Optometry Services for Fraser Valley Institution
Status Awarded
Contract number 21850-24-0029
Solicitation number 21850-24-0029
Publication date
Contract award date
Contract value
Status Awarded
Contract number 21850-24-0029
Solicitation number 21850-24-0029
Publication date
Contract award date
Contract value
This requirement is for: The Correctional Service of Canada, Optometry Services for
Fraser Valley Institution
Trade agreement: This procurement is not subject to any trade agreement.
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 includes security requirements.
Nature of Requirements:
The following is a summary of the statement of work for this requirement.
The Correctional Service of Canada (CSC) Health Services require the services of an optometrist for Fraser Valley Institution in the Pacific Region. The Contractor (Optometrist) must provide optometry services to inmates and collaborate with the institution's multi-disciplinary health services team that includes, but is not limited to, nurses, physician, dietitians, radiology services, dental, psychiatry, psychology and other allied healthcare professionals.
Objectives: Provide essential optometry services, on an as and when requested basis, to inmates at Fraser Valley Institution as an optometrist, in accordance with CSC’s CDs, Health Services Policies, and Guidelines.
Deliverables:
Inmate care:
a) The Contractor must provide optometry services to inmates on an as and when requested basis, as determined by the Chief Health Services, in accordance with the National Essential Health Services Framework, including any amendment to this Framework issued by CSC during the contract period and any optional period if and when exercised by CSC.
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 November 1, 2024 to October 31, 2025 with the option to renew for four (4) additional one-year periods.
File Number: 21850-24-0029
Contracting Authority: Carmen Skolos
Telephone number: 236-380-0057
Facsimile number: 604-870-2244
E-mail: Carmen.Skolos@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).
104-1945 McCallum Rd
The contract will be for a period of 11 month(s), from 2024/11/22 to 2025/10/31.
CAD 15,750.00
A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:
Unit 100, 33991 Gladys Avenue