Medical Device Inspection Program

Status Awarded

Contract number 21201-18-2793798

Solicitation number 21201-18-2793798

Publication date

Contract award date

Contract value

CAD 66,375.04

    Description

    This contract was awarded to:

    Health Association Nova Scotia

    Medical Device Inspection Program

    This requirement is for: The Correctional Service of Canada, Atlantic Region.

    Trade agreement: North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama/Peru.

    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 does not include 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 contract a qualified firm to provide expert inspection services for the medical equipment located at Correctional Service of Canada (CSC) federal correctional facilities in the Atlantic Region (Nova Scotia and New Brunswick).

    Objectives: To provide expert inspection services for the medical equipment located at Correctional Service of Canada (CSC) federal correctional facilities in the Atlantic Region (Nova Scotia and New Brunswick).

    Deliverables:

    The contractor shall provide the following services with regards to medical devices listed in Appendix F, G, H, I, J, K, L, M, N

    1. Incoming on-site inspections to be conducted on an annual basis. Time of inspection will be determined after contract award between the Chief Health Services, Regional pharmacist or Manager of Clinical Services and the contractor. Each inspection shall include industry standard verifications for each piece of equipment listed in Annexes F, G, H, I, J, K, L, M, N

      Equipment that undergoes inspection must be tested to ensure it meets quality control standards as per the manufacturer’s guidelines.

    2. Annual performance testing, inspection and calibration of electro medical devices is required in order to comply with standards set forth by the respective provinces.
    3. During inspection, assist in identifying requirements. This will be in regards to replacing existing equipment or purchasing new equipment.
    4. During inspection, repair all issues or problems with equipment being inspected which does not require any parts.
    5. The report must be provided in writing to the Chief of Health Services, Regional Pharmacist, Manager of Clinical Services and copy must also be sent to the Project Authority at RHQ within 30 days of the site inspection. The report must detail all pieces of equipment inspected, any concerns identified and/or repairs recommended and or completed. The report must also list items either in alphabetical order or in order of equipment code.

      List of equipment

      From time to time, equipment may be added or removed from the lists of equipment when required during the period of the contract. These additions or deletions may come from the respective site authority (Chief of Health Services, Regional Pharmacist, and Manager Clinical Services) or from the Project Authority at the Regional office.

      Any changes greater than 10% in the total number of items to be inspected as part of the contract or any changes greater than 30% in the number of items at anyone specific site will require a review of the inspection fees to take into consideration the additional or reduced workload. Should this situation occur, the Project Authority will request an updated quote from the contractor for work to be done.

      NOTE: This clause excludes the addition or removal of diagnostic imaging systems and equipment. Any addition or removal of such equipment would require a new quote.

      Response Time:

      The Contractor shall provide these services Monday to Friday from 8:00 a.m. to 4:00 p.m.

      Due to the nature of the environment in which the programs will be delivered, the scheduled dates of inspections/repairs will be subject to change due to urgent institutional circumstances such as institutional lockdowns, closures due to inclement weather, security requirements, or other emergency situations at no cost to the CSC. In these cases, the Project Authority or his/her representative will advise the Contractor and work will be rescheduled.

      Travel and Living Expenses

      Travel and Living Expenses will be the responsibility of the contractor to and from CSC work sites. Vehicle transportation, driver’s permits, insurances are also the responsibility of the contractor.

    Expected Delivery Date: August 1, 2018 to July 31, 2019

    File Number: 21201-18-2793798

    Contracting Authority:

    Lise Bourque

    Regional Contract Officer

    1045 Main Street, 2nd Floor

    Moncton, NB E1C 1H1

    Telephone number: 506-851-6977

    Facsimile number: 506-851-6327

    E-mail: lise.bourque@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    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.

    Business address
    2 Dartmouth Road
    Bedford, Nova Scotia, B4A 2K7
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • JX6515 - Medical and Surgical Instruments, Equipment and Supplies - Repair
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Bourque, Lise
    Phone
    506-851-6977
    Address
    1045 Main
    Moncton, NB, E1C 1H1
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada