Electrical Repair

Solicitation number 21833-23-0169

Publication date

Closing date and time 2024/05/24 17:00 EDT

Last amendment date


    Description

    Electrical Repair – Mountain Institution

    This requirement is for: The Correctional Service of Canada.

    Trade agreement: Canadian Free Trade Agreement (CFTA)

    Tendering procedures: All interested suppliers may submit a bid.

    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 400A 3Ph breaker that supplies power to Kiosk SK-1 (located near Living Unit 1) of Mountain Institution has been experiencing irregular tripping, particularly more frequently during the rainy season.

    Professional contractors have recently conducted tests on the feeder wires and confirmed that they have failed the insulation tests.

    The underground conduits from the powerhouse to Kiosk SK-1 span approximately 380m, with the existing feeder consisting of 4 x 500MCM RW90 – 1000V copper wires.

    To ensure the safety and continuous operation of the power distribution system, CSC must replace the current copper feeder wiring between the Powerhouse and KIOSK SK-1.

    Objectives:

    The Contractor must perform the following tasks:

     Thoroughly assess the site conditions.
     Submit lock out procedures, professional liability insurance, health and safety plan and all documentation required to CSC.
     Submit shop drawing of proposed new wires for approval before ordering material.
     Remove existing wiring and install new copper wiring of the same type and size (4x500MCM RW90 – Copper – 1000V). The approximate length of the existing wire is 380 meters (times four). The Contractor must verify the exact length required prior to ordering materials. The new wires must be CSA listed / ULC approved. Additionally, the Contractor must supply a new bare copper bonding wire (sized per CEC) along the existing conduits' route, connecting it to both ends and to the metal parts of the manholes along the path.
     Clean and re-use existing underground conduits and clean up existing underground manholes between the powerhouse and Kiosk SK-1. If any problems arise with the existing conduits, the Contractor must notify the departmental representative before continuing with the task.
     Prior to terminating the new wires at both ends, conduct continuity and insulation (1000V megger) tests on the new wires. The Contractor must submit a copy of the test reports upon completion.
     Dispose of any waste material, created during installation, from the site. Existing cables to be assessed by Departmental Representative and the Contractor to determine if there is any value in keeping at site for future repairs.
     Coordinate power shutdown of main distribution board in the powerhouse and the restoration of utility power with the Institution. The Contractor must provide 96 hours’ notice to the Departmental Representative before the power shutdown. The power shut down can take place on a weekday during the institutions normal business hours, 07:30 – 16:00 hours. One power shutdown is allotted for the Contractor for site termination breaker within the main distribution panel.
     Check and verify the phase rotation of the feeder before and after the replacement of the wires.
     Check and confirm the existing lugs at the terminals on both ends and replace where required.
     Adhere to the facility's entry procedures and protocols for bringing tools, equipment, and vehicles to the site.

    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 Contractor must perform and complete the Work within seven (7) months from the date of notification of acceptance of the offer.

    File Number: 21833-23-0169

    Contracting Authority: Katie McKeever
    Telephone number: 236-380-2294
    E-mail: Katie.McKeever@CSC-SCC.GC.CA

    NOTE TO BIDDERS: Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice.

    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:
     Overview of the federal government contracting process;
     Searching for opportunities on the Buy and Sell - Tenders website;
     Bidding on opportunities;
     Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    The estimated contract period will be 7 month(s).

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Regional Headquarters Pacific
    Address

    100 - 33991 Gladys Avenue

    Abbotsford , British Columbia, V2S 2E8
    Canada
    Contracting authority
    Katie McKeever
    Phone
    (236) 380-2294
    Email
    Katie.McKeever@csc-scc.gc.ca
    Fax
    604-870-2444
    Address

    Mountain Institution 4732 Cemetery Road

    Agassiz , British Columbia, V0M 1A0
    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.

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    British Columbia
    Region of opportunity
    British Columbia
    Contract duration
    7 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.