Infectious Disease Specialist

Solicitation number 51000-17-2569626

Publication date

Closing date and time 2017/11/01 16:00 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 the services of an Infectious Disease Specialist at the Stony Mountain Institution, near Winnipeg MB.

    The work will involve the following:

    1.1 Objectives:

    The goal of the Infectious Disease Contract is to provide quality adjunctive, care and treatment for latent and active Tuberculosis, infectious hepatitis and other blood borne infections, communicable skin infections, and sexually transmitted infections for offenders in the institution.

    1.2 Tasks:

    1. The Contractor is to provide infectious disease medical services using the holistic client centred approach to offenders at Stony Mountain Institution in accordance with the Correctional Service of Canada Health Care Policies and Procedures, infectious disease guidelines, and other established CSC regulations, policies and procedures.
    1.  Services shall be provided on site at Stony Mountain Institution through clinics, up to a maximum of 60 clinics for the contract period. Each session shall be 3 hours of clinic time. Mutually agreeable times for the clinics shall be arranged with the Chief Health Care Services. The Chief Health Care Services may request some clinic time shall be spent participating in meetings or committees as deemed necessary, as mutually agreed upon.
    1. Arrange for patients to be admitted to hospital or refer to the appropriate clinical specialist as appropriate.
    1. Advise the Chief Health Care Services on all aspects of the delivery of services for offenders with BBSTI infections as well latent and active Tuberculosis, and other infectious diseases in accordance with accepted medical practice for Infectious Diseases.
    1. Provide consultation in:
    1. The drafting of standing orders for any infectious disease
    2. To provide the guidance of nursing staff in the administration of medications and treatments, and
    3. In the performance of medical procedures which may be carried out in the Physician’s absence.
    1.  Utilize CSC’s Regional Formulary, whenever possible, for prescribing medications; or will complete the respective reporting format when alternative interventions are required.
    1. Utilize Health Services’ equipment and forms in the provision of, and subsequent documentation of services provided.
    1. Shall participate in the Quality Improvement Program, Health Services accreditation, CSC Audits, and any other regulatory programs or committees as requested by the Chief Health Care Services.
    1.  The institution shall provide a location and supplies for use by the Contractor, when on site.

    1.3 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).

    1.4 Constraints:

    1.4.1 Location of work:

    a. The Contractor must perform the work at the Stony Mountain Institution, near Winnipeg MB.

    b. Travel

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

    1.4.2 Language of Work:

    The contractor must perform all work in English.

    1.4.3 Security Requirements:

    This contract includes the following security requirements:

    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:

    a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

    b) 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 Infectious Disease Specialist must have at least three (3) years experience in working with a multi-disciplinary treatment team to provide HIV and Hepatitis C treatment to patients.

    Academic qualifications:

    The Infectious Disease Specialist must provide proof of professional credentials and licensing/certification as required for practicing in the province of Manitoba.

    The Infectious Disease Specialist must provide proof of licensing in good standing with the College of Physicians and Surgeons.

    The Infectious Disease Specialist must provide proof that they have Medical Professional Insurance.

    Academic qualifications:

    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.

    Professional designation, accreditation and/or certification:

    Licensed Physician in good standing from the provincial licensing body for physicians and surgeons in the province where services are to be provided.

    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

    This is a specialized healthcare service. The proposed contractor is the HIV Program Director in Manitoba, and will be offering care and treatment to offenders with HIV and their related medical problems in accordance with the accepted medical proactive for Infectious Diseases. The Infectious Disease Physicians subcontracted under the Program Director have agreed to give their expertise in other Infectious Diseases such as Hepatitis B and C.

    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 five (5) years, from December 01, 2017 to November 30, 2022.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $ 100,000.00.

    12. Name and address of the pre-identified supplier

    Name: Dr. Ken Kapser MD FRCPC

    Address: Health Science Centre / Manitoba HIV Program

    Winnipeg, Manitoba

    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 November 1, 2017 at 14:00 CST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Claudette Chabot

    Procurement/Contracting Officer

    Regional Headquarters, Prairies

    Telephone: 306-659-9255

    E-mail: 501Contracts@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
    Chabot, Claudette
    Phone
    306-659-9255
    Email
    claudette.chabot@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

    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
    Manitoba
    Region of opportunity
    Manitoba
    Procurement method
    Competitive – Selective Tendering
    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: