SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Mental health services - Psychiatrist

Solicitation number 21301-16-2176212-01

Publication date

Closing date and time 2015/07/24 14:00 EDT

Last amendment date


    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 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 of Canada (CSC) Health Services has a requirement to provide psychiatric care services to offenders with efficient and effective health services that encourage individual responsibility, promote healthy reintegration and contribute to safe communities. 
    
    The work will involve the following:
    
    
    1.1	Objectives:
    
    Provide essential mental health services as a psychiatrist to offenders at the Institutions and in communities.
    
    
    1.2 Tasks:
    
    Expected services:
    
    Provide consultation services, evaluations and psychiatric treatments to inmates (feminine and masculine) according to current Professional Standards in the province of Quebec and in compliance with the terms found within the expected services.  
    
    The services may be offered using tele-psychiatry when needed by the manager in charge of the contract and this conforming with the terms outlined by the Collège des médecins du Quebec and the guidelines of the  l’Agence d’évaluation des technologies et des modes d’intervention en santé.( provided upon request)  
    
    Psychiatric Services: 
    
    •	Will carry out evaluations or psychiatric treatment to clients that have been referred to them ; when in doubt or if needing a clarification of a diagnosis, the psychiatrist may, at any time, ask for a second opinion from another psychiatrist under contract with the CSC;  
    •	Will ensure active exchanges with the mental health care managers in the institution( IMHS) and in the collectivity (CMHS); 
    •	Will refer, when necessary, the client needing an evaluation and/or acute mental health care to the Regional Treatment Center (RTC) or to the Philippe-Pinel Institute of Montreal (according to the current contract) : (provided upon request) 
    •	Will have to conform with politics, procedures and regulations used at the CSC that touch  the fields of mental health practices;
    •	Will be aware of the evolution of pharmaceutical treatments and the protocols used in the treatment mental health ;
    •	Will carry out pertinent evaluations when faced with providing care against the inmates will and upon request of the warden or his delegate , provide an opinion and recommendation when use of the Pinel restraint is necessary, respecting ministerial orientations http://www.msss.gouv.qc.ca and CSC guidelines 
    •	To be able to assure the continuity of psychiatric care, will have to refer to a Doctor in the collectivity, if the client needs a follow up on the outside ( acute or transitional care in mental health), where a discharge is foreseen, with a resource specialist and to produce the reports necessary for this transfer of professional  responsibility ( a template of the report is included in this document) Ensure the necessary communication with the omnipracticians to be able to :
    1.	Harmonise pharmacological treatment strategies ;
    2.	Provide information that would allow the omnipracticians to furnish recommendations to the multidisciplinary team responsible for cases, in the absence of the treating physician. 
    •	Will write up a resume of the file and/or a final report in a timely fashion, especially in the case of a transfer of professional responsibility - the transfer of the patient towards another operating unit within CSC. These reports need to conform to the template included in this document. The report needs to be produced in an electronic format compatible with a PC ( system used in CSC ;
    •	Will act as an adviser in clinical management and operations in acute and complex mental health cases(elaborate a clinical management plan with follow ups included);
    •	Will ensure the pertinent document preparation for the Tribunal administratif du Québec ou la Curatelle publique;
    •	Will ensure the pertinent document preparation for the files needing a request for orders for care to be administered against the will of the patient or confinement,  and this, in conformity with provincial legislation;
    •	Will ensure on-call services covering the periods where there is no psychiatrist available in the institutions or the districts ;
    
    •	Will participate in regional or morning meetings at the request of a contractual manager or a delegate.
    
    1.3 Expected results:
    
    Evaluate patients and ensure follow-ups.
     
    
    1.4 Performance standards:
    
    1.4.1	The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.
    
    1.4.2	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 Collège des médecins du Québec and of the Fédération des médecins spécialistes du Québec .
    
    1.4.3	Compliance with provincial/national guidelines.
    	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.
    
    	The Contractor is expected to consult with the Project Authority to ensure that all medical practices are consistent with the relevant and most current legislation, practice standards and policies. 
    
    1.4.4	The following is a list of key relevant legislation and CSC Policy/Guidelines but should not be considered an exhaustive list. CSC's policies and guidelines can be found on the CSC internet website at www.CSC-SCC.GC.ca or available in hard copy.
    
    •	Corrections and Conditional Release Act - Section 85 Health Care
    •	Corrections and Conditional Release Regulations – Section 3
    •	Commissioner’s Directive 060 – Code of Discipline
    •	Commissioner’s Directive 800, Health Services
    •	Commissioner’s Directive 803, Consent to Health Service Assessment, Treatment and Release of Information
    •	Commissioner’s Directive 805, Management of Medication
    •	Commissioner’s Directive 835, Health Care Records
    •	Commissioner’s Directive 840, Psychological Services
    •	Commissioner’s Directive 843, Management of Inmate Self-Injurious and Suicidal Behaviour
    •	Commissioner’s Directive 850, Mental Health Services
    •	National Essential Health Services Framework
    •	National Formulary
    •	Documentation for Health Services Professionals
    •	Guidelines for Sharing Personal Health Information
    •	Discharge Planning Guidelines:  A Client Centred Approach
    •	Clinical Discharge Planning and Community Integration Service Guidelines
    •	Institutional Mental Health Services (Primary Care) Guidelines
    
     
    1.4.5	Documentation on CSC health care records:
    
    a)	The Contractor must document all information relevant to the mental health services provided in the offenders' health care records in compliance with relevant legislation, professional standards of practice and CSC's Documentation for Health Services Professionals guidelines.
    
    b)	As an accountability and quality assurance measure, the Project Authority will periodically review the Contractor's documentation for compliance with contract requirements, consistency and completeness.
    
    c)	All of the offenders’ health care records, as well as all CSC protected or sensitive information should remain at the institution or the community site.
    
    
    1.5 Deliverables:
    
    1.5.1	Deliverable reports:
    •	The Psychiatrist will write the progress notes of all clinical interventions on the appropriate forms (CSC 0056) following the client meeting in accordance with CD 835.
    •	The Psychiatrist will write a final report according to the template within fifteen (15) working days following the psychiatric discharge for every inmate evaluated or treated.
    •	Reports may be requested for reasons other than the cessation of treatment such as: bilan pour le Tribunal Administratif du Québec, évaluation pour le Curateur Public du Québec, evaluations needed for the administration of treatment against the will of the inmate etc.
    These reports need to be written in accordance with the subject requested.
    •	National CSC formulary for prescriptions ( request for exception - medication not found on the formulary )
    
    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:
    
    a.	The Contractor must perform the work at the following institutions and communities:
    
    
    Cowansville Institution				
    	Donnacona Institution
    	Drummond Institution
    			
    				
    
    
    Community:
    
    
    CCC Martineau (USMC)
    CCC Laferrière
    CCC Marcel-Caron
    Bureau Ville-Marie
    Maison Lafleur
    	
    
    		b.	Travel
    
    			
    
    			i.	Travel to the following locations will be required for performance of the work under this contract: 
    			
    
    Institutions
    
    
    Cowansville Institution				Drummond Institution		
    400 Avenue Fordyce			              2025 Boul. Jean-de-Brébeuf
    Cowansville, Quebec				Drummondville, Quebec
    J2K 3G6					              J2B 7Z6			
    
    	
    Donnacona Institution			
    1537 Route 138		
    Donnacona, Quebec			
    G3M 1C9				
    
    
    Community:
    
    
        CCC Martineau (USMC)
    10345 rue Saint-Laurent
    Montréal, Québec
    H3L 2P1	CCC Laferrière
    202 rue St-Georges
    St-Jérôme,Québec
    J7Z 4Z9
    
    CCC Marcel-Caron
    825, rue Kirouac
    Québec, Quebec
     G1N 2J7
    
    Maison Lafleur
    101, Lac Lambert
    Sainte-Angèle-de-Prémont (Quebec)
    J0K 1T0
    	
    Bureau Ville-Marie
    6900 boul. Décarie, local 3170
    Montréal, Quebec
     H3X 2T8
    
    
    
    
    
    
    1.6.2	Language of Work:
    
    The contractor must perform all work in either English or French or in the official language of choice of the inmate.
    
    
    1.6.3 Security Requirements:
    
    This contract includes the following security requirements:
    
    a.	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). 
    
    b.	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.
    
    c.	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.
    
    d.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    e. 	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:
    
    a)	Work permit
    
    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.
    
    
    b)	Specalty:
    
    Psychiatry:
    
    The proposed resource must be a member of the College des médecins du Québec and of the Fédération des médecins spécialistes du Québec and have a specialization in psychiatry.
    
    
    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
    
    To our knowledge, there are a limited number of suppliers in the province of Quebec who possesses the qualifications and means to t respond to CSC's needs.
    
    The supplier preselected meets all 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: 
    
    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 five months, from July 27, 2015 to December 31, 2015.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $ 360 944.00 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Name: Neuroscope
    Address: contractor’s place of business
    
    
    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 July 24, 2015 at 2:00 PM EDT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Linda Mandeville
    Contracting and Procurement Regional Officer 
    250, Montée St-François
    Laval (Quebec) H7C 1S5
    Telephone:450-661-9550 x3259
    Facsimile:450-664-6626
    E-mail: linda.mandeville@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
    Mandeville, Linda
    Phone
    450-661-9550
    Address
    250 Montée St-François
    Laval, QC, H7C 1S5
    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
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive - Limited Tendering
    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: