SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Blood Borne/Sexually Transmitted Infectious Diseases/Harm Reduction and Addiction Education, Prevention, and Support Services for federal institutions in New Brunswick and in Nova Scotia

Solicitation number 21201-24-4618411

Publication date

Closing date and time 2024/03/11 13:00 EDT

Last amendment date


    Description

    Blood Borne/Sexually Transmitted Infectious Diseases/Harm Reduction and Addiction Education, Prevention, and Support Services for federal institutions in New Brunswick (Stream 1) and in Nova Institution (Stream 2)

    This requirement is for: The Correctional Service of Canada, in the Atlantic Region at Dorchester Penitentiary Complex and Atlantic Institution located in New Brunswick and at Nova Institution for Women and Springhill Institution located in Nova Scotia.

    Trade agreement: Canadian Free Trade Agreement (CFTA.)

    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 standing offer includes 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 to provide prevention interventions such as educational learning opportunities and support services in order to reduce the transmission of infectious diseases to federal inmates in New Brunswick and Nova Scotia in an as and when requested basis.

    Objectives: The first objective is to provide federal inmates in New Brunswick (Stream 1) and in Nova Scotia (Stream 2) client-centered education and support services on the topics of harm reduction associated with blood borne sexually transmitted infections (BBSTI), addiction and substance use in order to prevent the negative consequences of substance use and improve health on an as and when requested basis.

    The second objective is to provide prevention interventions such as educational learning opportunities and support services to clients in order to reduce the transmission of infectious diseases such as HIV and Hepatitis as well as blood borne and sexually transmitted diseases and to help clients when required in the management of infectious diseases on an as and when requested basis. The services will be delivered in collaboration with the Health Care Teams directly to inmates through non-judgmental and non-coercive strategies in order to enhance the clients’ skills and knowledge to live safer and healthier lives.

    Deliverables:

    a. Visit and provide supportive and promotional materials for the annual AIDS Walk in federal institutions in New Brunswick (Stream 1) and in Nova Scotia (Stream 2). The Offeror will provide two staff and/or volunteers to attend and assist with AIDS Walk Day activities with inmates.

    b. Deliver a one-half-day Hepatitis and HIV/AIDS related workshop and provide awareness resources such as posters/brochures. Contents of workshops will provide an overview of Hepatitis and HIV in New Brunswick (Stream 1) and in Nova Scotia (Stream 2), Canada, and the world. These workshops may be for the purposes of delivery of the Peer Education and Counseling Training program modules as well as ongoing education of Peer Education Counselors and volunteers. The Peer Education and Counseling course is a program developed by CSC which will be available to the contractor for program delivery. One-half-day workshop constitutes of 3 hours.

    c. Deliver two separate one-half-day workshops on the Prevention of Blood borne and Sexually Transmitted Infectious Diseases to inmates. Contents of workshops will provide an overview of the low and high-risk factors for contraction of these infectious diseases, how to prevent transmission of infection, and testing information. One-half-day workshop consists of 3 hours.

    d. Provide two separate one-half-day workshops on harm reduction initiatives and safe drug usage including the impact of addiction and problematic substance use in order to reduce blood borne illnesses such as HIV/AIDS and Hepatitis C and other BBSTIs to decrease the rates of deaths due to drug overdoses and reduce Stigma. One-half-day workshop consists of 3 hours.

    e. Provide two separate one-on-one individual support meetings to the HIV/Hepatitis positive inmates at each of the institutions. Duration of these sessions will be three hours and will accommodate up to three inmates per session. Every attempt shall be made to utilize these support sessions; however, if there are no HIV/Hepatitis positive offenders who request support, these sessions may be used for educational/awareness purposes.

    f. Provide four separate group support meetings to clients with addictions, including self-management strategies at each of the institutions. Duration of these sessions will be three hours and will accommodate up to ten clients per session. Every attempt shall be made to utilize these support sessions; however, if there are no offenders who request support, these sessions may be used for educational/awareness purposes.

    g. At the request of the Project Authority, participate in activities and committees related to quality improvement, patient safety, and accreditation within the institution(s), Regional Headquarters.

    h. Provide resource materials for each session that are innovative and interactive to educate and engage all participants with various learning abilities and styles in collaboration with the Project Authority to ensure that all material is appropriate to the correctional environment and meets security requirements.

    Language of Work: The Offeror must perform all work in both official languages. The Offeror must deliver the one-on-one sessions in English or French as per the choice of the individual and deliver the group sessions or workshops in a bilingual format and ensuring equal availability of materials in both English and French.

    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 April 1, 2024 to March 31, 2025 with the option to renew for four (4) additional one-year periods.

    File Number: 21201-24-4618411

    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 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:
     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 2024/04/01.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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

    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
    Sylvie Gallant
    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
    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
    1
    001
    English
    and
    French
    1
    001
    English
    12
    001
    English
    6
    001
    French
    0
    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

    Notice type
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    ,
    Nova Scotia
    Region of opportunity
    Canada
    Contract duration
    60 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: