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) 

Pilot Project on Aboriginal Intervention Centers

Solicitation number 21120-18-2763506

Publication date

Closing date and time 2017/12/29 14:00 EST

Last amendment date


    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 meets 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:

    According to the Corrections and Conditional Release Act (CCRA), the Correctional Service of Canada (CSC) has the following obligations with respect to health care: The Service shall provide every inmate with (a) essential health care; and (b) reasonable access to non-essential mental health care that will contribute to the inmate’s rehabilitation and successful reintegration into the community, CCRA 86 (1). The provision of health care under subsection (1) shall conform to professionally accepted standards, CCRA 86 (2).

    Significant progress has been made in implementing CSC’s Aboriginal Continuum of Care and Strategic Plan for Aboriginal Corrections, which created a foundation for ensuring culturally specific and responsive interventions for Indigenous offenders. This work has included the wide implementation of the Pathways Initiative across the Service, including intensive interventions that promote holistic healing and reinforce a traditional Indigenous way of life.

    CSC is in the process of introducing a new approach for Indigenous Corrections that will establish centralized Aboriginal Intervention Centres (AICs) in all regions. The AICs will meet the needs of individual Indigenous offenders through a culturally responsive case management approach, integration of restorative justice and healing principles, and maximum involvement of the Indigenous community.

    CSC also continues its work to better incorporate Aboriginal Social History[1] (ASH) considerations into its case management decision-making processes. Training continues to be delivered for various staff across the Service (case management, and security staff, Psychologists, nurses, social workers, clinical team leads and Regional Management Teams), to ensure an understanding of how ASH considerations are assessed as part of case management decision making.

    The Mental health staff at CSC’s Institutions work closely with the Aboriginal Initiatives’ staff to collaborate in the provision of services for Indigenous offenders, based on the choices that the offenders make regarding their mental health needs and healing journey. This approach includes Indigenous offenders’ access to Elders[2], Aboriginal Liaison Officers (ALO), Aboriginal Correctional Program Officers, Pathways Healing Units and Healing Lodges. For example, an on-site Elder may conduct informal one-on-one counselling, and the Elder is included in the interdisciplinary approach for managing physical, mental, emotional and spiritual health needs.

    In addition to the above, CSC will collaborate with Indigenous health care professionals to explore options for incorporating traditional healing for Indigenous patients, including ways of incorporating Indigenous traditions and teachings into the clinical treatment plans. The approach will align with the medicine wheel and the 4 aspects of health: mental, physical, emotional and spiritual.

    The work involves the following:

    Scope / Objectives:

    1. Establish a framework, for implementation as a pilot in the Prairie region, for incorporating Indigenous worldview(s) and western worldview(s) in the practice of health care that promotes equitable value of traditional medicine in the healing process, if Indigenous offenders so choose; and
    2. Develop an evaluation methodology to monitor and report on the initiative.

    Tasks:

    The Contractor must perform all of the following:

    1. Complete a literature review to determine if research exists on the integration of western and traditional medicine within correctional facilities for Indigenous offenders;
    2. Review/read the literature (if it exists) around the integration and benefit of western and traditional practices with Indigenous offenders if they so chose;
    3. Organize and conduct consultations with Indigenous Communities in the form of two focus groups, one with Indigenous community members and the other with elders;
    4. Gather information about what traditional practices/medicines should be offered within the federal correctional facilities and how to integrate these traditional practices/medicine in a good way.
    5. Meet with CSC’s relevant stakeholders to gather further information about existing policies/guidelines/mandates/objectives around Indigenous Initiatives with Indigenous offenders;
    6. Determine if there are future visions that would lead to a successful integration of western and traditional medicine within the federal correctional facilities;
    7. Consult with CSC’s Health Services Sector, Aboriginal Initiatives Directorate, Elders, Physicians (Primary Care Physicians and Psychiatrists) within CSC which will include both staff and contractors, as required;
    8. Develop a draft framework based on the above items;
    9. Develop a final framework based on suggested feedback/review;
    10. Incorporate changes discussed during the teleconference into the final report;
    11. Outline an evaluation methodology to monitor and report on the initiative; and
    12. Attend meetings via a combination of in-person, telephone and/or videoconference meetings.

    Expected results:

    1. Establish a framework for implementation as a pilot in CSC’s Prairie region, which incorporates Indigenous worldview(s) and western worldview(s) in the practice of health care that promotes the value of traditional medicine in the healing process and;
    2. Outline an evaluation methodology for CSC to be able to monitor and report on this pilot. 

    Performance standards

    1. The work must be completed 12 months from Contract Award date, but not later than December 31, 2018. 
    2. Upon contract award the contractor must submit a work plan for approval by the Project Authority.

    Deliverables:

    • The report must be produced in English to the Director General Clinical Services and Public Health, Health Services Sector, National Headquarters. 
    • The report must be submitted in Word Format in English and will follow with a briefing to CSC officials.
    • The dates will be mutually determined by the Project Authority and the Contractor.

    The Contractor must produce the following:

    1. A written report outlining a framework, for implementation as a pilot in the Prairie region which incorporates Indigenous worldview(s) and western worldview(s) in the practice of health care that promotes the equal value of traditional medicine in the healing process to be completed by December 2018, up to a maximum of 12 months’ post signing of the contract. The report must, at minimum:
    1. Articulate mechanisms for Incorporating Indigenous traditions and teachings into the clinical treatment plans that promote equitable value of traditional medicine in the healing process.
    2. Articulate in practical terms what it means and how to incorporate traditional healing practices (traditional medicine) in western medicine in a correctional setting to treat various health conditions and/or concerns such as but not limited to:
    • Mental Health / psychiatric;
    • Infectious diseases;
    • Harm Reduction (Methadone/Suboxone);
    • Chronic Diseases;
    • Health Promotion and Prevention.
    1. An outline of an evaluation methodology to monitor and report on the initiative; and
    2. A verbal briefing to CSC stakeholders on the draft report.

    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 majority of the work will be done at the Contractor’s place of business

    b. Travel: Pre-approval by the CSC Project Authority is required for all travel. 

    • Travel to CSC’s Prairie Region will be required for performance of the work under this contract.
    • Travel to CSC’s National Headquarters in Ottawa, Ontario may be required to meet with CSC officials.

    1.6.2 Language of Work:

    The contractor must perform all work in English

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Criteria for assessing the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that they meet all of the following requirements:

    1. Must be an Indigenous physician practicing in a primary health care setting;
    2. Must have practice experience in integrating Indigenous healing and western medicine;
    3. Must be a member of the Indigenous Physicians Association of Canada, the College of Family Physicians Canada, and registered with a provincial or Territorial College of Physicians and Surgeons within Canada;
    4. Must have an affiliation with a University Department of Medicine
    5. Must have experience in addiction medicine

    Academic qualifications:

    Must be a Physician licensed to practice within Canada, have a Professional designation and accreditation.

    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 set-aside for an Aboriginal Supplier in accordance with the government Procurement Strategy for Aboriginal Business (PSAB) (https://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.

    5. Comprehensive Land Claims Agreement (s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN and is a Metis Family Physician with extensive experience in issues related to indigenous populations and can provide valuable expertise to CSC. This supplier was recommended by the Indigenous Physician Association of Canada.

    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

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis: where the Foreground consists of material subject to copyright, with the exception of computer software and all documentation pertaining to that software.

    10. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 12 months from Contract Award date, but not to extend later than to December 31, 2018.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $106,000.00 (applicable taxes extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. Melinda Joye Fowler Medical Corporation

    Address: 672 Muriel Street, Winnipeg, MB R2Y 0Y2

    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. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is December 29th 2017, at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Kassandra Thomas

    340 Laurier Ave West

    Ottawa, ON

    K1A 0P9

    Telephone: 613-996-5575

    E-mail: : kassandra.thomas@csc-scc.gc.ca

    [1] Commissioner’s Directive (CD) 702: Aboriginal Offenders (6e); CD 800 Health Services 10(b); Integrated Mental Health Guidelines (2017-08-01); R vs Gladue; Auditor General’s Report (2016): Preparing Indigenous Offenders for Release

    [2] Integrated Mental Health Guidelines (2017-08-01);

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Thomas, Kassandra
    Phone
    613-996-5575
    Email
    kassandra.thomas@csc-scc.gc.ca
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    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
    Canada
    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.

    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: