Overdose Prevention Room (OPS)

Solicitation number 21407-24-4326685

Publication date

Closing date and time 2023/03/24 14:00 EDT

Last amendment date


    Description

    Overdose Prevention Site (OPS)

    This requirement is for: The Correctional Service of Canada, Collins Bay Institution located in Kingston ON.

    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 Correctional Service Canada has a requirement for the services of a qualified general contractor to make modifications to the existing Medical Centre in building CBA14 within Collins Bay Institution located in Kingston ON.

    Objectives: To provide a temporary safe injection space for offenders in the Healthcare Department at Collins Bay Institution.

    Deliverables:

    The Contractor must:

    Nurses Station
    • Supply and install new slab-to-slab partition walls with 38x140mm steel stud at 405mm On Centre (O.C) with 15.9mm abuse-resistant gypsum board on 15.9mm plywood both sides, affixed to concrete slab below and deck above. Secure top and bottom steel stud track to both slabs at 300mm O.C using expanding mechanical fastener. Allow for framing around existing services that are to remain at ceiling level. The layout must be in accordance with agreed drawing.
    • Paint all new surfaces and items unless pre-finished. The project authority will determine the colours.
    • Patch and Repair all affected existing finishes and surfaces, including paint, flooring, ceiling tiles and wall base.
    • Modify existing acoustic ceiling tile grid to accommodate new walls as well mechanical and electrical equipment and systems. Provide new matching ceiling tiles and grid components as necessary. Revise lighting (including switches) as required; the new fixtures must match existing ones.
    • Revise the fire suppression system in accordance with applicable codes.
    • Supply and Install new one full height 2134mm h X 880 mm wide hollow metal door that matches the existing one, single side light – Georgian Wire, Lever handle to support BEST core, Best core. The institution will supply and install the BEST core.
    • Supply and install new rubber cove base on both sides of new partition walls, Cove Base colour must match the existing colour.
    • Supply and Install new electrical outlets X2 and LAN X2 in accordance with agreed drawing.
    • Supply and install new emergency lighting in accordance with agreed drawing.

    Injection Rooms: 114A/114B
    • Remove and dispose of current drop ceil system in rooms 114A and 144B. Supply and install new suspended ceiling with 38 x140mm steel studs at 405 mm O.C with 15.9 mm abuse resistant gypsum board on ¾ -9F expanded metal mesh. Expanded metal mesh must be secured with welds or rivets. Ceiling height 2743.2 mm above finished floor (AFF).
    • Ventilation – Remove and dispose of current ceiling mounted ventilation covers in rooms 114A/114B. Bring ductwork back to partition wall. Supply and install new wall mounted ligature resistant security ventilation covers (S or V-type grille) in all cells. The contractor must install grilles in accordance to CSC’s Technical Criteria Document (TCD) (Section M-4).
    • Lighting – Remove and dispose of current fluorescent lighting in rooms 114A/114B. Supply and install 1X new ceiling mounted LED vandal resistant light fixtures in each identified room.
    • Replace existing fire sprinkler heads with flush-mount, tamper resistant sprinkler heads in each identified room.
    • Supply and install one 10ga Stainless desk (762 mm x 1219 mm) secured to floor with tamper proof fasteners.
    • Remove and dispose of existing wood office doors and frame in rooms 114A and 114B, supply and install new observation style detention doors and frames in accordance with CSC’s TCD ( see attached appendix)
    • Walls – Paint all new surfaces and items unless pre-finished; Colours must match existing. Existing wall finishes to remain unless the project authority authorizes a change in finishes.
    • Supply and install new rubber cove base in rooms 114A/114B, Cove Base colour must match existing.
    Delivery and Security
    • All of the contractor’s employees entering the facility must report to the main entrance and pass through all security devices and screening before reporting to the identified work area.
    • The contractor’s employees must assemble at the main entrance. CSC will provide an escort, who will remain with them at all times during the installation process.
    • At any time any CSC officer may require the contractor’s employees to submit to a search if deemed necessary by that officer.
    • Employees must be aware that a tobacco ban is in effect on CSC facilities. No smoking materials are permitted in the institution.
    • Unauthorized cell phones, laptop and cameras are not permitted.
    Material Requirements
    Contractor must provide all personnel, tools, services, supplies, materials, supervision and equipment to complete the work as described. All material shall be new.

    Requirements and Considerations
    Contractor shall comply with the following:

    Submittals:
    • Contractor must submit shop drawings for approval prior to fabricating and ordering materials.
    • Contractor must provide Material Safety Data Sheet (MSDS).
    • The contractor must complete all work without delay and provide a project schedule five (5) business days after award of contract for the project authority’s approval, prior to commencing work. The schedule must include the following; start date, hours of work, names of those who require entry, milestone dates and completion date.
    • Contractor must submit health and safety plan (including fire emergency plan) .This plan must identify any hazards and details on how these hazards will be mitigated.
    • Contractor must submit plan for the project authority’s to maintain operation of the building during construction.
    • The contractor’s Health and Safety Plan must include the CCA COVID19 Standardized protocols for Construction Sites.
    • Contractor must submit an Environmental Protection Plan that identifies tasks to be performed, associated potential risks and mitigation measures to address those risks, including addressing spill potential, risk protection and response associated with any vehicle fluids from elevating devices and delivery trucks. The contracting authority must submit a waste management plan (including a copy of waste manifests).
    • The Contractor must ensure that Transportation of Dangerous Goods regulations are followed. Institution may request qualification proof for transporter.

    Safety:
    • The contractor must comply with all applicable Federal and Provincial safety codes.
    • The contractor must maintain compliance with site procedures regarding potential hazardous work locations and situations.

    Certificates, Inspections, Standards, Codes of Practice and Regulations:
    • All work must comply with any applicable federal or provincial, or territorial regulations. The contractor must provide documentation confirming compliance to the project authority.
    • All of the contractor’s work must comply with the National Building Code or Ontario Building Code – whichever one has more stringent requirements.
    • The contractor must install all new materials in accordance with manufacturer’s specifications, engineering standards, building codes, and best practices.
    • Contractor must submit a Notice of Project to the Ministry of Labour prior to starting the project that meets the standards set out in section 6(1) of the Regulations for Construction Projects, O.Reg 213/91 (the Regulation). The contractor must provide proof of this notification to the Project Authority prior to commencing work.

    Workmanship and Housekeeping:
    • Contractor must provide all necessary equipment and materials to complete the work as described in the scope of work.
    • Any equipment the contractor damaged in the course of this project is to be repaired and restored to normal operation by the contractor at no cost to CSC.
    • Workmanship must be of the highest standard and must meet all industry standards.
    • The contractor must keep the worksite clean and neat and upon project completion the workplace area must be clean, free of post construction materials and returned to original integrity.
    • If the contractor must complete work in an occupied area, then construction area must be boarded off and institutional property must be protected from damage and dust.
    • Contractor is responsible for taking accurate measurements.
    • The project authority, or their representative, will visually inspect all work and the work site and the contractor must complete the work and clean up the site to the satisfaction of project authority prior to project closeout.

    Tool Control:
    • The contractor must submit a complete tool list (tool list requires the project authority’s approval prior to commencement of work) and only bring necessary tools into the institution.
    • A daily tool list must be provided upon entry and all tools must be accounted for at the end of day.
    • Any scrap material (including, but not limited to wiring, pipe) must accounted for and cleaned up.

    Site Access:
    • The contractor must perform the work during CSC’s regular working hours of 0800 – 1530 Monday –Friday.
    • The institution’s Sally-port hours are Monday – Friday 08:15 – 15:45
    • The contractor’s employees must have up to date photo identification for entry into the Institution.

    Additional work or delays:
    • Any additional work beyond that described in this scope of work must first be approved by the project authority, and the contracting authority will include any additional work in a contract amendment prior to commencement.
    • The contractor must verbally report, with a follow-up in writing, any circumstances that cause delay during the project to the Project Authority as soon as the circumstance is discovered.

    Disposal or removal of materials:
    • The contractor must carry out disposal of any removed material using the highest standard in regards to landfill waste diversion, reusing, recycling, and comply with applicable transportation and environmental legislation (federal and provincial).
    Location of Work
    Collins Bay Institution, 1455 Bath Road, Kingston, Ontario K7L 4V7

    Site Meeting
    There will be an optional site visit for bidders

    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:

    Construction Time:
    The Contractor must perform and complete the Work within 6 weeks from the date of notification of acceptance of the offer.

    File Number: 21407-24-4326685

    Contracting Authority: Elizabeth Lake
    Telephone number: 613-328-9647
    E-mail: Elizabeth.lake@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).

    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 1 month(s), with a proposed start date of 2023/03/29.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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 Services of Canada
    Address

    445 union street west

    Kingston, Ontario, K7L 2R8
    Canada
    Contracting authority
    Elizabeth Lake
    Phone
    (613) 328-9647
    Email
    elizabeth.lake@csc-scc.gc.ca
    Address

    445 union street west

    Kingston, Ontario, 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
    8
    001
    French
    1
    001
    English
    5
    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
    Directed Contract
    Language(s)
    English
    Region(s) of delivery
    Ontario (except NCR)
    ,
    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: