Infectious Disease Specialist

Solicitation number 21820-17-0003

Publication date

Closing date and time 2017/03/01 17:00 EST


    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 Canada requires the services of an Infectious Disease Specialist for William Head Insititution within the Pacific Region. The work will involve the following:

    1. Objectives:

    The purpose of this contract is for the provision of essential infectious disease services (including Fibroscans) to inmates incarcerated in the various federal institutions located throughout British Columbia. 

    1. Tasks:

    1.2.1 Inmate care:

    a) The Contractor must provide essential infectious disease services, as requested by the Project Authority 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:

    1. Assessment of all referred inmates;
    2. Consultation;
    3. Treatment;
    4. Appropriate referrals;
    5. 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 be "urgent") including referral to the appropriate community hospital for emergency medical services when required;

    1.2.2 The Contractor must document health assessment, treatment, and consultations in the inmate’s health care record. This includes making entries in the electronic health file (e.g. OSCAR).

    1.2.3 Recommendations for non-formulary medication and Special Authorization items:

    a) The Contractor must ensure that:

    1. Medications are prescribed according to CSC’s National Formulary; 
    2. Requests for non-formulary medications are made in accordance with CSC’s National Formulary; and
    3. Requests for Special Authorization items that are being recommended by the Contractor are made in accordance with CSC’s Essential Health Services Framework.

    1.2.4 Call Back Services

    In the rare event that the Contractor is recalled (called-back) to the institution to provide a service outside of their institutional clinic hours, the Contractor will be compensated as per the established hourly rate.

    Telephone consultations are payable at a set rate per hour as outlined in the terms of payment.

    1. Expected results:

    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 CSC.

    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 Medical care:

    The Contractor must provide services that are consistent with the standards set by the College of Physicians and Surgeons of BC and within the standards/polices of Correctional Service Canada.

    The Contractor must provide all services in compliance with federal and provincial legislation. This includes standards, provincial and national guidelines, practice standards and CSC policy/guidelines (such as Guidelines for Hepatitis C) and including but not limited to, the use of routine practice precautions as required in the performance of their duties.

    1.4.3 Compliance with provincial/national guidelines

    The Contractor is expected to consult with the Project Authority to ensure that the services provided are consistent with the relevant and 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 800-3, Consent to Health Service Assessment, Treatment and Release of Information
    • Guidelines 800-8, Post Exposure Protocol (PEP) and Managing Significant Exposure to Blood and/or Body Fluids
    • National Essential Health Services Framework
    • CSC National Formulary
    • Procedures to Obtain Nutritional Supplements
    • 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
    • Accreditation Standards and Required Organization Practices
    • Infection Prevention and Control Guidelines
    • 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 Inmate’s Health Care Records in compliance with relevant legislation, professional standards of practice and CSC's Documentation for Health Services Professionals guidelines. This includes documentation in the electronic health file (e.g. OSCAR).

    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 Regional Director Health Services before collecting any data on inmates. The Contractor must specify what data would be collected and for what purpose.

    1.5 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 William Head Institution, 6000 William Head Road, Victoria, BC V9C 0B5

    b. Travel

    i. 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:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE # 21820-17-0003

    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:

    1. Security Requirements Check List and security guide (if applicable), attached at Annex _____;
    2. 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 experience treating clients living with infectious disease. Demonstrated linkage and liaison with physicians and specialists working in the field of infectious disease.

    Experience: The proposed resource must have a minimum of six (6) months experience in providing primary care or in general practice in the last two (2) years.

    The proposed resource must possess 5 of years of experience in the past 10 years conducting treatment plans for clients with Hepatitis C, HIV and STI's.

    The proposed resource must have attended 2 seminars in the past 5 years updating treatment knowledge and practice as it relates to new hepatitis C diagnosis and treatment options.

    Academic qualifications:

    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 proposed resource must have a certification in specialty areas such as Infectious Diseases and/or Internal Medicine.

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    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

    Limited number of individuals/firms who are willing/able to provide services as an Infectious Disease Specialist at William Head Institution, Pacific Region.

    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

    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 April 1, 2017 to March 31, 2018, 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 $ 86,640.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. Anthony K. Jong Inc.

    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 March 1, 2017 at 2:00 PM PST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Willow Bruyninckx, Contracting and Procurement Specialist

    Correctional Service Canada

    Regional Headquarters – Pacific

    Po Box 4500

    Unit #100

    33991 Gladys Avenue

    Telephone: 604-851-3233

    Facsimile: 604-870-2444

    E-mail: willow.bruyninckx@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
    Bruyninckx, Willow
    Phone
    604-851-3233
    Address
    33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    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
    British Columbia
    Region of opportunity
    British Columbia
    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: