Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Nurses Education

Solicitation number 21801-23-0150

Publication date

Closing date and time 2024/03/25 17:00 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 in 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 Correctional Service Canada staff.

    1.2 Tasks:

    The contractor must:

    a) 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.
    b) Develop a two-day curriculum covering the emergency situations nursing clinical protocols and
    provide CSC Health Services with an outline of the scenarios for their approval.
    c) Set up the lab scenarios to reflect the CSC institutional environment (e.g., cell).
    d) Provide two-day intensive course for nurses working in Corrections Canada that focuses on updated nursing protocols and technical skills required to enact the protocols.
    e) The scenarios must cover all the sixteen Nursing Clinical Protocols for emergency situations 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

    1.3 Expected results:

    The scope includes, but is not limited to, simulation time, providing rooms and equipment, set up and clean up, technical support, instructors and consumables (included but not limited to, injection equipment, dressing materials). CSC reserves the right to cancel any training session and will send a notice to the Contractor 14 days advance when it needs to cancel a session.

    1.4 Performance standards:

    The Contractor must provide a maximum of thirty (30), two-day clinical simulation and lab sessions for CSC staff during the period of the contract (sixty days in total).

    1.5 Deliverables:

    1.5.1 The Contractor must:

    a) Review CSC’s NCP 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 scenarios for CSC approval.
    c) Include high –fidelity clinical simulations with optimal lab opportunities in each session.
    Provide training room and equipment for each session.
    d) Provide support during all clinical simulation sessions.
    e) Provide instructors for clinical simulations.
    f) Provide training materials and supplies for the training sessions (e.g., equipment and consumables). CSC will provide a Emergency Response bag, cart and drug box with consumables, excluding AED and suction machines. The Contractor must provide the remaining supplies needed for the training sessions.
    g) Provide preparation, simulation and debrief to nurses for each session.
    h) Provide a certificate or completion checklist to each successful participant.
    i) Provide training sessions that are adjusted to meet CSC's needs and simulate CSC environments in scenarios.
    j) Provide a registered health professional with a current license in good standing to deliver the training sessions. CSC may ask for proof of licensing at any time.
    k) Provide a maximum of thirty (30), two-day training sessions that consist of full day clinical simulation and lab sessions for CSC staff during the period of the contract. Each session will have a maximum of six (6) participants.

    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 the contractor’s place of business.

    b. Travel

    i. 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:

    Must be a university that offers Nursing Programs for a Bachelor of Science in Nursing.

    The supplier must have an active, operational Simulation lab with high fidelity mannequins on site for in person training for a group of nurses (up to six nurses per class).

    Experience:

    The supplier must have two years experience, obtained in the last five years prior to the ACAN closing date, in delivering educational programs to nurses.

    The supplier must have two years of experience, obtained in the last five years prior to the ACAN closing date, in developing an education program for nurses that enhances and improves their skills.

    The supplier must have two years of experience, obtained in the last five years prior to the ACAN closing date in providing hands on learning for a group of nurses using high tech Simulation Labs, nursing labs, mannequins, scenarios and in class teaching facilitated by instructors.

    The supplier must have completed two projects in the last five years prior to the ACAN closing date that demonstrate the delivery of education programs to nurses using a simulation lab.

    The supplier must have a facilitator who is a practicing Registered Nurse, with a license in good standing with the BC College of Nurses and Midwives.

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

    This procurement is subject to the following trade agreement(s):

    Canada Chile Free Trade Agreement (CCFTA);
    Canadian Free Trade Agreement (CFTA);
    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP));

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, CPTPP 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:

    (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.

    Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP) – Article 15.10:

    (b) if the good or service can be supplied only by a particular supplier and no reasonable alternative or substitute good or service exists 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 two (2) years, from March 20, 2024, to March 31, 2026.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $150,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Kwantlen Polytechnic University
    Address: Langley Campus

    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 March 25, 2024 at 2:00PM Pacific Time.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Amber Hupper
    Correctional Service Canada
    Regional Headquarters
    33391 Gladys Avenue
    Abbotsford, BC V2S 2E8
    Telephone: 236-380-1379
    Facsimile: 604-870-2444
    E-mail: Amber.Hupper@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s), with a proposed start date of 2024/04/01.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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
    Correctional Service Canada
    Address

    33391 Gladys Avenue

    Abbotsford, British Columbia, V2S2E8
    Canada
    Contracting authority
    Amber Hupper
    Phone
    (236) 380-1379
    Email
    Amber.Hupper@csc-scc.gc.ca
    Fax
    604-870-2444
    Address

    33391 Gladys Avenue

    Abbotsford, British Columbia, V2S2E8
    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
    12
    001
    French
    1

    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
    Advance Contract Award Notice
    Region(s) of delivery
    Canada
    ,
    British Columbia
    ,
    Armstrong
    Region of opportunity
    Abbotsford
    Contract duration
    24 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: