SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Churchill and Bow Unit Redevelopment Phase II Bow Unit

Solicitation number EV385-202791/A

Publication date

Closing date and time 2020/05/26 15:00 EDT

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: 
    
    Project Name: CSC-N RPC Churchill and Bow Unit Redevelopment Phase II Bow Unit, Saskatoon, SK 
    
    Project Description: The Bow Unit Redevelopment (Building B-03) project scope of work includes:
    
    1) Maintain operation of the facility throughout construction by phasing the work. Ensure proposed demolition will not affect the structural stability of the existing infrastructure. 
    
    2)  Demolish the existing open control post (107) and part of block wall around Room 100 and provide a new closed control post separated from the rest of the Ranges by a secure transparent barrier.  The closed control post to be elevated up off the range floor by 3 steps, have two (2) stainless steel pass through and have unobstructed sightlines to ranges BA,BB, BC.  There is also to be a view into Range BD, but a second guard post is to be located inside the new dispensary to provide a clear view into Range BD.  The new closed post (107) is to have an escape route to the exterior (door 26) through room 105.  . A new open post is to surround the new closed post for more direct contact with the inmates.   A Correctional Officers Work area is to be located in room 100 and a new kitchen to be provided in part of the existing Vault (101A).  
    
    3) Replace an existing gate with a new secure door between corridor 102 and the BA Range.
    
    4) Demolish the existing dispensary (Room 112) and build a new dispensary adjacent to the Correction Offices work area, complete with three (3) medication wickets for secure dispensing of medication.  Provide a new rated door into the existing vault (101) directly off the dispensary.   Provide a guard post with a stainless steel pass through into Range BD at the south end of the dispensary.
    
    5) Demolish the existing range BD barrier and build a new controlled entrance into the BD range with transparent barrier (to maintain sight lines) and a secure operable door with electric controls at the new control post.  
    
    6) Demolish the Range BD kitchenette and provide a new Range BD kitchenette.  Provide new TV wiring in the new Block wall behind the kitchenette and TV.  Relocate the telephone and complaint box in the BD range.
    
    7) Build a secure transparent barrier to isolate five (5) existing cells BD117, BD118, BD119, BD120 and BD121 from the current BD Range.  The secure barrier must extend to the u/s of the structural slab and include an operable secure door with electric controls at the new control post.  Provide a fire exit door leading to the exterior at the location of a current window.
    
    8) Provide two (2) exterior exercise courtyards on the west side of Range BD.  Provide concrete paving for the courtyards and the path between the new BD exterior door and existing BE exterior door.  Provide chain link fence and gates leading to the courtyards and provide chain link fence and gates with concertina wire at the top around the two exercise courtyards. 
    
    The work will also include modifications to exterior envelop/windows, interior fit-ups, camera installations, mechanical, electrical, fire safely and plumbing connections, relocation of existing ESS components, including PALS sensor that is located in the demolition zone, etc.
    
    Operational adjustments will be required with respect to this project redevelopment construction works.
    
    
    Drawings and Specifications are now available for viewing and downloading in the Portable Document Format (PDF) or in a standard paper version. Tenderers should note that Attachment 1 (ATT 1) contains the Drawings and Specifications Packages (DSP) which consist of PDF files organized in an industry recognized directory structure
    
    There will be a MANDATORY site visit on March 11, 2020 at 10:30am. Interested bidders are to meet at Interested bidders are to meet at the Regional Psychiatric Centre Saskatoon at the following address: Box 9243, 2520 Central Avenue, Saskatoon, SK, S7K 3X5.
    
    The site visit for this project is MANDATORY.  The representative of the Bidder must sign the Site Visit Attendance Sheet at the site visit. Bids submitted by Bidders who have not signed the attendance sheet will be rejected.
    
    Registration for the site visit: All the individuals attending the site visit must e-mail the contracting authority (dallas.wiebe@pwgsc-tpsgc.gc.ca) to register. The names of each individual attending the site visit, along with the name of the firm they represent, should be provided to the Contracting Authority by March 9, 2020 at 2:00pm in order to gain access to the site. A valid government issued ID (such as a driver’s licence) is required to gain access the site for the site visit.
    
    Firms intending to submit bids on this project should obtain bid documents through the Government Electronic Tendering (GETS) service provider at http://Buyandsell.gc.ca/tenders.  Firms that obtain bid documents from a source other than the official site run the risk of not receiving a complete package.
    
    Bidders are responsible for obtaining copies of bid forms, special instructions and amendments issued prior to bid closing, from the Government of Canada web site, and are to ensure they are addressed in the submitted bid. 
    
    This procurement contains mandatory requirements. Failure to comply may result in rejection of your bid. 
    
    Standard terms and conditions for this procurement are incorporated by reference into, and form part of, the bid and contract documents. The standard documents are issued by Public Works and Government Services Canada and may be viewed at:  https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual/5/R .
    
    Value of Project:  To assist with bonding and insurance requirements, this project is estimated at a value between $1,000,0000 and $5,000,000.00
    
    Inquiries are to be directed to: 
    Dallas Wiebe
    PWGSC Procurement Specialist
    Phone: 204-899-5257
    Email: dallas.wiebe@pwgsc-tpsgc.gc.ca
    
    This PWGSC Office provides procurement services to the public in English.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.
    
    Due to the impacts of the COVID-19 pandemic and to encourage physical distancing, the bid receiving unit in Edmonton will remain open but with limited staff and limited hours: Monday, Wednesday, Thursday and Friday, 9 am to 11 am and Tuesday, 9 am to 2 pm (local time). 
    
    Public tender openings will be suspended until further notice. Following solicitation closing, bid results will be recorded and may be obtained by e-mailing a request to the address indicated in the Invitation to Tender.  
    
    Please monitor Buyandsell.gc.ca closely as changes to bid closing dates may be necessary. 
    
    
    
    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
    Wiebe, Dallas
    Phone
    (204) 899-5257 ( )
    Email
    dallas.wiebe@pwgsc-tpsgc.gc.ca
    Fax
    (204) 983-7796
    Address
    Victory Building/Édifice Victory
    Room 310/pièce 310
    269 Main Street/269 rue Main
    Winnipeg, Manitoba, R3C 1B3

    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
    006
    English
    22
    English
    20
    006
    French
    3
    005
    English
    24
    005
    French
    2
    004
    English
    35
    English
    30
    004
    French
    5
    English
    25
    003
    English
    35
    003
    French
    5
    002
    English
    37
    002
    French
    2
    001
    English
    51
    English
    45
    001
    French
    5
    English
    74
    000
    English
    98
    000
    French
    17

    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
    Saskatchewan
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    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: