Medical Device Maintenance Program

Solicitation number 21201-23-4319384

Publication date

Closing date and time 2023/04/20 13:00 EDT

Last amendment date


    Description

    Medical Device Maintenance Program

    This requirement is for: The Correctional Service of Canada (CSC), for all federal correctional facilities in the Atlantic Region (Nova Scotia and New Brunswick): Atlantic Institution, Renous (NB), Dorchester Complex Medium Sector, Dorchester (NB), Dorchester Complex Minimum Sector, Dorchester (NB), Nova Institution, Truro (NS), Regional Headquarters, Moncton (NB), Regional Hospital, Dorchester (NB), Regional Pharmacy, Moncton (NB), Shepody Healing Center, Dorchester (NB) and Springhill Institution, Springhill (NS)

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    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 does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    As part of its mandate, Correctional Service 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 has a wide variety of medical systems and components that, in all aspects, constitutes a mission critical infrastructure that must be maintained.

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

    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 result in injury to staff or patients and requires a follow up on medical equipment or devices involved in an adverse event.

    To support the MDMP, CSC requires the services of expert resources to conduct an annual inspection of all relevant medical equipment that falls within the inspection profile of the MDMP (hereinafter referred to as “Equipment”).

    The following is a summary of the statement of work for this requirement.

    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 must provide the following services with regards to medical devices listed in Appendix C, D, E, F, G, H, I, J, K.

    a. Conduct on-site inspections on an annual basis. Time of inspection will be determined after contract award between the Managers Health Care & Rehabilitation Program and Services at each site, Chief of Health Services at Regional Hospital & Shepody Healing Center, Regional Pharmacist or Regional Clinical Practice Lead, Nursing at RHQ and the contractor. Each inspection must include industry standard verifications for each piece of equipment listed in Annexes C, D, E, F, G, H, I, J, IK.

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

    b. Perform annual performance testing, inspection and calibration of electro medical devices in order to comply with standards set forth by the respective provinces.

    c. During inspection, assist in identifying requirements with regards to replacing existing equipment or purchasing new equipment.

    d. During inspection, repair all issues or problems with equipment being inspected which does not require any parts.

    e. The report must be provided in writing to the Managers Health Care & Rehabilitation Program and Services at each site, Chief of Health Services at Regional Hospital & Shepody Healing Center, Regional Pharmacist, Regional Clinical Practice Lead -Nursing at RHQ 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 (ie part #, etc.) and or completed. The report must also indicate date of visit and list items either in alphabetical order or in order of equipment code.

    Inspection schedule:

    The Contractor must perform the inspections during the CSC’s core business hours of 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 perform the inspections, the scheduled dates of inspections and 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. In these cases, the Project Authority or their representative will advise the Contractor and work will be rescheduled at no cost to CSC.

    Travel and Living Expenses:

    This requirement does not include Travel and Living Expenses. The contractor’s prices must include all vehicle transportation, tools, equipment, consumables, permits, insurances, supervision and return travel time to provide the required services.

    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 August 1, 2023 to July 31, 2024 with the option to renew for four (4) additional one-year periods.

    File Number: 21201-23-4319384

    Contracting Authority: Sylvie Gallant
    Telephone number: 506-378-8724
    E-mail: Sylvie.Gallant@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 60 month(s), with a proposed start date of 2023/08/01.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    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
    Regional Headquarters - Atlantic
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    Canada
    Contracting authority
    Sylvie Gallant
    Phone
    506378-8724
    Email
    Sylvie.Gallant@csc-scc.gc.ca
    Fax
    506-851-6327
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C 1H1
    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.

    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
    New Brunswick
    ,
    Nova Scotia
    Region of opportunity
    Canada
    Contract duration
    60 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: