contractor must perform the work during CSC’s normal operating hours Monday to Friday 8am to 4pm.
1.3.9 For safety and security, a CSC staff member will escort the Contractor while the Contractor is on the grounds of each institution during the service work.
1.4 Deliverables:
1.4.1 The Contractor must conduct one semi-annual table 4 service and one annual table 5
service on each generator as described in tasks 1.3.1 to 1.3.8 of this statement of
work, at each institution in each year of the contract.
1.4.2 The Contractor must provide qualified and competent technicians to carry out all work as per CSA standard 282-15 tables 4 and 5 - Semi-annual and Annual inspection, test and maintenance requirements and all other applicable referenced publications and standards.
1.4.3 In addition, all of the Contractor’s technicians performing the work under this contract must hold a current registration with the Applied Science Technologists and Technicians of BC (ASTTBC) as an registered fire protection technician (RFPT) with the generator systems (GS) endorsement.
1.4.4 The Contractor must supply all consumables such as engine oil and filters; tools, supplies, fluid sampling, speciality transformers for annual load testing such as the 4160 high voltage requirements for Matsqui Institution generator and all other load bank(s) and associated cables for all institutions.
1.4.5 The Contractor must comply with all federal, provincial and municipal regulations and hold all certificates and licences required for the performance of the work.
1.4.6 The Contractor must remove from each institution’s property, all waste products and rubbish resulting from the work and must recycle or dispose of them in accordance with all municipal, provincial and federal regulations and bylaws.
1.4.7 The Contractor must send Invoices and reports directly to each institution where the Contractor conducted each service visit.
1.4.8 The Semi-annual service table 4 invoice must be accompanied by a semi-annual check list report.
1.4.9 The Annual service table 5 invoice must be accompanied by an annual inspection check list report, a load test report, an engine coolant sample lab analysis report, an engine oil sample lab analysis report and all fuel sample lab analysis reports.
1.5 Location of work:
a. The Contractor must perform the work at all institutions as listed in Annex C
1.6 Language of Work:
a. The contractor must perform all work in English.
1.7 Travel:
a. No travel costs
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:
Period of the Contract: The Work is to be performed during the period of January 20, 2026 to January 19, 2029 with the option to renew for one (1) additional one-year periods.
File Number: 21807-25-0076
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 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).