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
Status Awarded
Contract number 51000-14-2067395
Solicitation number 51000-14-2067395
Publication date
Contract award date
Contract value
This contract was awarded to:
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
Refer to the description above for full details.