Water Damage Remediation and Restoration Services at Dorchester Penitentiary
Water Damage Remediation Services This requirement is for: The Correctional Service of Canada, Atlantic Region, Dorchester Penitentiary.Trade Agreement:Canadian Free Trade Agreement (CFTA) Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers.Competitive Procurement Strategy: Lowest pri…
Source ID: CA-NOTICE-cb-228-58200077-000
Scope overview
Water Damage Remediation Services This requirement is for: The Correctional Service of Canada, Atlantic Region, Dorchester Penitentiary.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 bidSet-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.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 for water damage remediation services at the Dorchester Penitentiary. Objectives: The Contractor must provide all labour, materials, tools, supervision and equipment necessary to perform water-damage cleanup, remediation, hazardous material removal and disposal and full restoration to building F-1 of the Dorchester Penitentiary.
Location of work: The Contractor must perform the work at the following location: Dorchester Penitentiary (Building F-1, 1st and 2nd floor), 4902 Main Street, Dorchester, New Brunswick, E4K 2Y9Tasks: The Contractor must perform the following tasks.
a) Estimation, preparation, coordination and supervision of water damage clean up, remediation, hazardous material removal, and disposal and restoration work to Building F-1.
Full description
b) Remediation work including but not limited to the removal, bagging and disposal of all water-damaged materials (including but not limited to ceiling tiles, drywall, floor tiles, insulation, trims, doors) and furniture; drying of water-damaged areas with ventilators and fans, air-quality testing, creating negative pressure partitions if required, mold lead and asbestos removal and disposal.
c) Carpentry work, including but not limited to the construction, repair, replacement and installation of wood frames and structures, cabinetry, floor coverings, windows, metal studs for wall and partitions, drywall, ceiling tiles, painting. d) Electrical work including but not limited to wiring circuits, lighting systems, ballast, fixture replacements, conduit work, troubleshooting.
e) Plumbing work including but not limited to replacing faucets, fixtures, piping and pumps.f) Interior finish work, including but not limited to drywall, wall covering, plastering, sanding, painting, ceiling tiles, insulation. g) Labour work including but not limited to clean up, debris removal, grounds keeping.
It is not anticipated that the work covered by the present specifications involves the manipulation of materials containing asbestos; however, if the Contractor discover materials which are susceptible of containing asbestos, the Contractor must immediately stop the work and advise the Departmental representative.
If the Departmental representative or his agent discovers materials which are susceptible of containing asbestos, it will advise the contractor to immediately stop the work.
If more investigation demonstrates that the materials do contain asbestos, the Contractor must comply with the Departmental representative’s instructions prior proceeding with the remediation.General: The Contractor must complete the work under this contract on a time and material basis.
The Contractor must obtain the Project Authority’s or Departmental Representative’s approval before commencing any work.The Contractor must carry out the work in a manner that causes the least possible disruption to building occupants and the normal use of the building and its operations.
Contractor’s Responsibilities: The Contractor must advise the Departmental Representative of the telephone number at which it or it’s representative may be contacted 24 Hours a day, 7 days a week. The Contractor’s technicians must, upon arrival on site, provide identification (ID) and log into the institutional Visitor’s Register maintained at the Principal Entrance.
The Contractor must, upon arrival on site, submit three (3) copies of a complete list of all tools. The Contractor must report any missing or lost tools to the Correctional Manager desk and the Project Authority.At the end of each week, the Contractor must provide the Department Representative with a service report containing all details of work performed during that week.
When the Contractor discovers defects and deficiencies while performing the work, it must provide a list of those defects and deficiencies with recommended corrective actions as well as an estimated budget. The Contractor must send all reports to the following email address: Mathieu.belliveau@csc-scc.gc.caThe Contractor must present all documents in Adobe Acrobat PDF format.
The Contractor must Contact the Departmental Representative at the beginning and end of each visit and every time there is an issue at the site related to the work in this contract. The Contractor must perform the work without any assistance from CSC staff. Workmanship:The Contractor must perfume all work under the contract in accordance with good trade practices and recognized best practices.
If the Departmental Representative observes any non-compliance during an inspection, the Contractor must redo the work at its own expense. The Contractor must have all the specialized equipment and qualified employees needed to complete the work. Parts: The Contractor must request written approval from the Departmental Representative prior to replacing any components related to the work under this contract.
Unless otherwise specified, the Contractor must comply with manufacturer’s latest printed instruction for materials and installation methods. The Contractor must not store parts or material or equipment on-site without Departmental Representative’s approval. CSC accepts no responsibility for parts or equipment the Contractor stores on site.
The Contractor must make out warranties and electronic Operation and Maintenance manuals to CSC.Equipment: The Contractor must report to the site with a service vehicle which is reasonably well stocked with tools and replacement parts/materials to carry out the work covered in the contract.
The Contractor must have all the necessary equipment such as ladders, step ladders, hoisting equipment, and all the products and materials to properly carry out the work under this contract.The Contractor must provide properly sized and suited ventilation equipment for the drying spaces and to create negative pressure partitions (if required).
The Contractor must not use materials, equipment, products or tools owned by the Government of Canada. The Contractor must ensure that all equipment used is in good condition. The Departmental Representative reserves the right to remove equipment deemed to be defective or unsuitable and take it out of service.
The Contractor must appropriately replace defective equipment within one (1) business day of a written notice from the Departmental Representative. Clean-Up: While work is in progress, the Contractor must keep the site clean and free of debris and waste materials, including any debris and waste materials generated by Subcontractors.
Upon completion of the work, The Contractor must leave the site clean and free of debris and waste materials, tools and equipment. The Contractor must clean up the site to the satisfaction of the Departmental Representative. The Contractor must remove waste from government property in compliance with federal, provincial and municipal environmental protection regulations.
Waste also includes demolition materials not kept by the federal government. For toxic liquids and water containing suspended particles, the Contractor must have each load approved by the Departmental Representative before removing and disposing of it. For the disposal of waste materials, the Contractor must find a site where dumping is authorized and must cover the dump site owner charges.
No unauthorized dumping will be permitted. If CSC finds or is made aware of uncontrolled dumping by the Contractor or its Subcontractors, CSC will report it to the appropriate authorities.
Personnel: The Contractor will only provide journeymen personnel with a valid provincial Department of Labour License for applicable trades required for this contract and will otherwise provide skilled personnel trained in remediation work and related Health and Safety Regulations. CSC may at any time during this contract request to inspect any of the Contractors or Subcontractors personnel certification.
The Contractor must provide names of personnel performing work complete with proof of their qualifications before any work commences. Compliance Requirements: The Contractor must conform to the following Codes and Standards applicable at the time of installation, repairs, or alteration:National Building Code of Canada. (including plumbing and electrical code)National Fire Code.
Canada Labour Code Part II and the Canada Occupational Health and Safety Regulations. Provincial Occupational Health and Safety Act and following Occupational General Safety Regulations. When deemed necessary by the Departmental Representative, the Contractor must provide a safety plan for Departmental Representative approval prior proceeding with the work.
All Contractors’ employees and Sub-contractors working with controlled products on Federal property and in Federal facilities must have WHMIS certification. The Contractor and its personnel must adhere to the Federal Government ‘No Smoking’ policy while in Federal facilities and scent free policy while in federal facilities where applicable.
The journeymen the Contractor provides to perform the work must maintain a valid applicable provincial certification to work in Federal facilities.
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 eight (8) weeks from the date of notification of acceptance of the offer.File Number: 21207-26-5304109Contracting Authority: Isabelle BasqueTelephone number: 506-269-6461Facsimile number: N/AE-mail: Isabelle.Basque@csc-scc.gc.caNOTE 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: Request for Proposal Procurement method: Competitive - Traditional Selection criteria: Lowest Price Trade agreements: *Canadian Free Trade Agreement (CFTA) Regions of delivery: *New Brunswick Contact: Isabelle Basque (Isabelle.Basque@csc-scc.gc.ca) (506) 269-6461
Buyer & contacts
Documents
Tags & Signals
Similar tenders
Office Supplies Contract for Prince William County Public Schools
This procurement contract covers office supplies and related materials for Prince William County Public Schools. The agreement is established through the Strategic Cooperative purchasing program to provide essential supplies for educational operations. The contract focuses on non-technology items required for daily administrative and classroom functions.
Water Network Replacement Project in Sultanah District
This tender involves excavation works, material supply, and installation for water network replacement in Sultanah district. The project covers replacement of water pipelines from Street 11 to Street 27. The scope includes all necessary civil works and installation of new water infrastructure.
Grass Cutting Maintenance Works at Nanga Merit Irrigation Scheme in Kapit Division
The proposed maintenance works involve grass cutting services at the Nanga Merit Irrigation Scheme located in Kapit Division, Sarawak. This tender focuses on vegetation management to ensure proper functioning of irrigation infrastructure. The project aims to maintain clear pathways and operational efficiency within the agricultural water management system.
Unlock the full IndexBox Tenders workspace
Get hourly updates across 100k+ opportunities, AI recommendations, and one-click autopilot 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.