Tender: Hydronic Steam Maintenance and Repair Services - Atlantic Region
Summary
The Correctional Service of Canada has issued a tender for hydronic and steam maintenance and repair services in the Atlantic Region. The solicitation is open to Canadian suppliers under the Canadian Free Trade Agreement, with a closing date of April 6, 2026.
What changed
The Correctional Service of Canada (CSC) is seeking bids for a Regional Standing Offer for hydronic and steam specialties, including repairs and maintenance services, for facilities in the Atlantic Region. This procurement is open only to Canadian suppliers under the Canadian Free Trade Agreement and utilizes a lowest priced compliant bid strategy. The services required encompass plumbing, welding, pipefitting, insulation, boiler work, and other related tasks on an as-needed basis to maintain heating infrastructure.
Canadian businesses interested in providing these services must submit their bids by April 6, 2026. The tender specifies that the services are required for various institutions including Atlantic Institution, Dorchester Penitentiary, Springhill Institution, and Nova Institution. While no specific security requirements are listed, some work may be restricted to OEM authorized providers. This represents an opportunity for qualified Canadian contractors to secure a standing offer for essential maintenance services.
What to do next
- Review tender requirements for hydronic and steam maintenance services.
- Submit bids by the closing date of April 6, 2026.
- Ensure compliance with Canadian Free Trade Agreement and Buy Canadian Policy requirements.
Source document (simplified)
Buy Canadian Policy
The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.
Hydronic Steam Maintenance & Repair Services – Atlantic Region
Solicitation number 21207-26-5305086
Publication date
2026/03/10
Closing date and time 2026/04/06 13:00 EDT
Status Status
Open
| Time to closing | |
| 26 days | 16:33 hours |
Description
Regional Standing Offer for Hydronic and Steam Specialties – Repairs and Maintenance Services
This requirement is for: The Correctional Service of Canada, Atlantic Region, Atlantic Institution, Dorchester Penitentiary, Springhill Institution and Nova 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 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 standing offer 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 (CSC) has a requirement for maintenance and repair services to the hydronic and steam systems and specialties for the Atlantic Institution, Dorchester Penitentiary, Springhill Institution and Nova Institution. The services required include but are not limited to the following: plumbing, welding, pipefitting, insulation, boiler work, fuel distribution piping, burner work, miscellaneous metals, start up and commissioning services and general services associated with hydronic and steam specialties performed on an as requested basis.
Objectives:
The Contractor must provide specialty maintenance and repair services for hydronic and steam systems on an as and when requested basis at all the sites listed in Table 1.1 – Correctional Service of Canada locations below. The objective of this requirement is the maintenance and repair of heating infrastructure serving the institutional reserves as the CSC Departmental Representative requests. The nature of the work the Contractor must provide under this contract may be one an emergency, unscheduled, or preventive scheduled basis with the intent to maintain operation of the heating system infrastructure and assets.
Tasks:
The Contractor must provide all materials, tools, equipment, and labour to perform the work.
The CSC departmental representative will provide a description of the work the contractor must perform and will supervise the work area to ensure the services the Contractor provides meet the requirements and to ensure the contractor complies with CSC protocols and standards. In the even that CSC requires to engage multiple service providers in a work area, the CSC representative will coordinate the execution of the work.
The Contractor must provide the following support services on site: project management, site supervision, safety advisors and inspectors as well as quality assurance personnel on an as requested basis.
The Contractor must provide the following services: plumbing, welding, pipefitting, insulation, boiler work, fuel distribution piping, burner work, miscellaneous metals, start up and commissioning services and general services associated with hydronic and steam specialties.
The Contractor must note that some of the work may be restricted to OEM authorized service providers due to manufacturer requirements, regulatory obligations, proprietary systems, or safety considerations.
The Contractor must normally perform the work using its own personnel. The Contractor must obtain Project Authority’s prior approval before sub-contracting any portion of the work. If the Contractor uses sub-contractors, the contractor must bill all work performed by sub-contractors at the labour rates set out in this standing offer. Sub contractor labour must be billed at the labour rates established in this standing offer. The Contractor may not invoice subcontractor labour as an allowance or apply any markup.
The Contractor must keep the site clean of materials and equipment to prevent cluttering the premises and must ensure CSC personnel and vehicles can access the site at all times.
Before work begins, the Contractor must meet with the technical authority to:
• Discuss the nature and scope of the project tasks.
• Establish acceptable safety measures in accordance with all applicable laws, policies and guidelines and the specific needs of the facility.
The Contractor must ensure that his employees are aware of and comply with safety requirements.
This CSC departmental representative must review and approve all installations depending on the type of work requested, including but not limited to, insulation of piping, concealing welds, fittings, burying piping, closing pressure vessels, putting up finishes such as drywall, paneling, ceilings.
The Contractor must correct any deficiencies noted and obtain the CSC departmental representative’s final approval prior to concealing any installation.
The CSC Departmental Representative will be responsible to coordinate and provide security escort as required to comply with institutional security requirements.
Completion of Work:
Upon completion of the work and prior to turn over of the facilities or area of work to CSC, the Contractor must remove all materials, tools and equipment from the facility and perform a final clean-up of the premises.
Additional Work:
The Contractor must request and receive prior approval from the CSC department representative before working overtime, including work outside regular business hours.
Service Calls for Emergency Work:
The Contractor must be available and provide an emergency telephone number where they can be reached 24 hours a day, 7 days a week.
Performance Standards:
The Contractor must perform all work in accordance with the following codes:
a. Canada Labour Code Part II.
b. The New Brunswick Occupational Health and Safety Act, 1991.
c. Nova Scotia Occupational Health and Safety Act, 1996.
d. National Building Code of Canada (NBC) and any other applicable provincial or local codes.
