High Voltage Inspections - Ontario Region

Solicitation number 21401-32-5173097

Publication date

Closing date and time 2026/06/10 10:00 EDT


    Description

    High-Voltage Equipment Inspection Services

    This requirement is for: The Correctional Service of Canada (CSC), Ontario Region.

    This requirement is divided into two service areas. Bidders may submit a bid for one or both service areas.

    CSC may award up to two contracts, one for each service area.

    Trade agreement: Canadian Free Trade Agreement (CFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement.

    Policy on Reciprocal Procurement:

    This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner.

    Competitive Procurement Strategy: lowest priced compliant bid for each service area.

    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 (CSC) requires the services of a certified contractor to perform High Voltage inspections, testing and routine maintenance at multiple locations throughout the Ontario Region.

    Objectives: To provide one-year, three-year and six-year inspections on High Voltage Equipment to all Federal Institutions in the Ontario Region.

    Deliverables:
    The Contractor must:

    1. Complete the inspections, testing and routine maintenance of high-voltage electrical equipment, including thermographic surveys, automatic transfer switch maintenance, ultrasonic surveys and electrical maintenance and inspection in accordance with regulatory testing intervals on High Voltage Equipment in the Ontario Region as per Infrastructure Health and Safety Association (IHSA), American National Standards Institute (ANSI), Institute of Electrical and Electronics Engineers (IEEE) or Canadian Standards Association (CSA) standards.

    When inspecting equipment for evidence of overheating, the Contractor must use infrared thermography, and when inspecting for mechanical integrity, corona and arcing, the Contractor must do an ultrasonic inspection.

    2. Carry out the work with trained and qualified personnel, experienced in the particular type of services and procedures required for maintenance, inspection and testing.
    3. Coordinate all testing and shutdown in conjunction with CSC’s Technical Authority or designated personnel.

    4. Provide individual final report(s) for all maintenance, testing and inspections conducted at each site. The Technical Authority will review and accept the final report(s) The reports must include approved individual test reports, recommendations for remedial work and cost estimations for all required deficiency repairs.

    Performance Standards:

    1. The Contractor must have qualified personnel who hold either a valid National Institute for Certification in Engineering Technologies (NICET) Minimum level 2 - certification or National Electrical Testing Association (NETA) Minimum level 2 - certification for the duration of the contract.

    The Contractor’s qualified personnel must include a minimum of one of the following roles:
    a) High Voltage Electrician
    b) High Voltage CET
    c) Electrical Engineer
    d) Certified Relay Technician

    2. Perform all electrical maintenance, inspections and testing in accordance with the following schedule:

    a) The Contractor must perform all thermographic and automatic transfer switch maintenance work annually.
    b) The Contractor must perform the balance of the work in intervals of one, three or six years as specified in the Scope of Work.
    c) The Contractor must include annual work as part of all work for the three-year inspection period.
    d) The Contractor must include all annual and three-year work as part of all work the six-year inspection period.

    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 June 1st, 2026, to May 31st, 2032.

    File Number: 21401-29-5173097

    Contracting Authority: Robin Riha
    Telephone number: 613-328-9727
    E-mail: robin.riha@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 the Canada buys / tender opportunities website.

    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:
     Understand the federal procurement process;
     Learn about searching for opportunities;
     Find out how to bid on opportunities;
     Discover how to prepare to sell to the government.

    The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).

    Contract duration

    The estimated contract period will be 72 month(s), with a proposed start date of 2026/07/01.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • 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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    445 Union Street

    Kingston, ON, K7L 4Y8
    Canada
    Contracting authority
    Robin Riha
    Phone
    (613) 328-9727
    Email
    robin.riha@csc-scc.gc.ca
    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.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 18 2026/04/21
    001 FR 6 2026/04/21
    Access the Getting started page for details on how to bid, and more.