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) 

SURGE CAPACITY AND RESPITE FOR MENTAL HEALTH COUNSELLING, COMMUNITY CRISIS SUPPORT AND COORDINATION, AND POST TRAUMA INTERVENTIONS IN NORTHERN ONTARIO FIRST NATION COMMUNITIES

Solicitation number 1000194063

Publication date

Closing date and time 2017/08/24 14:00 EDT


    Description

    Title: SURGE CAPACITY AND RESPITE FOR MENTAL HEALTH COUNSELLING, COMMUNITY CRISISSUPPORT AND COORDINATION, AND POST TRAUMA INTERVENTIONS IN NORTHERN ONTARIO FIRST NATION COMMUNITIES

    Solicitation Number: 1000194063

    1. The Purpose and Explanation of an ACAN

    An Advance Contract Award Notice (ACAN) allows Health Canada to post a notice for no less than fifteen (15) calendar days, indicating to the supplier community that a goods, services or construction contract will be awarded to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the minimum requirements identified in the ACAN, the Contracting Authority may then proceed to award a contract to the pre-identified contractor.

    2. Rights of Suppliers

    Suppliers who consider themselves fully qualified and available to provide the services or goods described in this ACAN may submit a Statement of Capabilities demonstrating how they meet the advertised requirement. This Statement of Capabilities must be provided via e-mail only to the contact person identified in Section 12 of the Notice on or before the closing date and time of the Notice. If the Bidder can clearly demonstrate they possess the required capabilities, the requirement will be opened to electronic or traditional bidding processes.

    3. Proposed Contractor

    Morneau Shepell

    2875 Boulevard Laurier

    Québec, Qc

    G1V 2M2

    4. Definition of Requirements or Expected Results

    A very high rate and risk of youth suicide and related trauma has resulted in First Nations individuals, families and communities requiring urgent mental health counselling, community crisis supports and post-trauma interventions. The demand has exceeded the capacity of First Nation organizations, such as Nishnawbe-Aski Nation (NAN) and others to coordinate crisis response and deploy resources to First Nations communities across Ontario; especially in Northern Ontario.

    The contractor must provide crisis and/or respite support services to Health Canada (HC) funded mental wellness teams that directly deliver counselling services to First Nation communities.

    5. Minimum Requirements

    Any interested supplier must demonstrate by way of a Statement of Capabilities that it meets the following minimum requirements:

    The contractor must provide crisis and/or respite support services to HC-funded mental wellness teams that directly deliver counselling services to First Nation communities in either or both of the following capacities:

    1. In-community counsellors with an established roster of 15 clinical network resources and the associated clinical and management support.
    2. Support/respite to existing service providers around crisis response and coordination with an established roster of 5 resources.

    The contractor must also:

    1. Acknowledge and respond to requests for resource deployment within 24 hours of receipt of a request from HC and provide on-site support within 72 hours thereafter.
    2. Be prepared to send resources to remote and/or isolated First Nation communities.
    3. Arrange appropriate travel, meal and lodging for all resources deployed.
    4. Ensure all in-community counselling resources are in good standing and compliant with their corresponding governing bodies and meet licensing/association/registration requirement. Documentation is requested as proof prior to hire.
    5. Ensure all those deployed for the coordination of crisis response obtain and maintain required security clearance (reliability status). Thus, ensuring the supplier is a part of the Canadian Industrial Security Program with reliability status.
    6. Advise HC of any complaints made or allegations to the counsellor’s governing body or directly to the contractor.
    7. Unless otherwise specified, use its own equipment and software for the performance of this Statement of Work.
    8. Label all equipment/furnishings as being the property of Canada.
    9. Title to the equipment/furnishings charged against this Contract shall vest in Canada upon payment of invoiced amounts, and must remain so vested at all times.
    10. For each item of equipment/furnishings that is purchased, the Contractor is to record the name, manufacturer, model number, serial number, optional equipment, supplier and price and forward this information to the Project Authority.
    11. Notwithstanding the fact that the equipment/furnishings under this Contract become vested in Canada, the equipment/furnishings must remain within the custody and control of the Contractor until such time as the Project Authority provides instructions for its delivery. During this period of time, the Contractor must take reasonable and proper care of the equipment/furnishings.
    12. Must demonstrate with specific project examples of how this type of service was provided in the last 3 years (where, when, how long were the services provided).

    In order to meet the objectives, the contractor must provide the services in conjunction with the service organization in the following format:

    Stage of Project

    Task

    Level of Effort

    Respite request initiation

    Contractor acknowledges receipt of HC request, and provide a response with a summary (via email) of required resources (including names, professional designations, professional standings, etc.) to perform the duties and functions of the service provider (counselling, administration, coordination, etc.), along with a deliverable timeline itinerary of when the contract services will be delivered (deployment date, time, travel itinerary, duration of services, etc.). Contractor then enters into communication with HC and/or client organization to determine exact deliverable and requirements to ensure continuity of service and set expectations.

    0 to 24 hours

    Deployment period

    HC approves the resources proposed by the contractor. Contractor then deploys the necessary resources to the affected First Nation community(ies) immediately and makes all necessary travel arrangements in accordance with the National Joint Council Travel Directives (http://www.njc-cnm.gc.ca/directive/d10/v238/s659/en).

    0 to 72 hours

    Briefing period

    Contracting resources meet and/or discuss with service provider(s) to review case/scenario information.

    0 to 12 hours

    Crisis/respite period

    Contractor performs the regular duties and functions of service provider.

    1.0 to 14.0 days

    De-briefing

    Contracting resources de-brief service provider staff.

    0 to 12 hours

    6. Reason for Non-Competitive Award

    Section 6 (d) of the Government Contracts Regulations applies as only one person or firm is capable of performing the contract.

    7. Applicable trade Agreements and Justification for Limited Tendering or the Procurement Strategy for Aboriginal Business

    This procurement is subject to the following:

    * Canadian Free Trade Agreement (CFTA), Article 506.12 (b)

    Article 506 Paragraph 12 (b) of the Canadian Free Trade Agreement (CFTA): where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists;

    * World Trade Organization (WTO), Article XV (b)

    Article XV (b) of the World Trade Organization/Agreement on Government Procurement (WTO/AGP):
    when, for works of art or for reasons connected with protection of exclusive rights, such as patents or copyrights, or in the absence of competition for technical reasons, the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;
    Article XV (d) of the World Trade Organization/Agreement on Government Procurement (WTO/AGP): for additional deliveries by the original supplier which are intended either as parts replacement for existing supplies, or installations, or as the extension of existing supplies, services, or installations where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services
    * North American Free Trade Agreement (NAFTA), Article 1016 (b)

    Article 1016 2 (b) of the North American Free Trade Agreement (NAFTA): where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    Article 1016 2 (d) of the North American Free Trade Agreement (NAFTA) : for additional deliveries by the original supplier that are intended either as replacement parts or continuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software.

    8. Ownership of Intellectual Property

    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.

    9. Period of the Proposed Contract

    The contract period shall be from date of contract award until August 31st, 2018

    10. Estimated Value of the Proposed Contract

    The total estimated value of the proposed contract should not exceed $2,000,000, including travel and living expenses (if applicable), and all applicable taxes.

    11. Closing Date and Time

    The Closing Date and Time for accepting Statements of Capabilities is August 24th, 2017, 2 p.m. EDT.

    12. Contact Person

    All enquiries must be addressed by e-mail to:

    Name: Shari Rochon
    E-Mail:shari.rochon@hc-sc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Rochon, Shari
    Phone
    613-941-2147
    Email
    shari.rochon@hc-sc.gc.ca
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    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
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    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: