Biomedical and Pharmaceutical Waste Pick-up, Transportation and Disposal services

Solicitation number 21201-23-4326475

Publication date

Closing date and time 2023/04/18 13:00 EDT

Last amendment date


    Description

    Biomedical and Pharmaceutical Waste Pick-up, Transportation and Disposal

    This requirement is for: The Correctional Service of Canada, for the Atlantic regional institutions: Atlantic institution, Dorchester Penitentiary Complex, Springhill Institution, Nova Institution for Women and the Regional Pharmacy.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)..

    Tendering procedures: All interested suppliers may submit a bid.

    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 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 the disposal of biomedical and pharmaceutical waste. The contractor must provide the collection, transportation and disposal of all biomedical and pharmaceutical waste from CSC Institutions including Atlantic institution, Dorchester Penitentiary Complex, Springhill Institution, Nova Institution for Women and the Regional Pharmacy. The contractor must transport all biomedical and pharmaceutical waste to the contractor’s disposal or processing site for destruction by incineration.

    Objectives:

    Provide pick up, transportation and disposal of biomedical and pharmaceutical waste

    Deliverables:

    • On a monthly, basis, the contractor must perform an estimated amount of up to 1 pickup of biomedical and pharmaceutical waste at each of the following facilities: Atlantic institution, Dorchester Penitentiary Complex, Springhill Institution, Nova Institution for Women and the Regional Pharmacy for an estimated total of 12 pickups yearly at each facility.

    • At the request of the project authority or their designated representatives, the contractor must perform an estimated amount of up to 6 additional pickups of biomedical and pharmaceutical waste at each of the following facilities: Atlantic institution, Dorchester Penitentiary Complex, Springhill Institution, Nova Institution for Women and the Regional Pharmacy.

    • A disposal certificate, or completed manifest, or both must accompany all invoices. The certificate, or manifest, or both must show that the contractor has disposed of materials in accordance with current Federal, Provincial and Municipal Regulations and Legislation. CSC will not pay the contractor until the contractor provides the disposal Certificate, or manifest, or both.

    Tasks:

    The contractor must pick up the biomedical and pharmaceutical waste at the locations identified in the document for the location of work. (Annex B).

    The contractor must not begin performing any work until the Project Authority or the on-site Manager, Health Care and Rehabilitation Program and Services or Regional Pharmacist has authorized the contractor to do so.

    All work the contractor performs is subject to the Project Authority’s or their designated representative’s inspection and acceptance.

    The contractor must provide these services during CSC’s core business hours, Monday to Friday from 8:00 am to 4:00 pm.

    The contractor must transport the biomedical and pharmaceutical waste to the contractor’s disposal or processing site in accordance with the Federal, Provincial, Territorial or Municipal Transportation of Dangerous Goods legislations.

    The contractor must dispose the biomedical and pharmaceutical waste in accordance with the laws and regulations that are applicable, whether Federal, Provincial, Territorial or Municipal.

    CSC will appropriately package and label all items as per Federal, Provincial, Territorial or Municipal guidelines for biomedical and pharmaceutical waste management.

    The contractor must accept liability for any damages caused by carriage of goods.

    The contractor will assume all ownership and all future liability for the disposal of the hazardous waste products from the time the waste is loaded into the contractor’s vehicle and the hazardous waste manifest is signed.

    The contractor must ensure they comply with all levels of regulations regarding dangerous goods as set forth by Federal, Provincial, Territorial, and Municipal Laws and Acts of Parliament.

    Language of Work:

    The contractor must perform all work in English.

    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:

    Period of the Contract: The Work is to be performed during the period of September 1, 2023 to August 31, 2024 with the option to renew for four (4) additional one-year periods.

    File Number: 21201-23-4326475

    Contracting Authority: Sylvie Gallant
    Telephone number: 506-378-8724
    Facsimile number: 506-851-6327
    E-mail: Sylvie.Gallant@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 Buyandsell.gc.ca/tenders.

    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:
     Overview of the federal government contracting process;
     Searching for opportunities on the Buy and Sell - Tenders website;
     Bidding on opportunities;
     Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    The estimated contract period will be 60 month(s), with a proposed start date of 2023/09/01.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    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
    Regional Headquarters - Atlantic
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    Contracting authority
    Sylvie Gallant
    Phone
    (506) 378-8724
    Email
    Sylvie.Gallant@csc-scc.gc.ca
    Fax
    506-851-6327
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    and
    French
    0
    001
    English
    and
    French
    0
    001
    English
    4
    001
    French
    0

    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

    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: