Inspection and Maintenace of the Fire Alram System at the Alantic Institution

Status Awarded

Contract number 21207-22-3953142

Solicitation number 21207-22-3953142

Publication date

Contract award date


    Description

    This contract was awarded to:

    D and L Engineering Sales Ltd

    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:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    The Correctional Service Canada (CSC) has a requirement to maintain the Atlantic Institution fire alarm system as per proper Codes and Standards. CSC does not have this expertise in house.. Atlantic Institution facility has been opened since 1987 with rated occupancy capacity of 331 inmates. The work will involve the following:

    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 programming, configuring and upgrading the Fire Alarm System.

    This standing offer will be use to bring the equipment operational if it is not functioning per intended design. 

    1.  Tasks:

    The entire Fire Alarm System must be inspected and tested yearly in accordance with most recent CAN/ULC code. 

    The contractor must provide emergency service during regular hours with an on-site response time of four (4) hours or agreed upon response time with Technical Authority.

    The contractor is required to repair or replace worn or defective parts of the system(s) using only new, genuine manufacturer’s replacement parts.

    1.  Expected results:

    The Fire Alarm System must be inspected, tested, maintained, repaired and upgraded as per the appropriate codes and standards.

    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 facilities for the duration of the contract.

    1.4 Deliverables:

    1.4.1 The Contractor must coordinate any work with the Technical Authority to ensure proper notification procedures are in place to avoid false alarm during the inspection and testing. 

    The Contractor must not leave the Fire protection and alarm system inactive at end of working day without authorization from the Technical Authority. 

    1.4.2 Manufacturer equipment

    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 ensure the manufacturer’s recommendations are submitted to the Technical Authority for review to maintain the equipment at its original performance level to provide trouble-free operations.

    The manufacturers may possess Proprietary Rights on some or all of the equipment listed in Table 1 – Fire Alarm Panel Components. Should a need arise to test, inspect, reconfigure, replace or reprogram such equipment, the Contractor must advise the Technical Authority prior to performing any work.

    1.4.3 Replacement Parts 

    The contractor must repair or replace worn or defective parts of the system(s) using only new, genuine manufacturer’s replacement parts. 

    The contractor must request direction from the Technical Authority prior to replacing any component. 

    The Contractor must maintain a sufficient supply of replacement parts to prevent extended downtime who. The Contractor must replace defective parts within twenty-four (24) hours or with timeframe approved by the Technical Authority.

    1.5 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:

    1. The Contractor must perform the work at :

      Atlantic Institution

      13175 Route 8

       Renous NB E9E 2E1

    b. Travel

    No travel is anticipated for performance of the work under this contract.

    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.

    The contractor’s technicians are required, upon arrival to the site facility to provide identification (ID) and log into the institutional Visitor’s Register maintained at the Principal Entrance, registering their names, times of arrival and departures in accordance with security requirements.

    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:

    Experience:

    The supplier must have five (5) years experience within the last eight (8) years prior to the ACAN closing date conducting Fire Alarm inspection as per CAN /ULC-S536-04 Inspection and Testing of Siemens XLS Fire Alarm system.

    Professional designation, accreditation and/or certification:

    The supplier must supply a document from Siemens certifying that their Technicians are authorize and have been trained to service this alarm system.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s):

    Canadian Free Trade Agreement (CFTA);

    Canada-Korea Trade Agreement.

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of 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 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 person 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:

    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:

    (ii) the protection of patents, copyrights, or other exclusive rights;

    (iii) due to an absence of competition for technical reasons;

    Canada-Korea Free Trade Agreement (CKTA),

    b. where 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:

    ii. the protection of patents, copyrights or other exclusive rights; or

    iii. due to an absence of competition for technical reasons.

    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 1 year, from the contract award date to February 13, 2023 with an option to extend the contract for two (2) additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $329,492.50 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: D and L Engineering Sales Ltd

    Address: 58 McQuade Lake Cres.

    Halifax NS B3S 1G8

    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 May 6th, 2022 at 2:00 PM ADT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Matthew Couture

    Regional Contract Officer

    1045 Main Street, 2nd Floor

    Moncton NB E1C 1H1

    Telephone: 506-378-8730

    E-mail: matthew.couture@csc-scc.gc.ca

    Business address
    58 McQuade Lake Cresent
    Halifax, NS, B3S 1G8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • 5164D - Fire Alarm System Maintenance (building related)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Couture, Matthew
    Phone
    506-378-8730
    Address
    1045 Main Street
    Moncton, NB,

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada