SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Diagnostic imaging ultra sound services

Solicitation number 21401-21-3310836

Publication date

Closing date and time 2019/12/02 14:00 EST


    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 meets 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 provide diagnostic imaging in accordance with acceptable community standards and with the essential health services framework. The work will involve the following:

    1.1 Objectives:

    • To address the Correctional Service Canada requirement to provide ultra sound diagnostic imaging services to offenders at specific institutions in the Ontario Region.
    • To meet CSC’s mandate to implement primary care and essential health services at all stages of an offender’s sentence: in particular the provision of ultra sound imaging services on site in accordance with acceptable professional medical standards, required standards of practice for ultra sound imaging in the province of Ontario and related regulations.

    1.2 Tasks: The Contractor must:

    • Provide diagnostic imaging ultra sound services by a regulated professional at designated institutions in the Ontario Region by attending to offenders in accordance with consultation referrals from appropriate regulated health professionals within CSC.
    • Deliver care at clinics within the designated institutions
    • Schedule diagnostic services on an as and when needed basis focusing on the priority groups as determined by the Institutional Chief or delegate.
    • Provide all the necessary equipment functioning in compliance with relevant provincial and regulatory licensing bodies regulations/legislation and in accordance with the policies and guidelines of the Correctional Service of Canada.
    • All technologists must be registered and in good standing with their regulatory body in the province of Ontario and are required to participate in the College Quality Assurance program.
    • Provide care using the highest level of infection control standards available such as Provincial Sterilization Standards, and maintain all records associated with the autoclave sterilization process if required. Records of procedures related to this contract may be required by CSC up to twice annually to confirm compliance and/or for accreditation purposes. The Contractor is to provide care and treatment, including the application of equipment, in accordance with Health Canada on infection control. This is the best practice in the prevention of infections, is compliant with Accreditation Canada Standards, and current community practices.

    1.3 Expected results:

    • The Contractor must provide quality, diagnostic ultra sound images in accordance with professionally accepted standards of practice.
    • The Contractor must provide a diagnostic reading of ultra sound images that meets the required standards of practice by a health professional in accordance with their respective college of practice.
    • The Contractor must provide a written report of the diagnostic image to health professionals at the health care unit of the institution where the offender resides within 7-business days.

    1.4 Performance standards:

    • Practice in accordance with the standards set out in the Regulated Health Professions Act, 1991—
    • Ability to provide sonography reports in writing to site within 7-business day of the test being completed.
    • Comply with infection control standards as set out by the Public Health Agency of Canada in relation to the performance of the contract
    1. Deliverables:

    1.5.1 To provide quality diagnostic ultra sound imaging services to the offender population in accordance with professionally accepted standards including generating relevant reports and findings.

    1.5.2 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).

    1.6 Constraints:

    1.6.1 Location of work:

    1. The Contractor must perform the work at the following institutions in the Ontario Region:

      Millhaven Institution

      Bath Institution

      Joyceville Institution

      Collins Bay Institution

    b. Travel

    Travel to the following locations will be required for performance of the work under this contract:

    Millhaven Institution

    Bath Institution

    Joyceville Institution

    Collins Bay Institution

    1.6.2 Language of Work:

    The contractor must perform all work in English

    1.6.3 Security Requirements

    This contract includes the following security requirements:

    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 Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (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 the CSP/ISS/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 the CSP/ISS/PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and security guide (if applicable), attached at Annex A;

    b) Industrial Security Manual (Latest Edition).

    CSC Approved Health Services Exemption for the Removal, Offsite Storage and Electronic Data Processing of Offender Personal Medical Information under CSC issued contracts.

    1. The Contractor/Offeror must practice and take measures to protect shared personal health information in accordance with the applicable legislation which governs the disclosure of personal and health information under federal and provincial laws, applicable provincial health information acts, and the provincial/territorial regulatory body’s professional practice standards. This includes collection, receipt, transmission, storage, disposal, use and disclosure of information under its control among authorized persons of employees of the Contractor/Offeror.
    1. In case of security breach or the unauthorized use of shared personal information, the Contractor/Offeror must notify the CSC Project Authority and implement all procedures and disclosure requirements as defined by their professional certifying body and those required of federal and provincial laws and regulations.

    2. Criteria for assessing the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Experience:

    Years of experience: the supplier must have three (3) years of experience, obtained within the past 5 years, in providing imaging ultrasound services including sonography reports.

    Professional designation, accreditation and/or certification:

    All of the supplier’s diagnostic medical sonographes must be registered and in good standing with the College of Medical Radiation Technologists of Ontario (CMRTO)

    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

    The proposed contractor has been providing the service with excellent results in the community and has the capacity to provide the service within CSC facilities thus resulting in cost avoidance and public safety benefit.

    There is a limited number of suppliers available to provide imaging ultrasound services within CSC facilities to meet the health care needs of CSC inmates.

    The pre-identified supplier 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:

    (a) 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. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 1 year, from December 3, 2019 to December 2, 2020 with an option to extend the contract for 1 additional 1-year period.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 85,200 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Kingston Imaging Services

    Address: 797 Princess Street

    Kingston, ON

    K7L 1G1

    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. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is Monday, December 2, 2019 at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Shane Collins, Regional Contract Administrator

    Correctional Service Canada, Ontario Region

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario

    K7L 4Y8

    Telephone: 613-536-4570

    Facsimile: 613-536-4571

    Email: shane.collins@csc-scc.gc.ca

    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
    Collins, Shane
    Phone
    613-536-6127
    Email
    shane.collins@csc-scc.gc.ca
    Fax
    613-536-4571
    Address
    445 Union Street West
    PO Box 1174
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Ontario (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering

    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: