SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Psychiatric Services, Regional Psychiatric Centre, Saskatoon, SK

Status Awarded

Contract number 50400-16-2232255

Solicitation number 50400-16-2232255

Publication date

Contract award date

Contract value

CAD 195,520.00

    Description

    This contract was awarded to:

    Dr. S.G. Adams Medical Professional Corporation

    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 provide the services of a psychiatrist for the Regional Psychiatric Centre in the Prairie Region. The work will involve the following:

    1. Objectives:

    Provide essential mental health services to offenders at the Regional Psychiatric Centre, Prairie Region as a psychiatrist

    1.2 Tasks:

    The Contractor must provide a maximum of 16 hours of service per week (Monday to Friday) for offenders, as determined between the Contractor and the Project Authority at the beginning of the contract according to the operational requirements of the Institution.

    1.3 Expected results:

    The Contractor must provide assessment and treatment within one business day of receipt of an offender

    to a Psychiatric Hospital bed referral.

    At the request of the Project Authority, the Contractor must produce or contribute to regional reporting

    and any other tracking and reporting processes.

    1.4 Performance standards:

    The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.

    The Contractor must provide services in accordance with the ethical and professional practice standards of the applicable college of Physicians and Surgeons as well as the Royal College of Physicians and Surgeons of Canada.

    The Contractor must provide all services in compliance with federal and provincial legislation and standards, provincial and national guidelines, practice standards and CSC Policy/Guidelines and including the CSC Mental Health Policy and guidelines.

    1.5 Deliverables:

    1.5.1 At the request of the Project Authority, the Contractor must produce or contribute to regional reporting and any other tracking and reporting processes

    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 provide psychiatric care to offenders on-site at the Regional Psychiatric Centre, Saskatoon, SK AND psychiatric care by telepsychiatry to offenders within the Prairie Region if mutually agreed upon by the Contractor and the Project Authority.

    b. Travel

    No travel is anticipated for performance of the work under this contract.

    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 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

    (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 proposed resource must have a minimum of six (6) months experience in providing psychiatric care in the last two (2) years.

    Professional designation, accreditation and/or certification:

    The proposed resource must be a current member in good standing with the Royal College of Physicians and Surgeons of Canada with a speciality in Psychiatry.

    The proposed resource must hold a current license in good standing from the provincial licensing body for physicians and surgeons in the province where services are to be provided

    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

    There are a restricted number of forensic psychiatric residents who are willing and available to offer services at Correctional facilities. Recruitment efforts are continuous. Forensic psychiatry is a specialized service with limited specialists in the field.

    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:

    (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;

    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 one (1) year, from February 1, 2016 to January 31, 2017 with an option to extend the contract for two (2) additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $599,040.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. S.G Adams Medical Professional Corporation

    Address: PO Box 38024

    Saskatoon, SK S7N 1H2

    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 Thursday, December 3, 2015 at 3:00pm CST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Nancy Baessler, Project Leader

    Contracting and Materiel Services

    Correctional Service of Canada

    Regional Headquarters – Prairies

    3427 Faithfull Avenue

    Saskatoon, SK S7K 8H6

    Telephone: 306-659-9256

    Facsimile: 306-659-9317

    E-mail: 501Contracts@csc-scc.gc.ca

    Business address
    Saskatoon, Saskatchewan,
    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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Baessler, Nancy
    Phone
    306-659-9256
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    CA

    Buying organization(s)

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