SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Fall Protection Plan

Solicitation number 21807-23-0092

Publication date

Closing date and time 2024/01/05 17:00 EST

Last amendment date


    Description

    Fall Protection Plan

    This requirement is for: The Correctional Service of Canada.

    Trade agreement: This procurement is not subject to any trade agreement.

    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 per the Canada Labour Code and the Canada Occupational Health and Safety Regulations to develop nine modern and up to date institutional Fall Protection Plans and conduct thorough on site audit and reviews of all Fall Protection Systems and Fall Protection Equipment at nine federal correctional institutions in British Columbia.

    Objectives:

    1.2.1 To develop nine written Fall Protection Plans in accordance with the most current applicable regulations and standards that meet the unique needs of all Pacific Region federal correctional institutions.

    1.2.2 To conduct on site due diligence audit and reviews at nine separate institutions of all Fall Protection Systems, Anchors, Mobile Platforms and others to determine if each system is being managed and utilized in accordance with the current applicable regulations.

    1.2.3 To conduct on site due diligence audit and reviews at nine separate institutions of all personal Fall Protection Equipment to determine if the existing equipment in place for the use of the maintenance personnel is being managed and utilized in accordance with the current applicable regulations.

    1.1 Tasks:

    1.1.1 Task 1: The Contractor must develop new written modern and up to date Fall Protection Plans for each of the nine federal Correctional Institutions in the lower mainland of B.C. The Contractor must develop these plans in accordance with the Canada Labour Code and the current Canada Occupational Health and Safety Regulations part XII, 12.05 thru 12.09. All nine plans must be universal in format but unique to the individual needs of each institution’s fall protection systems, equipment, and infrastructure.

    To complete this task, the Contractor must travel to each institution separately to gather information for Fall Protection systems and equipment as well, the Contractor must interview the institution complex maintenance specialists to obtain information on each institution's unique fall protection needs.

    Fall protection plans must include all requirements of the Canada Occupational Health and Safety Regulations as noted above as well as include the following information:

    - The frequency and qualifications for safety inspections and (if and where necessary) functional load testing of the existing fall protection anchors, systems, mobile elevating platforms and personnel fall protection equipment at each institution if and where required by the equipment manufacturers, the Canada Labour Code, the NJC-Occupational Health and Safety Directive Part III and the current Canada Occupational Health and Safety Regulations.

    - The Contractor must consider information pertaining to fall protection plans, systems and equipment available from the Canadian Centre for Occupational Health and Safety (CCOHS) and WorkSafeBC Occupational Health and Safety Regulations as may be taken into consideration as good practice in the execution of Task 1.

    - Note: Task 1 does not include actual physical safety inspections of the fall protection systems, anchors, mobile elevating platforms or personnel fall protection equipment.

    1.3.2 Task 2: In accordance with the applicable regulations, the Contractor must determine if all appropriate and necessary manufacturer’s documents and engineered stamped drawings are on file and up to date as required at each institution for each anchor system installed.

    1.3.3 The Contractor must perform all work in accordance with the Canada Labour Code and the current Canada Occupational Health and Safety Regulations as noted in Tasks 1.3.1 and 1.3.2.

    1.3.4 During the execution of the contract work, should the Contractor be required to work in any area within the institution has deemed to be a fall hazard zone by, the Contractor must provide their own personal fall protection equipment and be fully trained in the use of such equipment and in the use of all types of fall protection systems.

    1.3.5 The Contractor must perform all work during CSC normal business hours of Monday to Friday from 8am to 4pm excluding statutory holidays.

    1.3.6 For safety and security, the contractor will be escorted by a CSC staff member at all times while inside the institution.

    Deliverables:

    1.4.1 The Contractor must supply nine separate institutional written Fall Protection draft Plans as per Task 1. The Contractor must deliver all nine draft plans to the Project Authority in an electronic format. The institutional Chief of Facilities Management and IJOHS committee will review each institutions’ draft plan. The Contractor must make final changes to any and all drafts after reviews by the Institution’s OHS committees before submitting these plans to the Project Authority for review and acceptance as final.

    1.4.2 The Contractor must supply a detailed report for Task 2 for each institution (nine in total) of the findings of the audit and reviews of the existing fall protection systems, anchors, mobile elevating platforms and personnel fall protection equipment. The report must include any missing information or documentation required by the regulations to be on file on site (including, but not limited to engineered anchor drawings, and manufacturer documentation.)
    1.4.3 The Contractor must deliver all reports including the Fall Protection Plans to the Project Authority in an electronic format. The client will not require hard copies. Invoices will be finalized and paid once client review is complete.

    1.4.4 The Contractor must provide all supplies, consumables, specialized equipment and qualified labour to perform the work.

    1.4.5 The Contractor must carry out in a careful and competent manner and to the satisfaction of the departmental representative, the tasks described in this statement of work herein.

    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:

    Period of the Contract: The work is to be performed during the period of December 31st 2023 to March 31st 2024.

    File Number: 21807-23-0092

    Contracting Authority: Katie McKeever
    Telephone number: 236-380-2294
    E-mail: Katie.McKeever@CSC-SCC.GC.CA

    NOTE TO BIDDERS: Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice.

    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 2 month(s), with a proposed start date of 2024/01/10.

    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:

    • 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

    33991 Gladys Avenue

    Abbotsford, British Columbia, V2S2E8
    Canada
    Contracting authority
    Katie McKeever
    Phone
    263802294
    Email
    katie.mckeever@csc-scc.gc.ca
    Address

    33991 Gladys Avenue

    Abbotsford, British Columbia, V2S2E8
    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
    19
    001
    French
    5

    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
    Abbotsford
    Region of opportunity
    Abbotsford
    Contract duration
    2 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: