Installation Services

Solicitation number 21C80-20-3092640

Publication date

Closing date and time 2021/07/30 17:00 EDT


    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 of Canada - CORCAN has a requirement to establish a Regional Individual Standing Offers (RISO) on an as and when requested basis for the installation, dismantling and reconfiguring of all models of CORCAN workstation systems. The work will involve the following:

    1. Objectives:

    To provide, on an "as and when requested basis", installation services of existing and new CORCAN
    furniture which include dismantling, reconfiguring, moving and receiving of existing or new CORCAN
    workstations, and repairs associated with warranty claims on CORCAN installed furniture, into the
    following areas of work:
    Lower Mainland, British Columbia

    1.2 Tasks:

    The Contractor must provide the following services to support the following functions on an "as and when requested" basis, as requested by the Technical Authority or his authorized representative:
    • the installation of all models of CORCAN workstation systems
    • the dismantling and reconfiguring of all models of CORCAN workstation systems
    • the installation of other CORCAN furniture lines
    • Provision of a full range of repairs associated with warranty claim services on CORCAN installed
    furniture

    1.3 Expected results:

    1. The Contractor must:Be prepared to be on site to perform the work within 48 hours of notice after issuance of a Call-up.
    1. Develop contingency plans to react to changes on short notice (within 48 hours) in construction or

    moving schedules. The Contractor must notify the Project Authority accordingly.

    1. Co-ordinate CORCAN delivery of products at the installation sites with the Project Authority or his

    authorized representative. Usually a trailer load contains around 10 workstations in total.

    1. Manage and be responsible for the internal movement and handling of CORCAN goods at the installation site.
    1. Ensure efficient and timely unloading and movement of parts from various loads to installlocations; including co-ordination with other suppliers working on site.
    1. Inventory and sign off on goods delivered at the installation site. If necessary, the Contractor must count and maintain inventory and utilization records for components already at the installation site.
    1. Communicate with CORCAN designated inside sales office, and transportation companies for any shipping problems (including but not limited to damage, missing parts, incorrect parts) and provide the Information required for subsequent shipment to the Project Authority.
    1. Revise installation plans and propose alternatives to minimize delays in installation schedule and

    inform the Project Authority accordingly.

    1. React as necessary to unanticipated configuration, schedule changes, or both during the install.
    1. Complete all adjustments for staff occupancy which include but not limited to:
      1. Prior touch-ups and cleanup necessary so install is completely clean
      2. The Contractor will also be required to maintain small inventory of touch up medium and othercritical items including but not limited to bolts and screws.
    1. Remove all recyclable packaging materials from the install site; clean up and remove all garbage.

    Goods are drop-shipped to the client's receiving site. The Project Authority will provide a list of

    contacts.

    The Contractor may be required to provide additional dollies for short period of time to be used

    outside installation site.

    1.4 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).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The Contractor must perform the work in the Lower Mainland area, British Columbia.

    b. Travel

    i.  Travel to the following locations will be required for performance of the work under this contract: Lower Mainland, British Columbia

    1.6.2 Language of Work:

    The Contractor must perform all work in English.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  

    PWGSC FILE No 21C80-20-3092640

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/PWGSC.

    3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and security guide (if applicable);

    b) Industrial Security Manual (Latest Edition).

    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 been in business performing the installation of workstation systems and freestanding furniture for a minimum of three (3) years prior to the ACAN closing date.

    The Supplier must have successfully completed, four (4) Installation projects within the last three (3) years prior to the ACAN closing date, that included a minimum of twenty five (25) workstations

    per project.

    Experience of the Furniture Installation Supervisor

    The Supplier must demonstrate that the proposed Furniture Installation Supervisor has a minimum of two (2) years of experience within the last five (5) years prior to the ACAN closing date in installing, dismantling,and reconfiguring office furniture.

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

    This procurement is subject to the following trade agreement(s):

    Canada Chile Free Trade Agreement (CCFTA);

    Canadian Free Trade Agreement (CFTA);

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP and/or the CETA.

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

    This procurement is not subject to any set-asides for Aboriginal 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 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

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:

    Canada Chile free Trade Agreement (CCFTA) Article Kbis-09:

    a. In the absence of tenders in response to an open tendering procedure, or where tenders submitted have resulted from collusion under domestic law, or do not conform to the essential requirements in the tender documentation provided in a prior invitation to tender. Including any conditions for participation, on condition that the requirements of the initial procurement are not substantially modified in the contract as awarded.

     Canadian Free Trade Agreement (CFTA), Article 513

    (a) if:

    (ii) no tenders that conform to the essential requirements of the tender documentation were submitted;

    provided that the requirements of the tender documentation are not substantially modified;

    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 contract award to 31-July-2022, with an option to extend the contract for 3 additional 1 year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $560,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: 0781399 BC Ltd dba The Crew Office Services 2015

    Address: contractor’s place of business

    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 30-July-2021 at 2:00 PM PDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Sandra Wilford

    Senior Procurement Officer

    Telephone: 604.557.3004

    E-mail: Sandra.Wilford@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)

    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 of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Wilford, Sandra
    Phone
    604.557.3004
    Email
    Sandra.Wilford@csc-scc.gc.ca
    Address
    33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: