Simulation Training - Nursing

Solicitation number 21401-27-4304278

Publication date

Closing date and time 2023/04/29 14:00 EDT

Last amendment date


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of the requirement:

    The Correctional Service Canada has a requirement to provide training to front line nurses on the Nursing Clinical Protocols (NCP) for Emergency Situations. The work will involve the following:

    1.1 Objectives:

    To provide intensive, simulation-based medical training to staff of Correctional Services Canada.

    1.2 Tasks:

    The Contractor must:

    a) Provide a maximum of twelve (12) full-day clinical simulation and lab sessions for CSC staff during the period of the contract.
    b) Schedule and attend meetings, as needed, during the development of the training,and at the Project Authority’s request to discuss and review content, scenarios with CSC Health Services representatives;
    c) Provide CSC Health Services with an outline of the scenarios for their approval;
    d) Set up the lab to reflect the CSC institutional environment (e.g. a cell)
    e) Provide one-day intensive course for nurses working in Corrections Canada that focuses on updated nursing protocols and the technical skills required to enact the protocols;
    f) The scenarios must cover all of the Nursing Clinical Protocols (NCPs) listed below:
    i. Altered Level Of Consciousness (ALOC)
    ii. Anaphylaxis
    iii. Burns
    iv. Cardiac Arrest
    v. Chest Pain
    vi. Extreme Body Temperature (environment)
    vii. Head Injury Trauma
    viii. Hypoglycemia
    ix. Overdose and Poisoning
    x. Seizure
    xi. Shock
    xii. Shortness of Breath: Moderate to Severe
    xiii. Smoke Inhalation
    xiv. Strangulation and Hanging Trauma
    xv. Stroke: Cerebral Vascular Accident (CVA)- Transient Ischemic Attack(TIA)
    xvi. Trauma

    g) The instructor(s) must provide the required amount of sessions as indicated per region and institution site. Each session will have up to 24 participants.

    1.3 Expected results:

    The scope includes, but is not limited to, simulation time including rooms and equipment, set up and clean up, technical support, instructors and consumables (including, but not limited to injection equipment, dressing materials). Any training sessions that must be cancelled by CSC will be done 14 days in advance.

    1.4 Performance standards:

    Provide a maximum of twelve (12) full-day clinical simulation and lab sessions for CSC staff during the period of the contract.

    1.5 Deliverables:

    1.5.1 The supplier must:

    a) Review CSC’s Nursing Clinical Protocols for development of scenarios and curriculum;
    b) Meet with CSC to discuss proposed case scenarios to ensure applicability related to the NCP, incorporate CSC’s comments and submit final case scenerios for CSC approval;
    c) Include high-fidelity clinical simulations with optional lab opportunities in each session;
    d) Provide training room and equipment for each session;
    e) Provide support during all clinical simulation sessions;
    f) Provide instructors for clinical simulations;
    g) Provide training materials and supplies for the training sessions (e.g. consumables);
    h) Provide preparation, simulation and debrief to nurses for each session;
    i) Provide a certificate or completion checklist to each successful participant.
    j) Contractor must be located within 50km of Kingston
    k) Must be able to training sessions that are adjusted to meet the needs of CSC and simulate CSC environments
    l) Training sessions must be provided by a registered health professional with a current licence in good standing.

    1.5.2 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at their Clinical Simulation Centre.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Criteria for assessment of the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    a) The supplier must have provided a minimum of 3 training sessions within the last 5 years prior to the ACAN closing date, that included adapting training programs to reflect the specific needs and limitations of health care delivery in correctional environments.

    b)The supplier must have provided a minimum of 3 training sessions to nurses within the last 5 years prior to the ACAN closing date, that were delivered by registered health professionals with licenses in good standing with their applicable College to deliver nursing training.

    c)Training sessions must be provided in Kingston by a registered health professional with a current licence in good standing.

    d)Must have a lab set up to reflect the CSC institutional environment (e.g. a cell)

    3. Applicability of the trade agreement(s) to the procurement

    Canada Chile Free Trade Agreement (CCFTA);
    Canadian Free Trade Agreement (CFTA);
    Canada Korea free-trade agreement.
    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP and/or the CETA.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09:
    b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    Canadian Free Trade Agreement (CFTA), Article 513
    (a) if:
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons;

    Canada Korea Free-Trade Agreement (revised World Trade Organisation-Agreement on Government Procurement (WTO-AGP) - ArticleXIII)
    a. where:
    b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii. due to an absence of competition for technical reasons;

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 4 years, from May 2, 2023 to May 1, 2027.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $145,824.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Queen’s University
    Address: 15 Arch Street
    Kingston, ON
    K7L 3N6

    13. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is April 29, 2023 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, A/Regional Contract Administrator
    Correctional Service Canada, Ontario Region
    P.O Box 1174, 445 Union Street West
    Kingston, Ontario
    K7L 4Y8
    Telephone: (343) 422-4831
    Facsimile: (613) 536-4571
    E-mail address: danielle.murdoch@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 0 month(s), with a proposed start date of 2023/05/02.

    Trade agreements

    • Please refer to tender description or tender documents

    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
    Correctional Services Canada
    Address

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario, K7L 4Y8
    Canada
    Contracting authority
    Danielle Murdoch
    Phone
    (343) 422-4831
    Email
    danielle.murdoch@csc-scc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    0 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    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.

     

    Date modified: