SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Infectious Disease Services, Stony Mountain Institution, Winnipeg, MB

Status Awarded

Contract number 51000-14-2067395

Solicitation number 51000-14-2067395

Publication date

Contract award date

Contract value

CAD 72,000.00

    Description

    This contract was awarded to:

    Health Science Centre
    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 (CSC) Health Services requires Infectious Diseases Services for Stony Mountain Institution.  The work will involve the following:
    				
    1.1	Objectives:
    
    The goal of the Infectious Disease Contract is to provide quality adjunctive, care and treatment for latent and active Tuberculosis, infectious hepatitis and other blood borne infections, communicable skin infections, and sexually transmitted infections for offenders in the institution. 
    
    1.2 Tasks:
    
    1.	The Contractor is to provide infectious disease medical services using the holistic client centred approach to offenders at Stony Mountain Institution in accordance with the Correctional Service of Canada Health Care Policies and Procedures, infectious disease guidelines, and other established CSC regulations, policies and procedures.
    
    2.	 Services shall be provided on site at Stony Mountain Institution through clinics, up to a maximum of 60 clinics for the contract period.  Each session shall be 3 hours of clinic time.  Mutually agreeable times for the clinics shall be arranged with the Chief Health Care Services.  The Chief Health Care Services may request some clinic time shall be spent participating in meetings or committees as deemed necessary, as mutually agreed upon. 
    
    3.	Arrange for patients to be admitted to hospital or refer to the appropriate clinical specialist as appropriate.
    
    4.	Advise the Chief Health Care Services on all aspects of the delivery of services for offenders with BBSTI infections as well latent and active Tuberculosis, and other infectious diseases in accordance with accepted medical practice for Infectious Diseases.
    
    5.	Provide consultation in:
    
    (i)	The drafting of standing orders for any infectious disease
    (ii)	To provide the guidance of nursing staff in the administration of medications and treatments, and
    (iii)	In the performance of medical procedures which may be carried out in the Physician’s absence.
    
    6.	 Utilize CSC’s Regional Formulary, whenever possible, for prescribing medications; or will complete the respective reporting format when alternative interventions are required.
    
    7.	Utilize Health Services’ equipment and forms in the provision of, and subsequent documentation of services provided.
    
    8.	Shall participate in the Quality Assurance Program, Health Services accreditation, CSC Audits, and any other regulatory programs or committees as requested by the Chief Health Care Services.
    
    9.	 The institution shall provide a location and supplies for use by the Contractor, when on site.
    
    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 Stony Mountain Institution.  
    
    		b.	Travel
    
    	No travel is anticipated for performance of the work under this contract.
    
    1.4.2	Language of Work:
    
    The contractor must perform all work in English.  
    
    1.6.3 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 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), 
    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:
    
    Experience: 
    
    The Infectious Disease Specialist must have at least three (3) years experience in working with a multi-disciplinary treatment team.
    
    Academic qualifications:
    
    The Infectious Disease Specialist must provide proof of professional credentials and licensing/certification as required for practicing in the province of Manitoba.
    
    The Infectious Disease Specialist must provide proof of licensing in good standing with the College of Physicians and Surgeons with a specialty in Infectious Disease Services.  
    
    The Infectious Disease Specialist must provide proof that they have Medical Professional Insurance.
    
    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 Contractor is the HIV Program Director in Manitoba, and he and the Infectious Disease Physicians subcontracted under him have agreed to give their expertise in other Infectious Diseases such as Hepatitis B and C.  The pre-identified supplier is the only one known to CSC to be willing and able to provide the services to Stony Mountain.
    
    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
    
    Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis: 
    
    6.2 statutes, regulations, or prior obligations of the Crown to a third party or parties preclude Contractor ownership of the Foreground;
    
    10. The period of the proposed contract or the delivery date(s)
    
    The proposed contract is for a period of three years, from 2014-12-01 to 2017-11-30.
    
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $75,600.00 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Dr. Ken Kasper 
    Health Science Center 
    Winnipeg, Manitoba 
    
    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 2014-10-29 at 10:00am CST. 
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Regional Contracting Specialist 
    Nancy Baessler 
    Correctional Service Canada 
    3rd Floor, Prairie Regional Headquarters  
    3427 Faithfull Avenue 
    Saskatoon, Saskatchewan 
    S7K 8H6 
    Telephone:  306-975-8921
    Fax:  306-975-6238
    Email:  501Contracts@csc-scc.gc.ca
    Business address
    Winnipeg, Manitoba,
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G009G - Health and Welfare Services
    • G009E - Medical/Dental Clinic Services
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Baessler, Nancy
    Phone
    306-975-8921
    Address
    2313 Hanselman Place
    Saskatoon, SK, S7K 3X5
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: