Offsite Diagnostic Imaging (Ultrasound) Services

Solicitation number 21401-27-4502247

Publication date

Closing date and time 2023/10/05 14:00 EDT

Last amendment date


    Description

    Offsite Diagnostic Imaging (Ultrasound) Services
    21401-27-4502247

    This requirement is for: The Correctional Service of Canada, Kingston Census Metropolitan Area.

    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 standing offer 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 provide Offsite Diagnostic Imaging (Ultrasound) Services for the Kingston Census Metropolitan Area in order to for fill the mandate to provide every inmate with essential health care and reasonable access to non-essential mental health care.

    Objectives: To address the Correctional Service Canada requirement to provide Offsite Diagnostic Imaging (Ultrasound) Services to offenders in the CMA of the Ontario Region. To meet CSC’s mandate to implement primary health care and essential health services at all stages of an offender’s sentence: in particular the provision of Offsite Diagnostic Imaging (Ultrasound) Services in accordance with acceptable professional medical standards and the required standards of practice for Ultrasound Imaging in the Province of Ontario and related regulations.

    Deliverables:
    • Provide Offsite Diagnostic Imaging (Ultrasound) Services to the offender population from institutions in the Kingston CMA of the Ontario Region by attending to offenders needs in accordance with consultation referrals from appropriate regulated professionals within CSC. Specifically, the Contractor will provide the following in-office ultrasound services:
    o Joints (i.e., Shoulder, Knee, Elbow, Ankles)
    o Lump/Bump
    o Groin
    o Hernia
    o Vascular (i.e., Carotid Doppler, Lower Arterial, Venous Veins)
    o Echocardiogram
    • All service bookings will be done on an as and when needed basis focusing on the priority groups at the call of the institutional Chief of Health Services or delegate.
    • The contractor will provide all the necessary equipment, radiological services, and function in compliance with relevant provincial and regulatory licensing bodies’ regulations/ legislation and in accordance with the policies and guidelines of Correctional Service Canada.
    • The Contractor must submit invoices on a monthly basis
    (a) Invoices must show:
    1. The date, the name and address of the client department, contract number, Procurement Business Number (PBN), and financial code(s);

    2. Details of the tasks performed, including but not limited to:
    i) Date of ultrasound;
    ii) Type of ultrasound service;
    iii) Sending institution;
    iv) Patient’s first and last initial along with the first three numbers of their FPS; and
    v) Standard procedure rate.
    3. The number of hours spent performing ultrasounds;
    4. The fixed standard rate(s) in accordance with the Basis of Payment; and
    5. The extension of the totals.

    (b) Applicable Taxes must be specified on all invoices as a separate item along with corresponding registration numbers from the tax authorities. All items that are zero-rated, exempt or to which Applicable Taxes do not apply, must be identified as such on all invoices.

    (c) By submitting an invoice, the Contractor certifies that the invoice is consistent with the Work delivered and is in accordance with the Contract.

    Invoices must be distributed as follows:

    (a) The original and one (1) copy must be forwarded to the Project Authority for certification and payment.

    (b) One (1) copy must be forwarded to the Contracting Authority identified under the section entitled Authorities of the Contract.

    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 Standing Offer and Time Frame for Delivery:

    Period of the Standing Offer: The Work is to be performed during the period of Contract Award Date 2023 to Contract Award Date 2026, with the option to renew for two (2) additional one-year periods.

    File Number: 21401-27-4502247

    Contracting Authority: Elizabeth Lake
    Telephone number: 613-328-9647
    E-mail: Elizabeth.lake@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:
     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).

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    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
    The Correctional Service of Canada
    Address

    445 Union Street West

    Kingston, Ontario, K7L 2R8
    Canada
    Contracting authority
    Elizabeth Lake
    Phone
    (613) 328-9647
    Email
    elizabeth.lake@csc-scc.gc.ca
    Address

    445 Union Street West

    Kingston , Ontario, K7L 2R8
    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
    0
    001
    English
    1
    001
    French
    0
    001
    English
    3
    001
    French
    1
    001
    English
    2
    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

    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: