Psychiatry Services – Bowden and Drumheller Institutions

Solicitation number 53700-17-2476670-A

Publication date

Closing date and time 2017/10/12 16:00 EDT

Last amendment date


    Description

    Psychiatry services

    This requirement is for: The Correctional Service of Canada, in the Prairie Region for Bowden and Drumheller Institutions.

    Trade agreement:

    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.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to provide Psychiatry services for the following institutional sites in the Prairie Region:

    Bowden Institution

    Drumheller Institution

    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. 

    Objectives: To provide essential mental health services to offenders at the Bowden and Drumheller Institutions as a psychiatrist. CSC has a legal obligation, under the Corrections and Conditional Release Act (CCRA), to “provide every offender with essential health care and reasonable access to non essential mental health care”.

    Deliverables:

    a) The Contractor must perform risk assessments and submit risk and psychological assessment reports for sharing with third parties including the Parole Board of Canada as requested by the Project Authority. These reports must meet CSC requirements and include, as a minimum, the following:

    1. Purpose of report
    2. Social history (if not already on file)
    3. Pertinent offense dynamics
    4. Crime cycle and inmate’s understanding of this cycle
    5. Interview impressions
    6. Psychiatric diagnosis
    7. Assessment of recidivism risk, and risk management and relapse prevention plan.

    b) Assessments should focus on risk, past and current institutional and community functioning and

    recommendations for institutional or community-based mental health counseling, supervision strategies

    and involvement in further psychiatric treatment. The Contractor must only use standardized objective

    testing and validated risk assessment tools. CSC’s file information may be referenced. It is not necessary

    to repeat, in the report, information which is already on the offender’s file.

    c) The Contractor must perform Assessments of inmates serving a life sentence in accordance with the Detailed Parole Board of Canada Psychiatric Risk Assessment as required by the CCRA and PBC.

    d) The Contractor must prepare and submit assessment reports within 45 days of referral or at the date agreed upon with the Project Authority or his/her delegate.

    e) The Contractor must submit all risk assessment and/or psychological assessments reports in a typewritten format, using the electronic medical record program (OSCAR).

    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.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of January 01, 2018 to December 31, 2020.

    File Number: 53700-17-2476670-A

    Contracting Authority:

    Claudette Chabot

    Telephone number: 306-659-9255

    E-mail: 501Contracts@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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Chabot, Claudette
    Phone
    306-659-9255
    Email
    501Contracts@csc-scc.gc.ca
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    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
    English
    3
    001
    French
    0
    000
    English
    11
    000
    French
    0

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.