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) 

Psychiatric Services

Solicitation number 21120-16-2228628

Publication date

Closing date and time 2015/11/27 14:00 EST

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Request for Proposal No. 21120-16-2228628

    Requirement:

    The Correctional Service of Canada (CSC) Health Services requires the services of psychiatrists as per the following:

    1. - Regular clinical services and on-call services at the following site:
    1. the Regional Treatment Centre, 33344 King Road, Abbotsford B.C.; and/or

    1.2 - Ambulatory clinics at the following sites:

    1. Pacific Institution, 33344 King Road, Abbotsford B.C.;
    2. Fraser Valley Institution for Women, 33344 King Road Abbotsford B.C.;
    3. Matsqui Institution, 33344 King Road, Abbotsford B.C.
    4. Mission Institution, 8751 Slave Lake Road, Mission B.C.
    5. Mountain Institution, 4732 Cemetery Road, Agassiz B.C.; and
    6. Kent Institution, 4732 Cemetery Road, Agassiz B.C.

    1.3 - The sites mentioned above are regrouped into the following four (4) LOCATIONS:

    LOCATION 1: Regional Treatment Centre and Pacific Institution.

    LOCATION 2: Regional Treatment Centre and Fraser Valley Institution for Women.

    LOCATION 3: Regional Treatment Centre and Mission and Matsqui institutions.

    LOCATION 4: Kent and Mountain institutions.

    The psychiatrists will provide psychiatric care services to offenders and collaborate with the interdisciplinary health services team that includes, but is not limited to nursing, psychology, social work, occupational therapy and other allied healthcare professionals.

    Trade agreements: This procurement is not subject to any trade agreement.

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Aboriginal Business:

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This contract includes security requirements.

    Objectives:

    To provide essential mental health services to offenders at one (1) or more of the following LOCATION as a psychiatrist:

    LOCATION 1: Regional Treatment Centre and Pacific Institution.

    LOCATION 2: Regional Treatment Centre and Fraser Valley Institution for Women.

    LOCATION 3: Regional Treatment Centre and Mission and Matsqui institutions.

    LOCATION 4: Kent and Mountain institutions.

    Tasks Deliverables:

    The Contractor must provide mental health services to offender with serious mental illness, as requested by the PA, in accordance with the National Essential Health Services Framework including any amendment to this Framework issued by CSC.

    These services include, but are not limited to the following:

    1. Assess and treat individual offenders;
    2. Participate in discharge and release planning as requested;
    3. Prepare and submit treatment plans and discharge summaries in accordance with CSC Treatment Centre guidelines;
    4. Provide consultation to other health care providers to ensure continuity of care. This includes providing consultation to community mental health service providers and the prescribing physician if the offender is residing in the community;
    5. Provide consultation and advice on mental health services to the mental health team and/or institutional management as requested;
    6. Participate in meetings including Medical Advisory Committees, case conferences and other related activities as requested;
    7. Participate in CSC training, including orientation to CSC and risk assessment training as requested;
    8. Participate in the evaluation of the efficiency, quality and delivery of services, including, but not limited to, participation in medical audits, peer and interdisciplinary reviews, chart reviews and incident report reviews as well as the Accreditation process;
    9. Provide consultation services for the resolution of CSC internal offender grievance and investigative processes as requested; and
    10. Provide telepsychiatry sessions (psychiatric services by videoconference) to offenders as requested and approved by the PA.

    Psychiatric Assessment Services:

    a) The Contractor must conduct assessments and submit reports for sharing with third parties including the Parole Board of Canada as requested by the PA.

    b) The focus of the report will be evaluation of risks associated with the offender’s mental health profile and means whereby identified risks can be managed.

    c) The report will include at a minimum the following:

    1. Case formulation addressing criminogenic risk / relevant information associated with mental health profile and interview impressions;
    2. Clinical opinion; and
    3. Recommendations (treatment/ risk management focused).

    d) The Contractor must prepare and submit assessment reports within 10 days of the interview or at the date agreed upon with the PA or his/her delegate.

    e) The Contractor must submit all reports in a typewritten format. The report will not normally exceed five pages in length.

    f) The Contractor must explain to inmates the limits to confidentiality and obligations of the Contractor to CSC prior to providing any services and ensure that all reports are shareable with the inmate.

    The Contractor must visit incarcerated offenders in segregation areas or cell ranges as requested by the PA.

    Recommendations for non-formulary medication and Special Authorization items applicable to incarcerated offenders, only:

    a) The Contractor must:

    1. Prescribe, administer and monitor medications according to the National Formulary;
    2. Request non-formulary medications in accordance with CSC’s National Formulary; and
    3. Request Special Authorization items in accordance with CSC’s Essential Health Services Framework.

    Continuity of services – Backup Resource:

    The Contractor must provide a backup resource to ensure continuity of services if the Contractor is unable to provide services in person due to, but not limited to, vacation or prolonged illness (illness of more than 5 days). The backup resource must be approved by the PA and be in place prior to the absence of the Contractor. Any backup resource must have the qualifications and experience needed to meet the criteria used to select the Contractor and must be acceptable to CSC. The backup resource must also possess a valid security clearance in accordance with the contract’s security requirements.

    On Call and Call Back Services (for the Regional Treatment Centre only)

    a) On Call Services:

    The Contractor must be available for work related calls as specified below.

    1. The Contractor must provide on-call services, 24 hours per day, seven (7) days per week to the Regional Treatment Centre.

    b) Call-Back Services:

    The Contractor may be recalled (called-back) to the Regional Treatment Centre to provide psychiatric services outside regular weekly hours of service (Monday to Friday). The Contractor must provide call-back services at the request of the PA or his/her designate.

    Contract period:

    The period of the Contract is from 01-January-2016 to 31-December-2017

    File Number: 21120-16-2228628

    Contracting Authority: Guillaume Gagnon

    340 Laurier Avenue West

    Ottawa, Ontario K1A 0P9

    Telephone number: 613-992-7988

    Facsimile number: 613-992-1217

    E-mail: guillaume.gagnon@csc-scc.gc.ca

    NOTE TO BIDDERS:

    Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    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
    Gagnon, Guillaume
    Phone
    613-992-7988
    Address
    340 Laurier Avenue West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    1
    001
    English
    9
    000
    French
    5
    000
    English
    41

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    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: