Double Bunking Modifications at Springhill Institution
This requirement is for: The Correctional Service of Canada, Atlantic Region, Springhill Institution.
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 open to both Indigenous and non-Indigenous businesses. All interested suppliers may participate. However, suppliers are to note that this requirement is subject to a preference for Indigenous suppliers and will be set-aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if Canada receives two or more responsive bids from Indigenous businesses who meet the requirements of the PSIB.
Indigenous businesses that have not already registered in the Indigenous Services Canada (ISC) Indigenous Business Directory should do so. Additional information on the Indigenous Business Directory is available at the following link:
https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c3.
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.
1. Background:
To meet occupancy requirements, the Correctional Service of Canada requires the installation of a second cell bed in forty-nine (49) existing offender cells located in Living Unit 5 at the Springhill Institution in Springhill, Nova Scotia.
2. Objectives:
CSC will convert the Offender Cells within Living Unit 5 to accommodate double occupancy. The Contractor must supply the necessary furnishings (beds and ladders) above the existing cell bed as specified in the drawings and specifications provided to bidders during the tender process.
3. Tasks:
The Contractor must provide all materials and labour required to convert forty-nine (49) offender cells to double occupancy in accordance with the drawings and specifications and site conditions such as condition of existing bunks, variations in wall constructions and limited access to cells. Regular working hours are from 08:00AM to 04:00PM but could be affected based on unforeseen circumstances.
3.1 The Contractor must fabricate and supply:
a) forty-nine (49) steel upper cell beds with a primed finish,
b) forty-nine (49) steel ladders with a primed finish,
c) all necessary steel bracketry and hardware,
d) finish painting of all new cell furniture.
3.2 The Contractor must install the new upper beds and ladders in the assigned cells.
3.3 The Contractor must paint the new beds and ladders.
3.4 Material
a) The Contractor must use the following materials:
i. Hollow structural steel sections (H.S.S.) to ASTM-G40.17 Grade 50
ii. Cold rolled steel sheets to SAE 1008
iii. Steel angles for anchor brackets and steel bed frames to H.R A-36
iv. Fasteners are adhesive spiral HILTI HIT-HY or KWIK-X 12mm x75mm or approved equal
v. Prime paint must be one coat of paint compatible with finish paint
vi. Finish paint must be two coats of Benjamin Moore Superspec DTM acrylic gloss or equal
CSC will provide the exact paint color code.
3.5 Construction
The Contractor must ensure that:
a) All welded steel construction meets CSA W59-M1989 unless otherwise specified on CSC approved drawings.
b) Welds joining wall anchor brackets to bed frames are welded with continuous beads 70mm long spaced at a maximum of 150mm between beads.
c) Welds joining bed pan plates to bed frames and other welded fabrications are welded with continuous beads 40mm long spaced at a maximum of 120mm between beads.
d) Welds joining H.S.S. legs to bed frames and floor plates are continuous for the entire circumference of the seams.
e) Bed frame angles are mitred at the corners and all seams are fully welded.
f) Bed frame angles and bed pans are single pieces, splicing is forbidden.
g) Exposed welds are ground and sanded smooth, and all exposed sharp edges are dressed.
h) Prior to applying primer paint, all exposed surfaces are wiped down with chemical agents that support steel to primer adhesion.
3.6 Execution
a) The Contractor must install the upper cell beds and ladders.
b) The Contractor must verify cell dimensions on site and manufacture one mock up assembly in their fabrication shop. CSC will inspect and approve the Contractor’s mock-up assembly. The Contractor must wait until CSC has inspected and approved the mock-up assembly before moving to full production.
c) CSC must approve any Contractor shop drawings before the Contractor commences work.
d) The contractor must install the upper beds level and flush mounted to the wall.
e) The Contractor must install concrete anchors according to manufacturers instructions.
f) The Contractor must apply a tamper resistant security sealant to all accessible seams between the furniture, adjoining walls and floor to prevent concealment or tampering.
3.7 Upon completion of the work every day, the Contractor must remove all materials, tools and equipment from the area and perform a clean-up of the premises. The CSC Departmental Representative must review and approve all final work. The Contractor must correct any deficiencies noted and obtain the CSC departmental representative’s final approval prior to project completion.
3.8 The CSC Departmental Representative will be responsible to coordinate and provide security escort for the Contractor as required to comply with institutional security requirements.
4. Deliverables:
4.1 Contractor must supply all materials, tools, equipment and labour necessary to complete the work.
4.2 Prior to starting work, the Contractor must provide CSC with:
a) A list of all employees, including full names, company and employer details at a minimum of 48 hours in advance.
b) A list of all equipment and tools the Contractor will be bringing into the institution to perform the work, submitted at a minimum of 48 hours in advance.
4.3 The Contractor must provide a Site-specific Safety Plan to the Departmental Representative via email in pdf format.
•
4.4 The Contractor must guarantee all workmanship for a period of one year following acceptance by the Chief, Facilities Management or their delegate. The Contractor must correct any defects arising during this period at it's expense to the satisfaction of the Chief, Facilities Management or their delegate.
5. Locations of work:
The Contractor must perform the work at the Springhill Institution located at:
330 McGee Street,
Springhill NS
B0M 1X0
5.1 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:
Construction Time:
The Contractor must perform and complete the Work by July 31st, 2026.
File Number: 21207-26-5244178
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).