Important Notice: Procurement Posting Guidelines During Federal Elections

During a federal government election, it is the buyer’s responsibility to obtain proper approval prior to posting procurement activities on CanadaBuys. For more information on obtaining approval prior to posting on CanadaBuys, buyers should contact their supervisor. For technical questions regarding publications or urgent requirements regarding postings, contact the Service Desk.

ISC - Backup Nursing Services

Solicitation number 5A090-192272/A

Publication date

Closing date and time 2019/10/17 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: If 2+ bids offer Canadian goods/services other bids will not be considered
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Request for Standing Offers (RFSO) for Backup Nursing Services to Remote, Isolated, and Semi-Isolated First Nations (FN) Communities.
    
    BACKGROUND:
    The Department of Indigenous Services Canada (ISC) currently funds and/or delivers primary care services, accessible on a twenty-four hours a day, seven days a week basis in over 79 health facilities serving 111,000 FN clients in Remote, Isolated and Semi-Isolated FN communities, where access to provincial services is limited or non-existent. 
    
    ISC employs Registered Nurses (RN) and Nurse Practitioners (NP) to provide the health services in 21 FN communities in Manitoba, 24 FN communities in Ontario, 2 FN communities in Quebec, 4 FN communities in Alberta, plus 2 hospitals in Manitoba.  ISC currently has primary contracts in each aforementioned province to obtain Contract Nurses on a temporary basis to backfill for vacant positions, vacation and sick leave. 
    
    REQUIREMENT:
    ISC has a requirement for Offerors to provide temporary nursing services through Standing Offers (SO) in the Regions of Alberta, Manitoba, Ontario and Quebec to supplement delivery of primary and public health nursing services at different Remote, Isolated, and Semi-Isolated First Nations (FN) communities. 
    
    Services provided through the resulting Standing Offers will act as a backup instrument to supplement the services received under the primary contracts for each Region.
    
    CATEGORIES:
    This RFSO covers the following two categories:
    
    Category 1: Registered Nurse
    Category 2: Nurse Practitioner
    
    REGIONS:
    The following Regions may receive services under the SOs that result from this RFSO:
    
    Alberta; Manitoba; Ontario; and Quebec.
    
    MULTIPLE SOs:
    Canada intends on issuing up to ten Standing Offers per Region and Category as a result of this RFSO.
    
    SO PERIOD:
    The period of any resulting Standing Offer will be for one year from the date of SO issuance and will include four irrevocable one-year option periods to extend the terms and conditions of each Standing Offer.
    
    APPLICABLE POLICIES:
    The services are categorized as "Nursing Care Services" under the GSIN G001A and as such the procurement is excluded from the International Trade Agreements and the Canadian Free Trade Agreement (CFTA).
    The procurement is not subject to Comprehensive Land Claims Agreements as the final delivery points of the services are outside the Comprehensive Land Claims Settlements Areas. 
    
    This procurement is not set aside under the federal government Procurement Strategy for Aboriginal Business (PSAB), but is subject to a preference for services from Aboriginal Businesses. Non-Aboriginal businesses may submit an offer in response to this solicitation, but priority will be given to Aboriginal Businesses when forming the SO Ranking Scores.
    
    The requirement is subject to a preference for Canadian services.
    
    Contractors that were awarded a contract under Request for Proposal HT426-172611/C are precluded from being issued a Standing Offer, under this RFSO, to back up the delivery of nursing services to the specific Region in which they were awarded a contract.
    
    Offers from Joint Ventures are not permitted under this RFSO. 
    
    SECURITY REQUIREMENT:
    Before issuance of a SO the Offeror must hold a valid Designated Organization Screening (DOS) issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC). 
    
    Offerors that require security sponsorship are to submit their request for sponsorship to the Standing Offer Authority identified below.
    
    ELECTRONIC SUBMISSION OF OFFERS:
    Offerors must submit their offers electronically.  Canada requests that offers are submitted using the epost Connect service provided by Canada Post Corporation. Refer to Part 2 of the RFSO entitled Offeror Instructions and Part 3 of the RFSO entitled Offer Preparation Instructions for further information on using this method.
    
    ENQURIES:
    All enquiries related to this RFSO should be directed, by email, to the Public Services and Procurement Canada (PSPC) Standing Offer Authority named below no later than 10 calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered:
    
    Jeremy Chapple
    PSPC Standing Offer Authority
    E-mail Address: TPSGC.PASACOCSI-APISCNSSO.PWGSC@tpsgc-pwgsc.gc.ca
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Chapple, Jeremy
    Phone
    (873) 354-5628 ( )
    Email
    jeremy.chapple@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Terrasses de la Chaudière 5th Floor
    10 Wellington Street
    Gatineau
    Gatineau, Gatineau, K1A 0S5
    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
    010 EN 23
    010 FR 7
    009 EN 13
    009 FR 3
    008 EN 13
    008 FR 6
    007 EN 13
    007 FR 6
    006 EN 9
    006 FR 5
    005 EN 17
    005 FR 6
    004 EN 14
    004 FR 8
    EN 21
    003 EN 17
    EN 24
    FR 11
    FR 11
    003 FR 4
    002 EN 18
    002 FR 6
    001 EN 28
    001 FR 7
    000 EN 101
    EN 42
    FR 13
    000 FR 35

    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
    Alberta
    ,
    Manitoba
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    Procurement method
    Competitive – Selective Tendering
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: