SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Psychiatric Services - Metro Vancouver West and East Community Corrections

Solicitation number 21880-17-0050

Publication date

Closing date and time 2017/06/07 18:00 EDT


    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 has a requirement to provide services of a Psychiatrist for Metro Vancouver West and East Community Corrections offices in the Pacific Region. The work will involve the following:

    1. Objectives:

    Provide essential mental health services to offenders at Metro Vancouver West and East Community corrections office as a psychiatrist.

    1.2 Tasks:

    The Contractor must provide mental health services to offenders with serious mental illness, 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. 

    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. 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;
    4. Provide consultation and advice on mental health services to the mental health team and/or institutional management as requested;
    5. Provide educational sessions 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;

    1.3 Performance standards:

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

    1.3.2 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 Royal College of Physicians and Surgeons of Canada.

    1.3.3 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.

    1.3.4 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 800, Health Services
    • Commissioner’s Directive 843, Management of Inmate Self-Injurious and Suicidal Behaviour
    • 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
    • Mental Health Services Delivery Guidelines.

    1.4 Deliverables:

    1.4.1 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.

    1.4.2 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.

    1.4.3 All of the offenders’ health care records, as well as all CSC protected or sensitive information, must remain at the community site.

    1.4.4 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).

    1.5 Constraints:

    1.5.1 Location of work:

    1. The Contractor must perform the work at Metro Vancouver Community (East and West)

    Vancouver Parole New Westminster Parole

    401 – 877 Expo Boulevard 600 Columbia Street

    Vancouver, BC V6B 1K9  New Westminster, BC V3M 1A5

    b. Travel

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

    1.5.2 Language of Work:

    The contractor must perform all work in English in which the contractor must deliver the services and deliverables.

    1.5.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE # 21880-17-0050

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

    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 a Psychiatrist in Metro East and West Vancouver in the community.

    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 and nine (9) months, from July 1, 2017 to March 31, 2018, with an option to extend the contract for three (3) additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $ $255,350.40 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. Eugene Wang

    Address: Contractors 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 June 7, 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
    Email
    Willow.Bruyninckx@csc-scc.gc.ca
    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

    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: