Replacement of Boilers - GVI
This requirement is for: The Correctional Service of Canada, Grand Valley Institution. Trade agreement: Canadian Free Trade Agreement (CFTA Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers. 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 requires the services of a contractor to remove and replace three (3) existing Fulton boilers with new compatible high-efficiency boilers. This upgrade is intended to improve energy performance, reliability, and ensure compliance with current mechanical and environmental standards. Background The existing Fulton boilers were installed over 30 years ago and are at the end of their operational life span. Maintenance and repairs have become increasingly difficult due to the scarcity of replacement parts, many of which are no longer available. These boilers are critical to the institution, as they provide radiant heating to a large section of the facility. Their replacement is essential to maintain uninterrupted service and operational efficiency. Scope of Work The Contractor must: 1. Complete their own site assessment. 2. Decommission, disconnect, remove and dispose of the current boilers. 3. Supply and install three (3) new boilers, including all necessary electrical work and rigging. 4. Supply and install new system components, including control valves, hygroscopic air vents, expansion tank, venting and air intakes. 5. Supply and install new water lines, including new valves, strainers, wells and insulation. 6. Supply and install new gas lines with shut-off valves. 7. Complete a full integration of the boiler controls with the existing Building Automation System (BAS). 8. Ensure the building remains heated throughout the duration of the project. 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 by March 31st, 2026. File Number: 21465-26-5179411 Contracting Authority: Robin Riha Telephone number: 613-327-9727 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). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Kitchener Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 328-9727
Source ID: CA-NOTICE-cb-282-82455451-000
Scope overview
This requirement is for: The Correctional Service of Canada, Grand Valley Institution. Trade agreement: Canadian Free Trade Agreement (CFTA Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers. 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 requires the services of a contractor to remove and replace three (3) existing Fulton boilers with new compatible high-efficiency boilers. This upgrade is intended to improve energy performance, reliability, and ensure compliance with current mechanical and environmental standards. Background The existing Fulton boilers were installed over 30 years ago and are at the end of their operational life span. Maintenance and repairs have become increasingly difficult due to the scarcity of replacement parts, many of which are no longer available. These boilers are critical to the institution, as they provide radiant heating to a large section of the facility. Their replacement is essential to maintain uninterrupted service and operational efficiency. Scope of Work The Contractor must: 1. Complete their own site assessment. 2. Decommission, disconnect, remove and dispose of the current boilers. 3. Supply and install three (3) new boilers, including all necessary electrical work and rigging. 4. Supply and install new system components, including control valves, hygroscopic air vents, expansion tank, venting and air intakes. 5. Supply and install new water lines, including new valves, strainers, wells and insulation. 6. Supply and install new gas lines with shut-off valves. 7. Complete a full integration of the boiler controls with the existing Building Automation System (BAS). 8. Ensure the building remains heated throughout the duration of the project. 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 by March 31st, 2026. File Number: 21465-26-5179411 Contracting Authority: Robin Riha Telephone number: 613-327-9727 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). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Kitchener Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 328-9727
Full description
This requirement is for: The Correctional Service of Canada, Grand Valley Institution. Trade agreement: Canadian Free Trade Agreement (CFTA Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers. 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 requires the services of a contractor to remove and replace three (3) existing Fulton boilers with new compatible high-efficiency boilers. This upgrade is intended to improve energy performance, reliability, and ensure compliance with current mechanical and environmental standards. Background The existing Fulton boilers were installed over 30 years ago and are at the end of their operational life span. Maintenance and repairs have become increasingly difficult due to the scarcity of replacement parts, many of which are no longer available. These boilers are critical to the institution, as they provide radiant heating to a large section of the facility. Their replacement is essential to maintain uninterrupted service and operational efficiency. Scope of Work The Contractor must: 1. Complete their own site assessment. 2. Decommission, disconnect, remove and dispose of the current boilers. 3. Supply and install three (3) new boilers, including all necessary electrical work and rigging. 4. Supply and install new system components, including control valves, hygroscopic air vents, expansion tank, venting and air intakes. 5. Supply and install new water lines, including new valves, strainers, wells and insulation. 6. Supply and install new gas lines with shut-off valves. 7. Complete a full integration of the boiler controls with the existing Building Automation System (BAS). 8. Ensure the building remains heated throughout the duration of the project. 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 by March 31st, 2026. File Number: 21465-26-5179411 Contracting Authority: Robin Riha Telephone number: 613-327-9727 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). Notice type: Directed Contract Procurement method: Competitive - Open bidding Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *Kitchener Contact: Robin Riha (robin.riha@csc-scc.gc.ca) (613) 328-9727
Buyer & contacts
Documents
Similar tenders
Oral Health Services. Replaces contract # 1158142.
Oral Health Services. Replaces contract # 1158142. Department: Department of Health & Human Svcs Solicitation: 1155406 Contract type: Open Solicitation Vendor: Fatima Oglesby Morris Vendor contact: Fatima Oglesby Mo
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club
provide access to quality out-of-school programming focusing on reading and math learning interventions for low to moderate-income children at the Germantown Branch Boys & Girls Club Department: Department of Housing &
COM117/2025
Samora Machel Drive and Graniet Street Intersection Upgrade and Additional Related Works
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click pipeline workflows. Zero obligation.
Disclaimer: IndexBox Tenders does not issue, announce, or publish this tender. This information is aggregated from publicly available sources and is provided for informational purposes only. IndexBox Tenders is not affiliated with, endorsed by, or acting on behalf of the tender issuer. Users should verify all information directly with the official tender source before making any decisions or taking any action.