Optometry Services – Kent and Mountain Institution
Status Awarded
Contract number 21833-17-0017
Solicitation number 21833-17-0017
Publication date
Contract award date
Status Awarded
Contract number 21833-17-0017
Solicitation number 21833-17-0017
Publication date
Contract award date
This contract was awarded to:
Optometry Services – Kent and Mountain Institution
This requirement is for: The Correctional Service of Canada, Pacific Region
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 Aboriginal Business: This procurement is not subject to any set-asides for Aboriginal 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 for the provision of optometry services to offenders at Kent Institution and Mountain Institution in the Pacific Region.
Objectives: “Every inmate shall be provided, in accordance with current directives, with the essential medical and dental care that he requires.” (Corrections and Conditional Release Act)
Tasks:
The Optometrist is responsible for the provision of optometric services to the inmates by providing the following services:
All Equipment and supplies necessary for the Optometry Services are provided by CSC.
Deliverables:
Conduct optometry clinics up to 3 hours in duration at each institution named above. Clinics will be scheduled at a time which is mutually convenient for both the Contractor and the Department.
Standards:
The Contractor must perform services that are consistent with the Community standards, standards set by the College of Optometrist's of British Columbia and within the confines of the National Essential Health Services Framework, including but not limited to, the use of Standard Precautions as required in the performance of their duties.
Term of Contract:
Period of the Contract: The Work is to be performed during the period of April 1, 2017 to March 31, 2021.
File Number: 21833-17-0017
Contracting Authority: Willow Bruyninckx
Correctional Service Canada
Regional Headquarters – Pacific
33991 Gladys Avenue, PO Box 4500
Abbotsford BC Canada V2S 2E8
Telephone number: 604-851-3233
Facsimile number: 604-870-2444
E-mail: willow.bruyninckx@csc-scc.gc.ca
NOTE TO BIDDERS:
Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice.
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).
Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.
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.
The Office of Small and Medium Enterprises (OSME) 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).
Refer to the description above for full details.