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.

SAP Ariba system maintenance

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

  • Saturday, April 18 from 8:00 pm until 11:59 pm (EDT)

Courier Services

Solicitation number 21120-26-5097035

Publication date

Closing date and time 2025/11/18 14:00 EST

Last amendment date


    Description

    Courier Services

    This requirement is for: The Correctional Service of Canada, Bath Institution/Regional Treatment Centre; Millhaven Institution/ Millhaven Regional Treatment Centre (Complex Outside Kingston Area); Collins Bay Complex (Kingston Area); Joyceville Complex (Outside Kingston Area); Warkworth Institution (Campbelford area); Regional Pharmacy (Kingston area); and Regional Pharmacy to Warkworth Institution, located in the Ontario region.

    Trade agreement: Canadian Free Trade Agreement (CFTA), Canada Korea Trade Agreement (CKTA), and Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement.

    Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers and to Suppliers of an applicable trading partner).

    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 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 pickup and delivery services of medical specimens (i.e., blood, urine, etc.) and pharmaceuticals within the Ontario Region.

    The work will involve the following:

    Objectives: To pick up medical specimens from federal institutions and deliver to Kingston Health Sciences Centre, Hotel Dieu Hospital, Campbellford Memorial Hospital, and Public Health Ontario Laboratory as well as pharmaceutical pickup and delivery.

    Deliverables:

    a) Medical specimens to be picked up as needed from the specified institution and immediately delivered to the specified destination. Warkworth Institution pick up must be coordinated with the pharmaceutical deliveries.

    b) To pick up pharmaceuticals from the Correctional Service Canada Regional pharmacy (1455 Bath Road, Kingston, Ontario) for daytime delivery to the Warkworth Institution (Campbellford, Ontario). Pick up Warkworth Institutions medical specimens between 13:00 and 14:00 hours for delivery to the specified destination before 16:00 hours.

    c) Pick up medical specimens from Kingston area Institutions on an after-hours basis. After-hours is defined as:
    • 16:00 hours to 07:59 hours from Monday to Friday;
    • 00:00 hours to 24:00 hours on weekends and statutory holidays

    d) Medical specimens may be dispatched to the following locations on an after-hours basis:
    • Kingston Public Health Laboratory – 181 Barrie Street, Kingston, Ontario or
    • Kingston Health Sciences Centre – 76 Stuart Street, Kingston, ON

    CSC anticipates the estimated usage requirements for after-hours services as follows:

    • Kingston Area Institutions – approximately 140 – 340 deliverables per year.

    e) The Correctional Service Canada will ensure that the required documentation, labeling container marking and packing are in accordance with the “Transportation of Dangerous Goods” regulations.

    f) The Contractor shall comply with the “Transportation of Dangerous Goods” regulations and
    Category B – Biohazardous material infectious substance and biological substances standards UN 3373 6.2.

    g) All drivers must be bonded.

    h) To pick up and deliver “non dangerous” goods (i.e supplies and pharmaceuticals) for Bath
    Institution, Collins Bay Institution Medium, Minimum and Regional Treatment Centre (Millhaven and Bath), Joyceville Assessment Unit, Joyceville Institution - inimum and Millhaven Institution which includes Regional Treatment Centre and Regional Hospital.

    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 February 1, 2026, to January 31, 2029.

    File Number: 21120-26-5097035

    Contracting Authority: Sylvie Gallant
    Telephone number: 506-378-8724
    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:
     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).

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2026/02/01.

    Trade agreements

    • 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)

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    340 Laurier Ave W

    Ottawa, ON, K1A 0P9
    Canada
    Contracting authority
    Sylvie Gallant
    Phone
    (506) 378-8724
    Email
    Sylvie.Gallant@csc-scc.gc.ca
    Address

    340 Laurier Ave W

    Ottawa, ON, K1A 0P9
    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. 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 Proposal
    Language(s)
    English
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    36 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: