Psychiatric Services

Solicitation number 50400-19-3163546

Publication date

Closing date and time 2019/05/09 16:00 EDT

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:

    The Correctional Service Canada has a requirement to provide essential mental health services to inmates at the Regional Psychiatric Centre by a Psychiatrist. The work will involve the following:

    1. Objectives:

      The psychiatrist will provide psychiatric care services to offenders and collaborate with the interdisciplinary health services team that includes, but is not limited to nursing, psychology, social work, occupational therapy and other allied healthcare professionals.

    1.2 Tasks:

    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. 

    These services include, but are not limited to the following:

    1. Assess and treat individual offenders;
    2. Participate in discharge and release planning as requested;
    3. prepare and submit treatment plans and discharge summaries in accordance with mental health service delivery guidelines;
    4. Provide consultation to other health care providers to ensure continuity of care. This includes providing consultation to community mental health service providers and the prescribing physician if the offender is residing in the community;
    5. Provide consultation and advice on mental health services to the mental health team and/or institutional management as requested;
    6. Provide educational sessions as requested;
    7. Participate in meetings including Medical Advisory Committees, case conferences and other related activities as requested;
    8. Participate in CSC training, including orientation to CSC and risk assessment training as requested;
    9. Participate in the evaluation of the efficiency, quality and delivery of services, including, but not limited to, participation in medical audits, peer and interdisciplinary reviews, chart reviews and incident report reviews as well as the Accreditation process;
    10. Provide consultation services for the resolution of CSC internal offender grievance and investigative processes as requested;
    11. Provide Telepsychiatry sessions (psychiatric services by videoconference) to offenders as requested and approved by the Project Authority.

    1.3 Expected results:

    Provide essential mental health services to offenders at the Regional Psychiatric Center as a psychiatrist.

    1.4 Performance standards:

    The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.

    The Contractor must provide services in accordance with the ethical and professional practice standards of the applicable college of Physicians and Surgeons as well as the Royal College of Physicians and Surgeons of Canada.

    Compliance with provincial/national guidelines

    The Contractor must provide all services in compliance with federal and provincial legislation and standards, provincial and national guidelines, practice standards and CSC Policy/Guidelines and including the CSC Mental Health Policy and guidelines.

    The Contractor is expected to consult with the Project Authority to ensure that all medical practices are consistent with the relevant and most current legislation, practice standards and policies.

    1.5 Deliverables:

    1.5.1 Contractor must provide up to 16 hours of service per week (Monday to Friday)

    Assess and treat individual offenders;

    Participate in discharge and release planning;

    Prepare and submit treatment plans and discharge summaries;

    Provide consultation to other health care providers to ensure continuity of care;

    Provide consultation and advice on mental health services to the mental health team;

    Provide educational sessions;

    Perform risk assessments and submit risk and sexological reports

    1.5.2 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 Contractor must perform the work at the Regional Psychiatric Centre, Saskatoon, Saskatchewan.

    b. Travel

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

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 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).
    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.
    2. 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.
    3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    4. The Contractor/Offeror must comply with the provisions of the:
      1. Security Requirements Check List and security guide (if applicable), attached at Annex C;
      2. Industrial Security Manual (Latest Edition).

    CSC Approved Health Services Exemption for the Removal, Offsite Storage and Electronic Data Processing of Offender Personal Medical Information under CSC issued contracts.

    1. The Contractor/Offeror must practice and take measures to protect shared personal health information in accordance with the applicable legislation which governs the disclosure of personal and health information under federal and provincial laws, applicable provincial health information acts, and the provincial/territorial regulatory body’s professional practice standards. This includes collection, receipt, transmission, storage, disposal, use and disclosure of information under its control among authorized persons of employees of the Contractor/Offeror.
    1. In case of security breach or the unauthorized use of shared personal information, the Contractor/Offeror must notify the CSC Project Authority and implement all procedures and disclosure requirements as defined by their professional certifying body and those required of federal and provincial laws and regulations.

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

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Experience:

    Contractor must have a minimum of six (6) months experience in providing psychiatric care in the last two (2) years.

    Professional designation, accreditation and/or certification:

    Contractor must hold a current license in good standing from the provincial licensing body for physicians and surgeons in the province where services are to be provided.

    Contractor must be a current member in good standing with the Royal College of Physicians and Surgeons of Canada with a speciality in Psychiatry.

    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

    There are a restricted number of forensic psychiatrists who are willing and available to offer services at Correctional facilities. Recruitment efforts are continuous. Forensic psychiatry is a specialized service with limited specialists in the field. 

    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

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

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

    The proposed contract is for a period of 5 years, from September 1, 2019 to August 31, 2024

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $842,400.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. Rajesh Karuthedath Medical Professional Corporation

    Address: Saskatoon SK S7V 1B2

    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 May 9, 2019, 14:00 hours CST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Melanie Perrin

    Telephone: 306-659-9253

    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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Perrin, Melanie
    Phone
    306-659-9253
    Email
    501Contracts@csc-scc.gc.ca
    Address
    3427 Faithfull Ave
    Saskatoon, SK, S7K 8H6
    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
    Saskatchewan
    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.