Nurse Resource Indicators

Solicitation number 21120-18-2770243

Publication date

Closing date and time 2018/04/10 14:00 EDT

Last amendment date


    Description

    Nurse Resource Indicators

     

    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 staffing model for nursing is a primarily nurse (RN) only service with Registered Practical Nurses (RPNs) and Licensed Practical Nurses (LPNs) and Registered Psychiatric Nurses in mental health services. The current allocation of nursing staff to individual institutions is a combination of ratio of nurses to inmate and the hours of operation of the health service.

    In 2009, Correctional Service Canada (CSC) commissioned a Health Human Resourcing Indicator Project for nursing. At the time nurses within CSC did not document health interventions within an electronic system so the impact of complexity of patient care was limited to the use of an age proxy. Since the study was completed, two major changes have taken place which have impacted the delivery of care within the institutions: a) Budget constraints have resulted changes to the nurse staffing complement; and b) CSC has implemented software (OSCAR) to automate documentation of the interactions of nursing staff with inmates and increase the ability to gather data, such as data on the inmate’s clinical profile.

      1.  Objectives:

         

    Develop a report that will include preliminary recommendations to CSC Health Services.

    One of the challenges in ambulatory care clinics is to determine the most appropriate nurse to patient ratio. Determining the ratio will include consideration of a number of factors, some of which lack definition or good estimation of weighting.

    Below are some of the key factors to consider:

    Variable

    Comment specific to CSC

    Access to the patient

    Access to the patient varies by level of security such that inmate movement is more restricted on the continuum from maximum to minimum. This is not a simple variable, however, because the number of populations that can’t mix is also a driver of access.

    Complexity

    Offenders’ health needs are complex and include a higher than average incidence, and prevalence, of infectious diseases and mental illnesses, high rates of co-morbidities and chronic illnesses. 

    A review of natural deaths (not to be confused with prevalence rates) of men and women in custody, reveal that 36% of deaths are caused by cancer, 26% by cardiovascular disorders and 12 % are related to liver diseases. Moreover, it is noteworthy that of those who died in custody 16% suffered from four chronic diseases.

    Some programs such as Opioid Substitution Therapy (OST) are resource intensive. Currently there are about 950 individuals on OST (methadone/suboxone). 

    Complexity increases with co-morbidities and co-morbidities increase with age and offenders within CSC are aging. 

    Differential distribution of populations across institutions

    Some institutions have a higher proportion of older offenders, others have a younger population; still others have more individuals on OST; mental illness etc

    Intake sites require more resources (taking histories; assessment; making judgements about “unknown” patients)

    Gender

    Women offender utilize more nursing resources

    Administrative supports

    The extent to which administrative supports are available to take on tasks sometimes undertaken by nurses by default or preference is a factor in resource assignment

    Electronic medical records

    Although without question a solid patient safety measure (integrates physical and mental health in one location; forced convention for recording critical information etc.), EMR require extra time for documentation.

    1.3 Tasks:

     

    The Contractor must perform the following tasks:

    1. At project initiation have a meeting with the project authority to review the proposed methodology and work plan for review of data, format of analysis and preparation of report. Prior to finalizing the work plan the contractor must:

      • Confirm objectives, schedule, assumptions, administrative requirements, and collect background documents.

      • Identify and document clear evaluation / acceptance criteria for the inclusion of specific resources and evaluation of options.

    1. Review background information and conduct interviews:

      • Complete literature search and review relevant background documentation

      • Develop Interview Guide for Headquarters staff, Regional Directors and Chiefs of Nursing and validate with Project Authority and incorporate feedback as required

      • Interview the following regional Health Services staff:

          • CSC Regional Directors Health Services and other Health Services National Head Quarters staff

          • Interview Chiefs of Health Care

          • Interview other required internal stakeholders 

    1. Develop / Detailed review of data and develop a report

     

    1.4 Deliverables:

     

    The Contractor must produce all of the following deliverables:

        1. Develop a work plan and methodology which includes a list of background documents, approved acceptance criteria

        2. Develop an interview guide for Headquarters staff, Regional Directors and Chiefs of Health Care and validate with Project Authority

        3. Develop a PowerPoint presentation with draft analytics

        4. Provide a draft report with results of the interviews/observations which includes preliminary recommendations

        5. Prepare final report

        6. Provide debriefs to internal stakeholders

    All deliverables will be subject to inspection and acceptance by the Project Authority.

    The report must be submitted in Word Format in English to the Director General Clinical Services and Public Health, Health Services Sector, National Headquarters and will follow with a briefing to CSC officials.

    1.4.1 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 Location of work:

    a. The Contractor must perform the work at their place of business.

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract: 340 Laurier Ave, W. Ottawa, ON K1A 0P9

    1.6 Language of Work:

    The Contractor must perform all work in English.

    1.7 Security Requirements:

     

    The following security requirements (SRCL and related clauses provided by PWGSC ISP) apply to and form part of the contract.

    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).
    1. 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. Until the security screening of the Sub-Contractor personnel required by this Sub-Contract has been completed satisfactorily by CISD, PWGSC, the Sub-Contractor personnel MAY NOT HAVE ACCESS to (CLASSIFIED/PROTECTED) information or assets, and MAY NOT ENTER sites where such information or assets are kept, without an escort.
    1. 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.
    1. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    2. 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:

    1. The Contractor must have a minimum of two (2) years of project management experience in organizational analysis and business process redesign with a strong emphasis on the establishment and management of information resources management functions in large organizations; 

    2. The Contractor must have a minimum of two (2) years experience in National Nursing and Management of Workload Studies in a Correctional Setting; and

    3. The Contractor must have a Masters in Health Administration and a Bachelor of Nursing Science

    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

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. The individual being proposed by the organization is able to provide valuable expertise to CSC as has extensive knowledge and experience in issues related to Workload Measurement and Human Resources Indicators for Nurses with a strong understanding of CSC’s working requirements.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: 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

     

    Ownership of any foreground intellectual property arising out of the proposed contract will vest with CSC.

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

    The proposed contract is for a period is from Contract Award to 31 Aug 2018.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option period(s), is $30,832.00 (applicable taxes included).

    12. Name and address of the pre-identified supplier

    Name: Emerald Health Information Systems

    Address: 400-1 Antares Dr.

    Ottawa, Ontario

    K2E 8C4

    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 April 6,2018 at 14:00.

     

     

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Joanne Steffin

    Senior Procurement Officer

    340 Laurier Avenue West, Ottawa, ON K1A 0P9

    Telephone: 613-943-1441

    E-mail: joanne.steffin@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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Steffin, Joanne
    Phone
    613-947-3430
    Email
    joanne.steffin@csc-scc.gc.ca
    Address
    340 Laurier-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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive - Limited Tendering