*Update* CanadaBuys Portal Maintenance Rescheduled

  • Please note that the CanadaBuys website critical upgrade has been rescheduled as follows:
  • New Maintenance Window:  

Friday, April 4, 2025, 20:00 (8:00 PM) EDT to Monday, April 7, 2025, 07:00 (7:00 AM) EDT

  • CanadaBuys and the Tender Management Application (TMA) will be temporarily inaccessible. However, PSPC users will still have access to their SAP accounts during this period. Publication syncing will resume once the upgrade is complete.
  • We encourage you to plan accordingly and complete any urgent tasks before the critical upgrade begins. We apologize for any inconvenience this may cause and appreciate your understanding as we carry out this critical upgrade.

Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

Security Hardware and Locksmith Services - St. John's CCC

Solicitation number 21207-25-4800028

Publication date

Closing date and time 2024/11/13 13:00 EST

Last amendment date


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of the requirement:

    The Correctional Service Canada has a requirement to maintain the door access system at the St. John’s CCC facility. The work will involve the following:

    1.1 Objectives:

    The Contractor must supply all labour, materials, tools, supervision and equipment necessary for security hardware inspection, repair, replacement and maintenance on a scheduled and as requested basis.

    1.2 Tasks:

    1.2.1 The Contractor must carry out various types of repair, replacement and maintenance activities on both a scheduled and as required basis. The tasks the Contractor must perform include, but are not limited to the following:

    a) Annual scheduled preventive maintenance of the Hartmann Controls door access system. Annual preventive maintenance activities must follow manufacturer instructions and must include, but are not limited to, visual inspection of the system components, performing basic recurring maintenance tasks, verifying system operation.
    b) Inspection of lock, core, deadbolt, door closure and other door access system components upon request
    c) Repair of lock, core, deadbolt, door closure and other door access system components upon request
    d) Replacement of lock, core, deadbolt, door closure and other door access system components upon request

    1.2.2 The Contractor must provide to the Departmental Representative a telephone number at which they or their representative may be contacted 24 Hours a day, 7 days a week.

    1.2.3 The Contractor must respond to service request calls 24 hrs/day, 7 days a week.

    1.2.4 The Contractor must not refuse any service call the Departmental Representative requests. The Contractor must begin work within 4 Hours after the service call, or within a response time agreed by the Department Representative and Contractor Representative.

    1.2.5 The Contractor’s technicians must, upon arrival and departure to the site facility, provide identification (ID) and log into and out of the institutional Visitor’s Register maintained at the Principal Entrance.

    1.3 Expected results:

    To maintain the door access system at the St. John’s CCC facility.

    1.4 Performance standards:

    1.4.1 The Contractor must conform to the following Codes and Standards;

    a.) Canada Labour Code Part II and the Canada Occupational Health and Safety Regulations.

    b.) Provincial Occupational Health and Safety Act and following Occupational General Safety Regulations.

    1.4.2 The Contractor and their personnel must adhere to the Federal Government ‘No Smoking’ policy while in Federal facilities and scent free policy where applicable.

    1.4.3 The Contractors personnel must adhere to Community Correctional Centre requirements. CSC reserves the right to deny access to the CCC of any Contractor personnel, at any time. The Contractor will be under direct supervision of commissionaires or a CSC delegate.

    1.5 Deliverables:

    The Contractor must provide to the Department Representative, within 5 working days after each visit, a written service report containing all details of the work performed. When applicable, the written service report must include a list of defects and deficiencies discovered during the visit with recommended corrective actions and an estimated budget to correct these defects and deficiencies. The Contractor must provide all maintenance and repair activity reports to the Project Authority. The Contractor must submit all documents Adobe Acrobat PDF format.

    1.5.1 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at St. John’s CCC, 86 Charter Avenue, St. John’s Newfoundland and Labrador, A1A 3S5

    b. Travel

    No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The Contractor must perform all work in English.

    1.6.3 Institutional Access Requirements

    Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Contractor personnel, at any time.

    2. Criteria for assessment of the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Experience:

    • The supplier must have a minimum five (5) years experience within 5 years prior to the ACAN closing date as a commercial locksmithing service provider in the area of St. John’s, NFLD.
    • The supplier must provide proof that they are an authorized service provider for Hartman Controls door access systems in the area of St. John’s, NFLD.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is not subject to any trade agreement.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The identified supplier (Ace Locksmithing Ltd.) supplier is regional seller and authorized service provider for Hartmann Controls door access system for identified work site (CCC St. John’s) located at 86 Charter Avenue, St. John’s, NFLD.

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 1 [one] year, from December 1, 2024 to November 30, 2025 with an option to extend the contract for 4 additional 1 - year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $39,925.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Ace Locksmithing Ltd.
    Address: 1012 Topsail Road
    Mount Pearl, NL A1N 5E5

    13. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is November 13th, 2024, 2:00 PM AST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Penny Panayiotopoullos, Regional Contracting Officer
    1045 Main Street, Moncton, NB, E1C 1H1
    Telephone: 506-875-3649
    E-mail: penny.panayiotopoullos@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 60 month(s), with a proposed start date of 2024/12/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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:

    • Exclusive Rights

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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 Canada
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    Contracting authority
    Penny Panayiotopoullos
    Phone
    (506) 875-3649
    Email
    penny.panayiotopoullos@csc-scc.gc.ca
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    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
    6
    001
    French
    3

    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
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    Newfoundland and Labrador
    Region of opportunity
    St. John's
    Contract duration
    60 month(s)
    Procurement method
    Advance Contract Award Notice
    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: