Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Fire Panel Upgrades - Bath Institution

Solicitation number 21423-24-4601703

Publication date

Closing date and time 2024/02/09 09:00 EST

Last amendment date


    Description

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to replace existing Siemens MXL Fire Alarms panels in Fifteen (15) locations at Bath Institution in Kingston, Ontario. This project is to upgrade with the migration of Siemens MXL to Desigo Modular system to maintain compliance monitoring and detections with the institution’s fire alarm/detection systems.

    The new Desigo Modular fire panel system is “Backward Compatibility” which means it allows for the straightforward replacement from the MXL System. All existing detection components already installed in the selected buildings in Bath, will operate directly with the new panels.

    Objectives: Provide the most up to date fire safety for the staff and inmates of Bath Institution.

    Deliverables:
    Contractor must comply with the following:
    The scope of the project includes the following:
    Supply all labour and materials to complete work.
    Supply and install Desigo Modular system upgrades to the replace the MXL systems in following locations:

    BB02:
    • Kitchen/CorCan
    BB03:
    • Accommodation Unit 1
    • Works
    BB04
    • Bath Powerhouse
    BB05:
    • Recreation
    BB06:
    • Informatics
    • Unit 2
    BB07:
    • Programs
    BB12:
    • Lower Unit 3
    BB18:
    • Visits & Correspondence
    BB19:
    • Admission & Discharge
    BB20:
    • Chapel
    BB24:
    • Upper 3
    BB26:
    • Education Center
    BB32:
    • Stores

    o Complete programming to be done on all above fire panel systems being installed.
    o New displays to be configured to existing panels and programmed to operate as intended.
    o Verification of all new equipment as per CAN/ULC.
    o Upgrade includes re-programming of existing custom configuration software, to maintain existing Sequence of Operation programming and ULC listing.
    o All fiber optic drivers/REP repeater boards remain.
    o Any Materials in operational condition and compatible with other detection systems at the institution to be handed over to CSC representative for spares or other uses.
    o All existing conduit, wiring, signaling devices, sprinkler switches, etc will remain.
    o Perform any required misc. electrical work (i.e., 120 VAC isolation) during panel upgrades.
    o Contractor is responsible for all expenses associated with any required testing and/or permits associated with this project.
    o During the Warranty period, the supplier must be able to maintain the newly installed equipment, having access to Siemens support services such as.
    a. Marketing Updates.
    b. Firmware or software releases.
    c. TechALERT notices.
    d. Product Application notices.

    It is mandatory that the Bidder or a representative of the Bidder visit the work site. Arrangements have been made for the site visit to be held at Bath Institution at 5775 Bath Road Millhaven ON, K0H 1G0 on January 30th, 2024. The site visit will begin at 9:00 am, at the main entrance.

    Bidders must communicate with the Contracting Authority no later than January 26th, 2024, at 9:00 am to confirm attendance and provide the name(s) of the person(s) who will attend. Bidders will be required to sign an attendance sheet. Bidders should confirm in their bid that they have attended the site visit. Bidders who do not attend the mandatory site visit, do not send a representative, or do not sign the attendance sheet will not be given an alternative appointment and their bid will be declared non-responsive. Any clarifications or changes to the bid solicitation resulting from the site visit will be included as an amendment to the bid solicitation.

    Contract duration

    The estimated contract period will be 1 month(s), with a proposed start date of 2024/02/16.

    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

    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
    Correctional Service Canada
    Address

    445 Union Street, West

    Kingston, ON, K7L 2R8
    Canada
    Contracting authority
    Darrin Molleson
    Phone
    (613) 329-1381
    Email
    darrin.molleson@csc-scc.gc.ca
    Address

    445 Union Street, West

    Kingston, ON, K7L 2R8
    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
    001
    English
    14
    001
    French
    1
    001
    English
    9
    001
    French
    1

    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
    Directed Contract
    Language(s)
    English, French
    Region(s) of delivery
    Kingston
    Region of opportunity
    Kingston
    Contract duration
    1 month(s)
    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: