SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

MDMP – Medical and Dental Devices Inspection

Solicitation number 21401-28-4264838

Publication date

Closing date and time 2023/04/11 14:00 EDT

Last amendment date


    Description

    This requirement is for: The Correctional Service of Canada, Ontario Region – Health Services

    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 Canada has a requirement to contract a qualified firm to provide qualified inspection and appropriate routine calibration services for the medical devices and equipment located at Correctional Service of Canada (CSC) federal correctional facilities in the Ontario Region. The work will involve the following:

    1.1 Background

    As part of its mandate, the Correctional Service of Canada (CSC) has built and maintains a large number of secure sites with a diverse security profile. In order to provide the requisite health services to the inmate population within these sites, each institution and regional pharmacy has a wide variety of medical systems and components that, in all aspects, constitutes a critical infrastructure that must be maintained.

    The Health Services Sector of CSC has developed a Medical Device Maintenance Program (MDMP), which outlines the processes for the effective inspection, routine calibration, upgrading and replacement of medical devices and equipment used in CSC Health Services clinics, hospitals, and Regional Pharmacies.

    The MDMP ensures that medical devices and equipment are safe and functional. It also provides guidance to identify and address potential problems with medical devices and equipment that may results in injury to staff or clients, and requires follow-up on medical equipment or devices involved in an adverse event.

    1.2 Objectives

    To support the MDMP, CSC requires the service of qualified Contractor to perform an annual inspection of all relevant medical devices and equipment that fall within the inspection profile of the MDMP.

    1.3 Tasks

    The Contractor must provide qualified technician(s) to perform the inspection of the medical devices and equipment CSC has identified in its federal correctional facilities, maintain suggested calibration timelines as appropriate and recommended, and to provide guidance on timely replacement or updating of items.

    The Contractor must provide technical support services designed and delivered to ensure the quality and effectiveness of CSC medical devices, medical equipment and associated components.

    The medical devices within an Institutions Health Services can be broken down into two distinct categories:

    1. Equipment that should be repaired when it ceases to function; and
    2. Equipment that should be replaced when it ceases to function

    1.4 Deliverables

    The Contractor must provide the following services with regards to medical devices within the Ontario Region (example list of equipment included in Appendix 1 to Annex A)

    A) The Contractor must perform on-site inspections on an annual basis. The Project Authority and Contractor will determine the time and date of inspections after contract award. Each inspection must include industry standard verifications for each piece of equipment. The Contractor must provide, inspect, manage and control all required test equipment. The Project Authority will provide a complete list of equipment that must be tested and inspected during the site visit, to the Contractor, at least 10 working days prior to each site visit.

    The Contractor must test equipment undergoing inspection to ensure it meets quality control standards as per the manufacturer’s guidelines.

    From time to time, CSC may add or remove equipment from the lists of equipment at its discretion during the period of the contract. The CSC site authority will be responsible for deletions from or additions to the lists of equipment.

    B) The Contractor must provide annual performance testing, inspection and calibration of electro medical devices in order to comply with standards set forth by the Province of Ontario.

    C) During inspection, the Contractor must assist the CSC site authority in identifying requirements with respect to repairing existing equipment or purchasing new equipment.

    D) During inspection, the Contractor must repair all issues or problems with equipment being inspected which do not require any parts.

    E) The Contractor must submit an inspection report in writing to the Contract Authority within 30 days of the on site inspection. The report must detail all pieces of equipment inspected, calibrations performed and results of same. The Contractor must also include any concerns identified, or repairs recommended, or completed repairs, or any combination of the three. When possible, repair recommendations will identify replacement parts and estimated associated costs.

    F) The Project Authority will approve, at their own discretion, all proposed test equipment before it is deployed on site. The Contractor must note that some forms of equipment qualify as contraband within the precinct of a correctional institution and are therefore not permitted on site.

    1.5 Technician Certifications

    Many manufacturers of medical equipment provide certification programs for the inspection and service of their product lines. The Contractor must provide Technician(s) to complete the work that have the necessary qualifications, training and certification to inspect all equipment.

    The Contractor may provide more than one Technician to an institution to inspect the equipment to ensure that a Technician with the proper certification and training applicable to each piece of equipment maintains it. At their own discretion, the Project Authority may ask technicians to provide proof they have the proper certification and training before the perform any work on CSC equipment.

    1.6 Location of Work

    An individual assigned by the CSC Institution or Regional Headquarters will escort the Technician throughout the site. The Contractor must ensure that the technician abides by the instructions regarding the escort provided by the Institutional Head or its delegate to the technician.

    The Contractor must perform work at:

    Bath Institution/Regional Treatment Centre
    5775 Bath Road
    P.O. Box 1500
    Bath, ON K0H 1G0
    (613)-351-8346
    Fax: 613-351-8039

    Beaver Creek Institution (Medium)
    2000 Beaver Creek Drive
    P.O. Box 5000
    Gravenhurst, ON P1P 1Y2
    (705)-687-1895
    Fax: 705-687-1896

    Beaver Creek Institution (Minimum)
    2000 Beaver Creek Drive
    P.O. Box 1240
    Gravenhurst, ON P1P 1Y2
    (705)-687-6641
    Fax: 705-687-5010

    Collins Bay Institution (Max/Medium)
    1455 Bath Road
    P.O. Box 190
    Kingston, ON K7L 4V9
    (613)-545-8598
    Fax: 613-536-3497

    Collins Bay Institution (Minimum)
    1455 Bath Road
    P.O. Box 7500
    Kingston, ON K7L 5E6
    (613)-536-6000
    Fax: 613-536-8823

    Grand Valley Institution for Women
    1575 Homer Watson Blvd
    Kitchener, ON N2P 2C5
    (519)-894-2011
    Fax: 519-894-5434

    Joyceville Institution
    Highway 15
    P.O. Box 880
    Kingston, ON K7L 4X9
    (613)-536-6400
    Fax: 613-536-6433

    Joyceville Minimum
    Highway 15, No. 3766
    P.O. Box 4510
    Kingston, ON 4X9

    Millhaven Institution/Regional Treatment Centre/Regional Hospital
    Highway 33, 5775 Bath Rd.
    P.O. Box 280
    Bath, ON K0H 1G0
    (613)-351-8000
    Fax: 613-351-8136

    Regional Pharmacy
    1455 Bath Road
    P.O. Box 190
    Kingston, ON
    (613)-547-7719

    Regional Headquarters
    508 Portsmouth Avenue
    Kingston, ON

    Warkworth Institution
    County Road #29
    P.O. Box 760
    Campbellford, ON K0L 1L0
    (705)-924-2210
    Fax: 705-924-3351

    Travel to the list locations will be required for performance of the work under this contract (See addresses listed above). Travel is not reimbursable.

    1.7 Language of Work

    The Contractor must perform all work in English.

    1.8 Hours of Work

    The Contractor must provide these services during CSC’s core business hours (Monday to Friday from 8:00 a.m. to 4:00 p.m.)

    Due to the nature of the environment in which the Contractor must provide services, the scheduled dates of inspection and repairs are subject to change due to urgent institutional situations such as Institutional lockdowns, closures due to inclement weather, security requirements, public health measures, or other emergency situations. The Contractor must reschedule the services at no cost to CSC. In these cases, the Project Authority will advise the Contractor of the need to reschedule an inspection with as much notice as possible. The Project authority and Contractor will reschedule the inspection, at a time agreeable to both. To avoid unneccesary travel to an institution, the Contractor must call the institution the morning of the scheduled date to ensure the inspection can proceed.

    Appendix 1 to Annex A – Sample list of Medical Devices & Equipment

    The list below is only representative of the types of devices that CSC may include in the inspections during a site visit. The Contractor must use it only as a guide and estimate and must not consider it an exhaustive list.

    As CSC needs may fluctuate during the period of the contract, the Contractor should not consider this list to be representative of the total number of items that will require inspection at each site visit. The Project Authority will provide a complete list of equipment to be inspected and tested to the Contractor, at least 10 working days prior to each site visit. The equipment includes, but is not limited to:

    Dental Equipment – chairs, curing lights, x-rays, x-ray processors, water distillers, pulp testers, amalgamators, ultrasonic cleaners, grinders, polishers, cavitrons.

    Opthlamology Equipment – chairs, standards, kerometers, retinascopes, lensometers, tonometers, phoropters, slit lamps, visual acuity projectors.

    Treatment Assistance – suction units, oxygen concentrators, infusion pumps, haemoglobin anaylzers, electrocardiographs, cast cutters, vacuum units, stretcher.

    Vital Signs Assistance – monitors, portable pulse, oximeters.

    Other – medication and vaccine fridges, electrosurgical units, electronic balances, centrifuges.

    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 May 1, 2023 to April 30, 2026 with the option to renew for two (2) additional one-year periods.

    File Number: 21401-28-4264838

    Contracting Authority: Monika Alexander, Regional Procurement Officer
    Correctional Service Canada, Regional Headquarters, Ontario Region
    Telephone number: 647.234.2934
    E-mail: monika.alexander@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 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).

    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:
     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).

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2023/05/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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.

    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
    Address

    340 Laurier Ave W

    Ottawa, Ontario, K1P 0P9
    Canada
    Contracting authority
    Monika Alexander
    Phone
    (647) 234-2934
    Email
    monika.alexander@csc-scc.gc.ca
    Address

    445 Union Street

    Kingston, Ontario, K7L 4Y8
    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
    and
    French
    1
    001
    English
    and
    French
    4
    001
    English
    and
    French
    2
    001
    English
    and
    French
    3
    001
    English
    and
    French
    4
    001
    English
    and
    French
    2
    001
    English
    2
    001
    French
    0
    001
    English
    3
    001
    French
    0

    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, French
    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: