Low Lift Intake – Screen Replacement and Commissioning of Chlorine Injection

Solicitation number 21450-25- 4623906

Publication date

Closing date and time 2024/02/22 13:30 EST

Last amendment date


    Description

    Nature of Requirements:
    The following is a summary of the statement of work for this requirement.
    The Correctional Service of Canada (CSC) requires the services of a qualified contractor to replace the existing intake screen, provide a complete inspection of the intake line and chlorine feed line, repair existing shear in the piping and repair and commission the chlorine injection system at Joyceville Institution low lift intake.

    Background
    The existing intake screen at the intake structure is in poor condition and requires replacement. A previous inspection and cleaning of the intake line uncovered a shear in the intake line pipe just outside the low lift building (approx. 5 m into the inspection) that is attributed to settling of the building. Accumulation of zebra mussels in the intake line has prompted the repair and /replacement of the chlorine injection system as a zebra mussel deterrent. CSC can provide the inspection report can be provided upon request.

    Objectives:
    The Contractor must replace the existing intake screen, provide a complete inspection of the intake line and chlorine feed line, repair existing shear in the intake piping and repair and commission the chlorine injection system at the Joyceville Institution low lift intake.

    Scope of Work:
    • Supply and replace intake line screen as per Specifications and Drawings.
    • Repair the break/ or shear in the intake line as per Specifications and Drawings.
    • Repair/ or replace the chlorine injection intake system and associated controls as a zebra mussel deterrent as per Specifications and Drawings.
    • Must provide full inspection of the chlorine injection system as per Specifications and Drawings.
    • Provide continuous water supply to the Institution for the duration of the construction as per Specifications and Drawings.
    • The Contractor must not begin any work that disrupts the operation of the Institution and Water Plant until all required materials and /supplies are on site.
    • Environmental Mitigation Measures Form – The Contractor must follow mitigation measures and best practices as per the Environmental Mitigation Measures Forms in compliance with the Impact Assessment Act (IAA) requirements. The Contractor must provide a detailed Construction Plan that outlines associated risks during construction and how the Contractor will mitigate those risks. The mitigation measures must be based on an understanding of Species at Risk in the Area. The Contractor must allow two (2) weeks for review of the Construction Plan.
    • All Work must meet Ministry of Environment, Conservation and Parks Design Guidelines for Drinking Water Systems (Ontario).
    • All work must meet applicable criteria outlined by Fisheries and Oceans Canada (DFO).
    • Detailed project requirements are found Annex E – Technical Specifications and Annex F – Engineered Drawings of the invitation to tender document:

    Technical Specifications:
    o Request for Proposal (RFP) from consultant.
    o Section 01 30 00 – Mobilization/Demobilization.
    o Section 02 06 00 – Special Project Procedures for Correctional Service Canada Security Requirement.
    o Section 01 35 43 – Environmental Procedures.
    o Section 01 75 00 – Maintenance of Existing Flows.
    o Section 02 60 00 – Water Intake.
    o Section 15 42 00 – Chemical Feed Pump & Accessories.

    Engineered Drawings:
    o W1 – P&ID, Pumphouse Plan & Section Upgrades.
    o W2 – Raw Water Intake Plan & Profile & Intake Screen Details.

    Contract duration

    The estimated contract period will be 3 month(s), with a proposed start date of 2024/02/15.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)

    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
    The Correctional Service of Canada
    Address

    445 Union Street

    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
    2
    001
    French
    0
    001
    English
    0
    001
    French
    0
    001
    English
    0
    001
    French
    0
    001
    English
    4
    001
    English
    4
    001
    French
    0
    001
    English
    37
    001
    French
    6
    001
    French
    2
    001
    English
    25
    001
    French
    3
    001
    English
    28
    001
    French
    2

    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
    Region(s) of delivery
    Kingston
    Region of opportunity
    Canada
    Contract duration
    3 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Variations or combinations of the above methods
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    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: