Perimeter MDS & PA System

Solicitation number 21120-174683/A

Publication date

Closing date and time 2017/06/02 15:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    AMENDMENT 3 ISSUED TO EXTEND THE SOLICITATION CLOSE DATE
    ++++++++++++++++++++++++++++++++++++++++++++++++++++++
    
    Perimeter MDS & PA System
    
    21120-174683/A
    McLaughlin, Michael
    Telephone No. - (819) 420-0330
    
    CSC has a requirement to replace the existing buried cable volumetric Motion Detection System (MDS) and Head End switching equipment associated with the PIDS PA system at Drumheller and Bowden
    
    Institutions. The existing PIDS MDS and PA were installed in Drumheller in
     2000 and Bowden in2002. The MDS is reaching the end of its service life. The PA speakers along the perimeter of the Institution and theassociated cabling to the switcher in the CER are still functioning and do not need to be replaced. However, the PA Amplifier, switchingcapability and the connection to the PIDS/FAAS need to be replaced. 
    
    Drumheller Institution - Drumheller Institution is in Drumheller, Alberta. It is a medium and minimum security facility. Inmates are housed in direct observation living units or residential houses. 
    Currently construction is complete on a new 96 bed medium living unit. A new 50-b
    ed minimum unit was completed in 2014.  At the same time, Drumheller is 
    expanding the correctional and rehabilitation programs that they offer. 
    
    
    Bowden Institution 
    Bowden Institution is in Innisfail, Alberta. It is a medium and minimum 
    security facility. Inmates arehoused in direct observation living units 
    or residential houses.  Currently construction is complete on one new 
    96 bed mediumliving unit. Work is due to be completed in 2014-2015. A new 50 bed minimum living unit was completed in January 2012.  Bowden isalso currently expanding the correctional and rehabilitation programs that
     they offer. This Statement of Technical Requirements (STR) willcover the technical requirements for the required work.
    
    It is mandatory that the Bidder or a representative of the Bidder visit 
    the work site.  Arrangements have been made for site visits to be held at: Drumheller March 22nd @ 9:00am& Bowden March 23rd @ 9:00am. Interested Bidders shall meet at the Principal Entrance:
    
    Locations:
    
    1) Drumheller Institutionisin Drumheller, Alberta.  It is a medium and minimum security facility;
    
    Drumheller Institution 
    Highway #9
    PO Box 3000
    Drumheller, Alberta
    T0J 0Y0
    Tel: (403) 823-5101
    Fax: (403) 823-8666
    
    2) Bowden Institution is in Innisfail, Alberta.  It is a medium and minimum security facility
    
    Bowden Institution
    Highway #2
    PO Box 6000
    Innisfail, Alberta
    T4G 1V1
    Tel: (403) 227-3391
    Fax: (403) 227-6022
    
    
    Bidders will be required to sign an attendance form at each site visit. 
     Bidders should confirm in their bids that they have attended the site visit.  Bidders who do not attend or send a representative to the sitevisit will not be given an alternative appointment and their bids will be rejected as non-compliant.  
    
    The onus is on the biddersto arrive at the site visit in a timely manner.  Bidders arriving late may not be permitted to attend the site visit.
    
    The Bidder must have at least one attendee at the site visit.  
    
    It is also a mandatory condition of this requirement that all attendees 
    have a site clearance for each location prior to the site visits.  To apply for the site clearances, the Bidders must complete a CPIC Clearance Request form (preferably in typed format) for each inst
    itution and submit the duly completed and signedforms by each participant, by fax to (819) 953-4944 or by e-mail to michael.mclaughlin@pwgsc.gc.ca.  It is a mandatorycondition that the CPIC Clearance Requests and a copy of the participants Driver’s License be sub
    mitted for each site visit. It is requested that the CPIC Clearance Requests and a copy of the participants Driver’s License be received by th
    is office no later than March 10th 2017.  Site Clearance Request Forms and the participants Driver’s License received after March 10th 2017 will not be accepted.  A site clearance obtained for work performed under similar requirements is not acceptable.   Bidders are requested to cle
    arly identify the name of the participant, the name of the company they 
    represent, telephone number, facsimile number and e-mail address.
    
    Bidders should submit in writing to the Contracting Authority, a list 
    of issues that they wish to table and the languagethey would like to address questions and answers, no later than five (5) calendar days prior to the scheduled site visit.
    
    Bidders are advised that any clarifications or changes resulting from the site visit shall be included as an amendment to the bid soli
    citation document through buyandsell.gc.ca.
    
    As proof of attendance, the Bidder must sign the attendanceform 
    provided by the CSC representative at the site visit.
    
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    McLaughlin, Michael
    Phone
    (819) 956-3622 ( )
    Email
    michael.mclaughlin@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St./11, rue Laurier
    7B3, Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    005
    French
    0
    004
    French
    1
    005
    English
    16
    004
    English
    14
    003
    French
    1
    003
    English
    15
    002
    French
    2
    002
    English
    12
    001
    French
    0
    001
    English
    18
    000
    French
    4
    000
    English
    57

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: