SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Pelican Falls Fire Alarm Upgrade

Solicitation number EQ754-182638/A

Publication date

Closing date and time 2018/02/22 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Pelican Falls Fire Alarm Upgrade
    
    EQ754-182638/A
    Hassell, Bob
    Telephone No. - (416) 590-8270 (    )
    Fax No. - (416) 512-5862 (    )
    Email address:  bob.hassell@pwgsc.gc.ca
    
    Pelican Falls First Nation High School, 650 Pelican Falls Road, Sioux Lookout, ON - Student Dormitories Fire Alarm Upgrade.
    
    Scope of Work
    The scope of work involves the fire protection system replacement/installation for a total of Thirteen (13) buildings. The buildings consist of eight (8) single storey structures, four (4) two storey structures and one two storey Admin/dwelling structure. The following items are included within the scope of work:
    .1 Development of the schedule to minimize the impact on buildings occupancy and Owner’s
    operation.
    .2 Replacement of fire alarm control panels.
    .3 Replacement of annunciator panels.
    .4 Replacement of existing components of the fire alarm system which are not compatible with the
    new fire alarm panel or do not meet the performance criteria.
    .5 Provision of new fire alarm devices to meet the design intent and requirements of applicable
    codes and local authorities having jurisdiction.
    .6 Interface between new fire alarm panel and all building systems which are currently interfaced to
    the existing fire alarm panel.
    .7 Completion of a full verification inspection of each new system by an independent third party.
    Contractor shall supply and install a new fire alarm panel in each building. New fire alarm to replace any
    existing fire alarm panels where present:
    .8 Contractor to coordinate the transition with the Departmental Representative and sub-trades to
    minimize the downtime of the fire alarm system. Contractor shall submit the transition plan in
    writing to the Owner at least five business days prior to commencing the transition.
    .9 Contractor to ensure that new fire alarm panels encompass all the features of the existing systems
    which are currently in use.
    .10 Contractor to ensure that all existing fire alarm monitoring and signaling points are transferred to
    the new system. Refer to the drawings and the site walk-through for information on the existing
    system at each location.
    .11 Contractor to provide all the necessary hardware within the panel to connect the panel to a
    telephone line.
    .12 Provide all the conduit, wiring, junction boxes, enclosures, and any auxiliary devices necessary
    to produce a fully functional, code compliant system
    
    COMPLETION TIME
    The Contractor shall perform and complete the Work within four(4) weeks from the date of notification of acceptance of the offer.
    
    SITE VISIT
    There is no Site Visit.
    
    ENQUIRIES
    All enquiries regarding this bid must be submitted in writing to the Contracting Authority Bob Hassell at email address bob.hassell@pwgsc.gc.ca,Telephone:
    416-590-8270, Facsimile:  (416) 512-5862
    
    IMPORTANT NOTICE TO BIDDERS
    IMPORTANT CHANGES TO GI01 "CODE OF CONDUCT AND CERTIFICATION OF - BID" R2710T, GENERAL INSTRUCTIONS TO BIDDERS(REFER TO SPECIAL INSTRUCTIONS TOBIDDERS SI02)
    
    Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder.  If such a list has not been receivedby the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information.  Failure to provide such a list within the required time frame will render the bid non-responsive. Bidders must always submit the list of directors before contract award. Canada may, at any time,request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named inthe aforementionedlist within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive.
    
    A COMPLETE LIST OF EACH INDIVIDUAL WHO IS CURRENTLY ON THE BIDDER'S 
    BOARD OF DIRECTORS. (SEE APPENDIX 2 OF THE "ITT" DOCUMENT)
    
    Drawings and Specifications are now available for viewing and downloading in a Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment 1 (ATT 1) contains the Drawings and Specifications Package (DSP) which consists of PDF files organized in an industry recognized directory structure. Standard Terms and Conditions for this procurement are incorporated by reference into, and form part of the Tender and Contract Documents.  The standard Public Works and Government Services Canada documents may be viewed at https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual. All enquiries of a technical and contractual nature, are to be submitted to the Contracting Officer, Bob Hassell:  e-mail: bob.hassell@pwgsc.gc.caTelephone:  (416) 590-8270, or  Facsimile:  (416) 512-5862. Bid Receiving:   Sealed tenders will be received at Public Works and Government Services Canada, 4900 Yonge Street,  Bid Receiving,12th Floor, Toronto,Ontario M2N 6A6.   
    
    
    
    
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hassell, Bob
    Phone
    (416) 590-8270 ( )
    Email
    bob.hassell@pwgsc-tpsgc.gc.ca
    Fax
    (416) 512-5862
    Address
    Ontario Region, Tendering Office
    12th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    8
    English
    8
    001
    French
    2
    English
    14
    English
    17
    000
    English
    26
    English
    16
    000
    French
    8

    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
    Ontario (except NCR)
    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: