Physician services

Solicitation number 21301-16-2184035

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 require the services of a physician - general practitioner for La Macaza Institution in the Quebec Region. The Contractor (General Practitioner) will provide general practitioner services to inmates and collaborate with the institution's multi-disciplinary health services team that includes, but is not limited to, nurses, dietitians, radiology services, dental, psychiatry, psychology and other allied healthcare professionals.
    
    The work will involve the following:
    
    1.1	 	Objectives:
    
    Provide and coordinate essential health services to inmates at La Macaza Institution as a general practitioner.
    
    1.2 	Tasks:
    
    1.2.1	Inmate care:
    
    a)	The Contractor must provide essential general practitioner health services to inmates, as requested by the Chief Health Services, in accordance with the National Essential Health Services Framework, including any amendment to this Framework issued by CSC during the contract period and any optional period if and when exercised by CSC.  
    
    b)	These services include, but are not limited to the following:
    
    i.	Essential physical health assessment; 
    ii.	Consultation;
    iii.	Treatment;
    iv.	Primary mental health care;
    v.	Appropriate referrals;
    vi.	Urgent health services (any condition that is likely to deteriorate to an emergency or affect the inmate's ability to carry out their activities of daily living is considered to the "urgent") including referral to the appropriate community hospital for emergency medical services when required;
    vii.	visiting hospitalized offenders admitted to community hospitals when required as authorized by the Chief Health Services.  
    
    1.2.2	The Contractor, in his/her role as the primary care physician must manage all aspects of healthcare services for those inmates under his/her direct care, including coordination of care provided to inmates by other practitioners and specialists to ensure continuity and integration of care.  This includes, but is not limited to, approval of all recommendations made by healthcare providers outside of CSC.
    
    1.2.3	The Contractor must visit inmates in segregation areas upon request of the Chief Health Services.
    
    1.2.4 	The Contractor must document health assessment, treatment, and consultations in the inmate’s health care record.
    
    1.2.5 	The Contractor must consult with the Chief Health Services regarding requirements for medical supplies and equipment. Any requests for equipment and supplies must be submitted to, and approved by, the Chief Health Services.
    
    1.2.6	Recommendations for non-formulary medication and Special Authorization items: 
    
    a)	The Contractor must ensure that: 
    
    i.	Medications are prescribed according to CSC’s National Formulary;  
    ii.	Requests for non-formulary medications are made in accordance with CSC’s National Formulary; and
    iii.	Requests for Special Authorization items that are being recommended by the Contractor are made in accordance with CSC’s Essential Health Services Framework.
    
    1.2.7	Health Services to other CSC Institutions:
    
    		On occasion and at the request of the Chief Health Services, the Contractor may be required to provide health services to inmates in other CSC institutions.
    
    1.2.8		On Call and Call Back Services
    
    a) On Call Services:
    
    The Contractor must be available for work related calls as specified below.
    
    The Contractor must provide on-call services to the following institution(s) during hours of operation, Monday to Friday, excluding statutory holidays:
    
    
    	Institution Name	Hours of Operation
    Monday to Friday
    1.	La Macaza Institution	8:00 to 17:00 excluding clinical hours
    		
    
    
    b) Call-Back Services:
    
    The contractor may be recalled (called-back) to the institution to provide a medical service outside institutional clinic hours. The Contractor must provide call-back services at the request of the Chief, Health Services or his/her designate. 
    
    
    1.3 	Expected results:
    
    1.3.1	Provide and coordinate essential health services to inmates at La Macaza Institution as a general practitioner.
    
    1.4 	Performance standards:
    
    1.4.1	The Contractor must also take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.
    
     
    
    1.4.2	Medical care:
    		The Contractor must provide all services in compliance with federal and provincial legislation and standards, provincial and national guidelines (such as the Canadian Immunization Guide), practice standards and CSC Policy/Guidelines and including the CSC Mental Health Policy and guidelines.
     
    1.4.3	Compliance with provincial/national guidelines
    
    The Contractor is expected to consult with the Chief Health Services 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
    •	Commissioner’s Directive 800, Health Services
    •	Guidelines 800-1 Hunger Strike: Managing an Inmate’s Health
    •	Guidelines 800-2 Physical Restraints for Medical Purposes 
    •	Commissioner’s Directive 803, Consent to Health Service Assessment, Treatment and Release of Information
    •	Commissioner’s Directive 805, Management of Medication
    •	Commissioner’s Directive 821, Management of Infectious Diseases
    •	Protocol 821-1, Post Exposure Protocol (PEP) and Managing Significant Exposure to Blood and/or Body Fluids
    •	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
    •	Emergency Medical Directives
    •	Specific Guidelines for the Treatment of Opiate Dependence (Methadone/Suboxone®)
    •	Hospice Palliative Care Guidelines for Correctional Service Canada
    •	National Formulary
    •	Clozapine Protocol
    •	Medication Reconciliation Guidelines
    •	Neurontin (Gabapentin) Protocol
    •	Procedures to Obtain Nutritional Supplements
    •	Managing Medication Events Guidelines
    •	Documentation for Health Services Professionals
    •	Abbreviations for Health Services
    •	Guidelines for Sharing Personal Health Information
    •	Tuberculosis Prevention and Control Guidelines for Federal Correctional Institutions
    •	Canadian Tuberculosis Standards (6th Edition)
    •	Management of Viral Hepatitis Guidelines
    •	CSC Sexually Transmitted Infections Clinical Practice Guidelines
    •	Health Canada – Canadian Guidelines on Sexually Transmitted Infections
    •	Discharge Planning Guidelines:  A Client Centred Approach
    •	Clinical Discharge Planning and Community Integration Service Guidelines
    •	Institutional Mental Health Services (Primary Care) Guidelines
    •	Accreditation Standards and Required Organization Practices
    •	Medication Distribution and Administration
    •	National Guidelines for Gastroenteritis Outbreaks Compatible with Norovirus
    •	CSC National Guidelines for the Immunization of Inmates
    
    1.4.5	Documentation on CSC health care records:
    
    a)	In addition to the above noted policies, guidelines and standards, the Contractor must document all assessment, treatment and consultations in the Inmates 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 Chief, Health Services will periodically review the Contractor's documentation for quality, consistency and completeness.
    
    c)	All of the inmates’ health care records, including all protected information, must remain at the institution.
    
    d)	The Contractor must obtain prior approval, in writing, from the Chief, Health Services before collecting any data on inmates. The Contractor must specify what data would be collected and for what purpose. Any data collected in an electronic or other format must remain at the institution.  
    
    
    
    1.5 	Deliverables:
    
    1.5.1	These services include, but are not limited to the following:
    
    i.	Essential physical health assessment; 
    ii.	Consultation;
    iii.	Treatment;
    iv.	Primary mental health care;
    v.	Appropriate referrals;
    vi.	Urgent health services (any condition that is likely to deteriorate to an emergency or affect the inmate's ability to carry out their activities of daily living is considered to the "urgent") including referral to the appropriate community hospital for emergency medical services when required;
    vii.	visiting hospitalized offenders admitted to community hospitals when required as authorized by the Chief Health Services.  
    
    
    
    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:
    
    La Macaza Institution
    
    		b.	Travel
    
    i.	Travel to the following locations will be required for performance of the work under this contract: 
    
    	La Macaza Institution
    	321, Chemin de l’Aéroport
    La Macaza (Québec) 
    J0T 1R0
    
    			
    
    1.6.2	Language of Work:
    
    Services must be provided according to the official language chosen by the inmate, either French or 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 (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 proposed resource must have a minimum of six (6) months experience in providing primary care or in general practice in the province of Quebec in the last two (2) years.
    
    
    
    
    
    Professional designation, accreditation and/or certification:
    
    a)	  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.
    
    The supplier must provide every year a copy of this permit to the contracting authority until the end of the contract upon request.
    
    b)	The proposed resource must hold a current and valid authorization to prescribe Methadone and Suboxone from the appropriate Federal and/or Provincial authority.
    
    
    
    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 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 14 months, from July 27, 2015 to September 30, 2016 with an option to extend the contract for two additional one-year period.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $ 491 934.00 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Name:	Dr Mathieu Saint-Cyr
    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: