SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Stranded Energy in Lithium-ion Energy Storage Systems

Solicitation number T8080-230227

Publication date

Closing date and time 2023/12/18 14:00 EST

Last amendment date


    Description

    Stranded energy (SE) refers to electrical energy that remains inside a battery when there are no
    immediate means to discharge it, even when the battery is completely disconnected. Lithium-ion
    batteries are commonly used in ESS, however, in situations such as accidents or at end-of-life, the
    presence of SE can pose a significant safety risk during transportation (e.g., electrocution of personnel
    handling the battery, or thermal runaway events). SE can be difficult to assess and remove, especially in
    situations where the battery management system (BMS) is damaged, inaccessible, or simply not present.

    TC would like to focus on large, high voltage (greater than 100Wh, above 100V-400V) lithium-ion ESS, as the intent is to study ESSs where SE may pose significant hazards to humans or the environment due to shock or fire. Lithium-ion batteries less than 300Wh are considered small batteries and should be excluded for the scope of the study. The key objective is to define hazards and challenges of dealing with SE as it relates to transportation depending on the type of ESS (grouped by size, use, cell form-factor/chemistry, etc.) and condition of the battery (end of life, post incident, defective), rather than focusing on any particular type of ESS (e.g., electric cars).

    Transport Canada (TC) would like to better understand the hazards related to the presence of stranded energy (SE) in lithium-ion energy storage systems (ESS) during transportation and related handling and storage, and how these hazards vary by battery characteristics and environmental factors. The study should also explore strategies (including specific technologies for hazard reduction) as it relates to transportation of ESS with SE.

    Thus, the objective of the study is to:

    1. Define the hazards caused by SE during transportation of lithium-ion ESSs and how they may vary depending on ESS type (electric vehicle (EV), solar installation, etc.), specification (voltage, capacity, chemistry), mode of transportation (excluding marine) and state of the ESS (end of life, post-incident, defective).

    2. Identifying strategies/technologies for managing SE (i.e., would it be safer to leave the SE in the battery during transport or are there safe and practical means to remove the SE?) to reduce hazards and mitigate potential risks. This may include recommendations on potential areas of additional research.

    For the purposes of this scope of work, “lithium-ion ESSs” include high voltage (above 100V-400V) lithium-ion batteries larger than 300Wh. The intent of this study is to focus on ESSs where SE could pose a serious safety hazard.

    As part of identifying hazards of SE and gaps that may exist in achieving safe transportation of these ESSs, it is important to understand the relevant regulations, standards, and industry best practices currently in place. To support this aspect of the study:

     TC will provide an overview of the current requirements for transporting lithium-ion batteries (including when damaged or defective), and electric vehicles under the Transportation of Dangerous Goods Regulations.

    TC is aware of current studies related to SE that center around emergency response to EV accidents, economical methods to de-energize small lithium-ion batteries for bulk transport at end of life and scanning technologies for battery health and re-use. To reduce duplication of work, this study should not focus on these topics.

    Contract duration

    The estimated contract period will be 10 month(s).

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • 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
    Transport Canada
    Address

    330 Sparks Street

    Ottawa, Ontario, K1A 0N5
    Canada
    Contracting authority
    Natasha Blackstein
    Phone
    (343) 550-2321
    Email
    natasha.blackstein@tc.gc.ca
    Address

    330 Sparks Street

    Ottawa, Ontario, K1A 0N5
    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
    36
    001
    English
    16
    001
    French
    4
    001
    French
    4

    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
    Canada
    Region of opportunity
    Canada
    Contract duration
    10 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and 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: