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:

    1. 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

    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 of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Fournier, Vincent
    Phone
    450-661-9550
    Address
    250, Montée Saint-François
    Laval, QC, H7C 1S5
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    French
    2
    001
    English
    3
    French
    5
    000
    French
    2
    000
    English
    9
    English
    5

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: