Foot Care Nursing Services for Inmates

Solicitation number 21801-23-0133

Publication date

Closing date and time 2024/01/22 17:00 EST

Last amendment date


    Description

    Foot Care Nursing Services for Inmates

    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 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.

    Correctional Service of Canada (CSC) is mandated, under the Corrections and Conditional Release Act (CCRA), to “provide every inmate with essential health care and reasonable access to non-essential mental health care.”

    1.1 Background
    During the period of incarceration, inmates are provided with a range of coordinated health services that are accessible, affordable, and appropriate to the correctional environment. In CSC, specialized trained nurses provide foot care, with emphasis on diabetic foot care.

    1.2 Objectives:
    To provide diabetic foot care to offenders in all institutions in the Pacific Region and meet CSC’s mandate to provide primary health care and essential health services to all offenders at all stages of incarceration; particularly, the provision of diabetic foot care.

    1.3 Tasks:
    Institutional Physicians, with the CSC Chiefs of Health Services’ (CHS) approval, will send referrals to the contractor.

    The Contractor must:

    Obtain signed consent and waiver from each inmate before provision of foot care services;
    Conduct thorough foot assessment and treatment for all offenders in accordance with acceptable medical and safety standards;
    Provide all necessary equipment and functions in compliance with BC’s regulatory agency and in accordance with CSC’s policies and guidelines. This must include Biological indicator strip testing as required;

    Ensure adequate cleaning and sterilization of all foot care instruments following the highest level of infection control standards and in accordance with Best Practice Guidelines for Cleaning, Disinfection and Sterilization of Critical and Semi-critical Medical Devices In BC Health Authorities;

    Maintain a valid nursing license and keep a record of sterilization of equipment related to this contract. CSC may request the records of such procedures up to twice annually to confirm compliance and for accreditation purposes. CSC reserves the right to request the procedure records at any time to confirm compliance with sterilization procedures;
    Book client appointments and follow-up as and when needed with primary focus on offenders with diabetes;
    Maintain an inventory list of all equipment brought to the institution and have it available when providing service;
    Dispose biomedical waste appropriately at the point of care;
    Package and transport soiled devices in compliance with federal and provincial regulations regarding the transport of dangerous goods, unless using single use equipment which must be disposed as biomedical waste, at the point of care;
    Clean designated treatment area following provision of foot care service to each inmate in accordance with infection and prevention and control guidelines;
    Consult with the Chief of Health Services to determine clinic dates and times by mutual agreement.

    1.4 Deliverables:
    The contractor must provide basic, advanced, and diabetic foot care services to patients in all CSC institutions in the Pacific Region: Pacific Institution, Matsqui institution, Fraser Valley Institution, Mission minimum Institution, Mission Medium Institution, Kwikwikwelp Healing Village, Mountain Institution and Kent Institution.

    The contractor must provide all tools, supplies and equipment required to provide foot care.

    The Contractor must sterilize and maintain equipment according to Infection Prevention and Control Guidelines.

    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 February 1, 2024 to January 31, 2025 with the option to renew for two (02) additional one-year periods.

    File Number: 21802-23-0133

    Contracting Authority: Amber Hupper
    Telephone number: 236-380-1379
    Facsimile number: 604-870-2444
    E-mail: Amber.Hupper@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), with a proposed start date of 2024/02/01.

    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
    Correctional Service Canada
    Address

    33991 Gladys Avenue

    Abbotsford, British Colubmia, V2S 2E3
    Canada
    Contracting authority
    Amber Hupper
    Phone
    (236) 380-1379
    Email
    Amber.Hupper@csc-scc.gc.ca
    Fax
    604-870.2444
    Address

    33991 Gladys Avenue

    Abbotsford, British Columbia, V2S2E8
    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
    21
    001
    English
    16
    001
    French
    1
    001
    French
    1

    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
    Canada
    ,
    British Columbia
    Region of opportunity
    British Columbia
    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: