FibroScan machine (liver exam) services with a certified technician to perform necessary tests
Solicitation number 21301-17-2458981
Publication date
Closing date and time 2017/01/23 14:00 EST
Last amendment date
Description
An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meet the requirements set out in the ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
1. Definition of requirement:
The Correctional Service Canada has a requirement to obtain FibroScan services with a certified technician to perform necessary FibroScan tests at targeted institutions in the Quebec Region. The work will involve the following:
- Background and objectives:
Background
In April 2015, the CSC established guidelines for the management of hepatitis C as the framework for the triple therapy against HCV at the CSC. Those guidelines were developed with the collaboration of hepatitis C specialists. Those specialists emphasized the use of FibroScan®, given that that test is quick, accurate, non-invasive and poses no risk to the patient. It allows us to assess the relevance of treatment and to give priority to cases awaiting treatment. In addition, that test is now a standard for determining the pharmacological treatment to adopt according to the stage of fibrosis.
Access to FibroScan is not possible in all Quebec areas.
We have used contractor service in the past and the experience was conclusive for the CSC. Considering that we need those exams on a regulars basis, we reiterate our need for the CSC's clientele in relation to our guidelines and policies.
Objectives
Provide inmates with access to a non-invasive liver test at the institution, prior to HCV treatment, without the need for a correctional officer to escort inmates to a clinic outside the penitentiary. That would reduce the costs of the tests and of security escorts, and decrease risks to public safety.
In addition, the test is sometimes difficult to access in some areas of Quebec.
1.2 Tasks (Deliverables):
The work will be carried out by a certified technician in Canada.
The work will be carried out over two consecutive weeks from monday to friday between 8h to 16h. During the two weeks, all institution will be visited if needed.
The clinic are planned for a maximum of 8 hours
The schedule will be plan by CSC in collaboration with the contractor.
The number of patient by institution will be 10 to 50.
CSC planned to do minimum 1 and maximum 5 tours of fibroscan in all institution.
The tour will occurred in December and May for the period of contract (2016-2018)
Allow two days at Donnacona Institution because of security restrictions.
We plan to do the first tour in January 2017.
It is agreed that the contractor will provide the equipment and a qualified technician to conduct the tests in each of the institutions.
An individual report will be produced for each patient after the test.
The equipment does not need to be connected to the CSC network.
No medical information will be retained by the contractor.
The technician must obtain a security clearance for entry into institution
In addition, the technician must provide to the medical staff a copy of the Fibroscan result immediately after the test.
1.3 Paper consumption:
a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.
b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.
c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
1.4 Constraints:
1.4.1 Location of work:
a. The Contractor must perform the work at
List of institutions and approximate number of patient actually (December 2016)
Joliette Institution
400 rue Marsolais
Joliette, (Québec)
J6E 8V4
11 tests
Archambault Institution + SADP
242 Montée Gagnon
Sainte-Anne-des-Plaines, Quebec
J0N 1H0
16 tests
Federal Training Centre Institution + site 600 (minimum)
6099 Lévesque Blvd. East
Laval, Quebec
H7C 1P1
15 tests
Cowansville Institution
400 Fordyce Ave.
Cowansville, Quebec
J2K 3N7
15 tests
Regional Reception Centre Institution
246 Montée Gagnon
Ste-Anne-des-Plaines, Quebec
J0N 1H0
10 tests
Donnacona Institution
1537 Highway 138
Donnacona, Quebec
G3M 1C9
12 tests
*To be conducted on two separate days due to security restrictions.*
Drummondville Institution
2025 Jean-de-Brébeuf Blvd.
Drummondville, Quebec
J2B 7Z6
24 tests
La Macaza Institution
321 Chemin de l'Aéroport
La Macaza, Quebec
J0T 1R0
38 tests
Port-Cartier Institution
1 Chemin de l'Aéroport
Port-Cartier, Quebec
G5B 2W2
19 tests
The amount requested by the contractor must include all expenses relating to travel, the time required to conduct the tests, and the production of the reports. The number of tests to be conducted for each institution may vary according to the movement of the population.
BASIS OF PAYMENT :
Archambault Institution
(Médium + Minimum)
242, Montée Gagnon
Sainte-Anne-des-Plaines (Quebec)
J0N 1H0
Between 10 and 50 exams to do.
Fédéral training Center Institution
(Médium + Minimum)
6099 Boul. Lévesque Est
Laval, (Québec)
H7C 1P1
Between 10 and 50 exams to do.
Cowansville Institution
(Médium)
400 Fordyce ave,
Cowansville, (Québec)
J2K 3N7
Between 10 and 50 exams to do.
Regional Reception Center Institution
(Médium)
246 Montée Gagnon,
Ste-Anne-des-Plaines,(Québec)
J0N 1H0
Between 10 and 50 exams to do.
Donnacona Institution
(Maximum)
Prévoir deux (2) jours
1537 route 138
Donnacona, (Québec)
G3M 1C9
Between 10 and 50 exams to do.
Drummondville Institution
(Médium)
2025, boulevard Jean-de-Brébeuf
Drummondville, (Québec)
J2B 7Z6
Between 10 and 50 exams to do.
La Macaza Institution
(Médium)
321, chemin de l'Aéroport
La Macaza, (Québec)
J0T 1R0
Between 10 and 50 exams to do.
Port-Cartier Institution
(Maximum)
1 rue de l'aéroport
Port-Cartier, (Québec)
G5B-2W2
Between 10 and 50 exams to do.
Joliette Institution
(Multi-niveau)
400 rue Marsolais
Joliette, (Québec)
J6E 8V4
Between 10 and 50 exams to do.
b. Travel
i. Travel at the locations indicated above will be required to performed the work under this contract.
1.4.2 Language of Work:
The contractor must perform all work in English or French as the case may be.
1.4.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE # 21301-17-2458981
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
5. The Contractor/Offeror must comply with the provisions of the:
a)Security Requirements Check List and security guide (if applicable), attached in Annex;
b)Industrial Security Manual (Latest Edition).
2. Minimum essential requirements:
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
Professional designation, accreditation and/or certification:
Provide the name of a technician who will perform the work and who is certified to be able to perform the required tests. The copy of the certification must be provided with your statement of capability and be valid. The technician must be able to move in the various institutions to conduct regional tours (of Quebec) of Fibroscan tests with Fibroscan equipment. It is the responsibility of the supplier to ensure that the technician will have the Fibroscan machine at the appropriate time to perform the tests. The technician must therefore be able to guarantee that he will be able to test with this equipment (Fibroscan), of which only one supplier in Canada is authorized to sell or rent it.
Significant experience (at least 1 year):
The technician must be able to demonstrate an experience of at least one year (within the last 5 years) in the use of Fibroscan equipment to demonstrate the skill required to perform the work requested.
3. Applicability of the trade agreement (s) to the procurement
This procurement is not subject to any trade agreement.
4. Set-aside under the Procurement Strategy for Aboriginal Business
This procurement is not subject to any set-asides for Aboriginal Suppliers.
5. Comprehensive Land Claims Agreement (s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
Regarding this type of device (Fibroscan) :
It is relevant to use of FibroScan®, given that that test is quick, accurate, non-invasive and poses no risk to the patient. It allows us to assess the relevance of treatment and to give priority to cases awaiting treatment. In addition, that test is now a standard for determining the pharmacological treatment to adopt according to the stage of fibrosis.
- This type of device is the only one that gives a measure of fibrosis in the liver. Essential measure in prescribing medical treatment.
- Other radiological devices (ultrasound, scan, etc.) do not provide this measurement.
For this device, currently only one supplier is authorized in Canada to sell or rent Fibroscan equipment. This company is KNS Canada inc., located at 2020 Ellesmere Road, Unit 12 Toronto Ontario M1H 2Z8. The manufacturer of the Fibroscan device is Echosens.
In order for a technician to be authorized to perform tests on patients with this equipment, he must demonstrate that he has received the appropriate training to use properly the Fibroscan device.
The pre-identified supplier (KNS Canada inc.) meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
(d) only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. The period of the proposed contract or the delivery date(s)
The proposed contract is for a period of about 2 years, from the granting of the contract to December 31, 2018.
11. A cost estimate of the proposed contract
The estimated value of the contract is 104 500.00 $ (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: KNS Canada inc
Address: 2020 Ellesmere Road, Unit 12 Toronto Ontario M1H 2Z8
13. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. The closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is January 23, 2017 à 14 (Eastern Standard Time).
15. Enquiries and submission of statement of capabilities
Enquiries and statement of capabilities are to be directed to:
Vincent Fournier
Agent régional des approvisionnements et contrats
Service correctionnel du Canada | Correctionnal Service Canada
250 Montée St-François, Laval QC H7C 1S5
Vincent.Fournier@csc-scc.gc.ca
Téléphone | Telephone 450-661-9550 ext 3298 / Télécopieur | Facsimile 450-664-6626
Gouvernement du Canada | Government of Canada
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Fournier, Vincent
- Phone
- 450-661-9550
- Address
-
250, Montée Saint-FrançoisLaval, QC, H7C 1S5CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
addenda-addendum_1_21301-17-2458981.pdf | 001 |
French
|
2 | |
addenda-addendum_1_21301-17-2458981.pdf | 001 |
English
|
3 | |
lvers_signee.pdf |
French
|
5 | ||
21301-17-2458981_preavis_dadjudication_de_contrat.pdf | 000 |
French
|
2 | |
21301-17-2458981_an_advanced_contract_award_notice.pdf | 000 |
English
|
9 | |
lvers_signee.pdf |
English
|
5 |
Access the Getting started page for details on how to bid, and more.