Role Definitions:
Skilled Trades: Certified journeypersons holding nationally or provincially recognized credentials for the trade must perform all work that requires skilled trades.
Safety Advisor: The Contractor’s personnel providing site-specific OHS oversight, including preparation and implementation of safety plan, hazard assessments, toolbox talk, and regulatory compliance monitoring.
Quality Assurance (QA): The Contractor’s personnel performing inspection, verification, and documentation to confirm compliance with specified requirement and applicable codes and standards, including visual inspection of welds and witnessing or arranging non-destruction testing (NDT) where directed.
General Labour: Non-trade labour used for material handling, site preparation, cleanup and assisting tradespeople. General labourers must not perform skilled trade work.
Deliverables:
The Contractor must provide to the CSC departmental representative copies of all certificates, supporting invoices for material and subcontractors, and any related test reports or logs if requested by the departmental representative.
The Contractor must provide to CSC a list of all employees, complete with full name and, for authorized subcontractors, the name of the company or employer as required to comply with institutional security requirements. The Contractor must also provide a list of all equipment and tools that will be brought on site. All information must be submitted no later than 48 hours before the commencement of the work.
Timesheets:
a. The Contractor's employees must complete a worksheet at the end of each working day; contractor may use its own time sheet format.
b. The number of hours the employees indicate on the work sheet must correspond to productive work hours only, exclusive of meals and breaks. Any waiting time on site for the Contractor or his employees, caused by CSC operational needs, may be counted as time worked and billed accordingly.
c. For work performed at the Contractors shop, the Contractor must provide copies of shop time sheets with a description of the work performed to CSC departmental representative for validation.
Location of work:
The Contractor must perform the work at the following CSC penitentiary facilities; refer to below Table 1.1 – Correctional Service of Canada Locations.
TABLE 1.1: Correctional Service Canada Locations
Atlantic Institution
13175 Route 8
PO Box 102
Renous, New Brunswick
E9E 2E1
Dorchester Penitentiary
4902 Main Street
Dorchester, New Brunswick
E4K 2Y9
Springhill Institution
330 McGee Street
PO Box 2140
Springhill, Nova Scotia
B0M 1X0
Nova Institution
180 James Street
Truro, Nova Scotia
B2N 6R8
The Contractor must have a physical fabrication shop within 250 km from any site listed above.
Language of Work
The Contractor must perform all work in English.
General:
Communications Equipment:
• Unless authorized in advance by the Institution, the Contractor must not bring any cellular or digital wireless telephones, including but not limited to messaging devices, pagers, BlackBerrys, phones used as two-way radios, laptops, and tablets, into a CSC facility. Even if permitted, the Contractor must not allow inmates to use these items under any circumstances.
• The Warden may approve but limit the use of two-way radios.
Tools and Equipment Control:
The Contractor must:
• Keep a complete list of tools and equipment used during work.
• Submit this list for inspection when requested.
• Keep the list of tools and equipment up to date throughout the work.
• Never leave tools unattended, especially power tools, files, saw blades, hacksaws, wires, ropes, ladders and lifting equipment that include, but is not limited to jacks and cylinders.
• Store tools and equipment in an authorized safe place.
• Lock all toolboxes after use. The Contractor's employees must keep keys with them at all times.
• The Correctional Manager must be informed of any lost or missing tools or equipment as soon as possible. The Contractor must immediately notify the CSC staff member or Commissionaire assigned to accompany the Contractor of any lost or missing tools or equipment, who will in turn notify the Correctional Manager.
The Contractor must note that some institutions may require the removal of any tools and equipment from site daily.
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 Standing Offer and Time Frame for Delivery:
Period of the Standing Offer:
The Work is to be performed during the period of the date of contract award to April 30th, 2027 with the possibility of three (3) additional option periods of one (1) year.
File Number: 21207-26-5305086
Contracting Authority: Isabelle Basque
Telephone number: 506-269-6461
Facsimile number: N/A
E-mail: Isabelle.Basque@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).
Show more description Show less description
Contract duration
The estimated contract period will be 12 month(s), with a proposed start date of 2026/05/01.
Trade agreements
- North American Free Trade Agreement (NAFTA)
Reason for limited tendering
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
- None
Partner with another business
Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.
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 Correctional Service of Canada (CSC) Address 1045 Main Street
Moncton, New Brunswick, E1C 1H1 Canada Contracting authority Isabelle Basque Phone (506) 269-6461 Email isabelle.basque@csc.scc.gc.ca Address 1045 Main Street
Moncton, New Brunswick, E1C 1H1 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.
| Document title | Amendment no. | Language | Unique downloads | Date added |
| --- | --- | --- | --- | --- |
| RFSO - Hydronic Steam Maintenance & Repair Services - Atlantic Region - 21207-26-5305086_1.pdf | 001 | EN | 1 | 2026/03/10 |
| DOC - Services d’entretien et réparation systèmes hydroniques - Atlantique - 21207-26-5305086.pdf | 001 | FR | 0 | 2026/03/10 |
Access the Getting started page for details on how to bid, and more.
Related notices
There are currently no notices related to this notice.
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 Standing Offer Language(s) English, French Region(s) of delivery New Brunswick Region of opportunity New Brunswick Contract duration 12 month(s) Procurement method Competitive – Open Bidding Selection criteria Lowest Price Commodity - UNSPSC
Click the links below to see a list of notices associated with the UNSPSC.
-
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.
Report a problem on this page Date modified:
2026-03-10
Related changes
Source
Classification
Who this affects
Taxonomy
Browse Categories
Get Trade Procurement alerts
Weekly digest. AI-summarized, no noise.
Free. Unsubscribe anytime.
Get alerts for this source
We'll email you when CanadaBuys Latest Tenders publishes new changes.