Elevator Inspection and Maintenance - Parrtown CCC

Status Awarded

Contract number 21207-22-3742572

Solicitation number 21207-22-3742572

Publication date

Contract award date

Contract value

CAD 18,607.00

    Description

    This contract was awarded to:

    TK Elevator (Canada) Limited

    This requirement is for : The Correctional Service of Canada, Community Correctional Centre
    (CCC) Parrtown located in the town of Saint-John NB, Atlantic Region.
    Trade agreement: Canadian Free Trade Agreement (CFTA), Canada free trade agreements with
    Chile/Colombia/Honduras/Panama.
    Tendering procedures: All interested suppliers may submit a bid.
    Competitive Procurement Strategy: lowest priced compliant bid.
    Set-aside under the Procurement Strategy for Aboriginal Business:
    This procurement is not subject
    to any set-asides for Aboriginal 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.
    Objectives:
    The Contractor must provide all labour, materials, tools, supervision and equipment necessary for
    inspection, testing, maintenance, repair and upgrade of the elevating device at Parrtown CCC.
    Tasks:
    The Contractor must regularly and systematically maintain the elevator at the frequency specified in the
    Equipment table.
    The Contractor must advise the Departmental Representative of the telephone number at which their
    representative may be contacted 24 Hours a day, 7 days a week.
    The Contractor must respond to service calls 24 hours/day, 7 days a week. For any service calls outside
    regular hours, the Contractor must contact the Departmental Representative on the first working day
    following the service call to obtain a work order number.
    The Contractor must report to the site with a service vehicle which is well stocked with replacement parts
    to carry out repairs on the elevating device in use at the site.
    The Contractor must remove and dispose of debris, used and obsolete material after each service call.
    The Contractor must co-ordinate with and assist the enforcing/inspection authority in the performance of
    the inspection and testing of equipment when required.
    Upon arrival to the site, the Contractor’s technicians must provide identification (ID) and log into the
    institutional Visitor’s Register maintained at the site’s Principal Entrance.
    Upon arrival to the site, the Contractor must submit a complete tools list. The Contractor must report any
    missing or lost tools to the Correctional Manager desk.
    After each visit, the Contractor must provide to the Department Representative a service report containing all
    details of work performed and record all interventions into the logbook supplied for the elevating device.
    The Contractor must provide a list of defects, deficiencies, or both discovered during the visit with
    recommended corrective action including a cost estimate (labour and materials) to correct any deficiencies.
    The Contractor must send all maintenance activities reports to the following email: GENATLRHQTechServ@csc-scc.gc.ca. The Contractor must submit all documents within the reports in Adobe
    Acrobat PDF format.
    Replacement Parts:
    The Contractor must repair or replace worn or defective parts of the elevating device using only genuine
    manufacturer’s replacement parts.
    The Contractor must only use replacement parts by another manufacturer with prior written permission of
    the Departmental Representative.
    The Contractor must request written approval from the Departmental Representative prior to replacing any
    component when the estimated cost of the overall work is $500.00 or more.
    The Contractor must maintain a sufficient supply of replacement parts to prevent extended downtime. The
    Contractor must replace defective parts within twenty-four (24) hours or within the timeframe approved by
    the Departmental Representative.
    Log Books:
    The Contractor must supply a Maintenance Control Program logbook approved by the provincial Chief
    Elevator Inspector for the elevator.
    The Contractor must keep this logbook on site in the equipment room or readily available electronically.
    The Contractor must notify the Technical Authority of missing logbooks immediately. CSC will not make
    any payments if the logbook is incomplete. The log must include at a minimum the following information:
     the date on which an inspection, testing and maintenance exercise was carried out;
     the name(s) of the person(s) who performed the inspection, testing and maintenance;
     replacement parts list; and
     notes on any unsatisfactory conditions observed or discovered and the steps taken to
    correct such conditions
    Compliance Requirements:
    The Contractor must conform to the following Codes and Standards applicable at the time of installation or
    alteration:
    - CAN/CSA-B44, Safety Code for Elevators, Escalators, Dumbwaiters, Moving Walk and
    Freight Platform Lifts. (Including all Appendices)
    The Contractor must perform all applicable tests as per Canadian Standard Association, at the required
    frequency applicable to the equipment. The Contractor must perform these tests during the scheduled
    services at the frequency stated in Annex A.
    The Contractor must comply with the Canada Labour Code Part II and the Canada Occupational Health and
    Safety Regulations.
    The Contractor must comply with the Provincial Occupational Health and Safety Act and following
    Occupational General Safety Regulations.
    The Contractor must comply with the Provincial legislation on Elevating Devices applicable to the site where
    work is taking place.
    The Contractor and their personnel must adhere to the Federal Government ‘No Smoking’ policy and
    scent free policy while in Federal facilities where applicable.
    The Contractor must have certified technicians performing the work as per applicable provincial
    requirements. The technicians must maintain their certification to work in CSC facilities.
    The Contractor must comply with the institutional requirement for the conduct of searches prior to
    admittance to the Community Correctional Centre. CSC reserves the right to deny access to any
    Community Correctional Centre or part thereof of any Contractor personnel, at any time. The Contractor
    will be under direct escort by commissionaires or a CSC delegate.
    Access to facilities:
    The Contractor must perform all work during CSC’s regular working hours (07:00 to 17:30 hours) Monday
    to Friday. If work is required outside of regular working hours, the Contractor must make alternate preapproved arrangements with the Departmental Representative.
    The Contractor will be subject to local security requirements that can vary from moment to moment
    depending on offender activities and security operations. The Contractor may be faced with delay or
    refusal of entry to certain areas at certain times although prior arrangements for access may have been
    made.
    In the event the CCC is closed, the Contractor must immediately notify the Site Authority or their delegate
    upon arrival. CSC will compensate the Contractor for the time required to return at their closest business
    location or for a maximum of 2 hours whichever is less.
    Term of Contract:
    Period of the Contract: The Work is to be performed during the period of June 1st, 2021 to May 31st, 2022
    with the option to renew for four (4) additional one-year periods till 2026
    File Number: 21207-22-3742572
    Contracting Authority:
    Jason St-Onge
    Telephone number:
    (506) 851-3093
    Facsimile number:
    (506) 851-6327
    E-mail:
    Jason.st-onge@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 Buyandsell.gc.ca/tenders.
    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).
    Given the nature of the requirements, proposals submitted by such means as facsimile or by mail will not
    be accepted.
    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.
    The Office of Small and Medium Enterprises (OSME) 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).

    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • JX3960A - Elevators - Repair
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    StOnge, Jason
    Phone
    506-851-3093
    Address
    1045 rue Main
    Moncton, NB, E1C 1H1
    CA

    Buying organization(s)

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