VFD Low Lift Pump Replacement and Commission
This requirement is for: The Correctional Service of Canada, Joyceville Institution.
Trade agreement: Canada Korea Trade Agreement (CKTA).
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.
Set-aside under the Procurement Strategy for Indigenous Business:
This procurement is open to both Indigenous and non-Indigenous businesses. All interested suppliers may participate. However, suppliers are to note that this requirement is subject to a preference for Indigenous suppliers and will be set-aside under the federal government Procurement Strategy for Indigenous Business (PSIB) if Canada receives two or more responsive bids from Indigenous businesses who meet the requirements of the PSIB.
Indigenous businesses that have not already registered in the Indigenous Services Canada (ISC) Indigenous Business Directory should do so. Additional information on the Indigenous Business Directory is available at the following link:
https://www.sac-isc.gc.ca/eng/1100100033057/1610797769658#c3.
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 to supply and install a new low lift pump and Variable Frequency Drive (VFD) and motor compatible with the existing electrical infrastructure, for the water treatment center at Joyceville Institution.
Deliverables: The contractor must remove the old pump, and install a new larger pump, with associated VFD and motor. They must integrate the new equipment with the existing electrical infrastructure. They must provide commissioning report and as-built drawings. They must also provide staff training and operation and maintenance manuals. This work must be provided in English, to Joyceville Institution.
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:
Construction Time:
The Contractor must perform and complete the Work within sixteen (16) weeks from the date of notification of acceptance of the offer.
File Number: 21450-26-5222008
Contracting Authority: Emily Drysdale
Telephone number: 613-329-1827
E-mail: emily.drysdale@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).