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) 

Psychiatry Services

Solicitation number 50400-20-3343189

Publication date

Closing date and time 2021/01/04 01:00 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 the 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:

    1.1 Objectives:

    Provide and actively participate in the coordination of essential mental health services to offenders at the Regional Psychiatric Centre in Saskatoon as a psychiatrist. See Annex E for the National Essential Health Services Framework.

    1.2 Tasks:

    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. Develop care 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:

    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. 

    1.4 Performance standards:

    The Contractor, in the provision of care, must apply The United Nations Standard Minimum Rules for the Treatment of Prisoners (the Nelson Mandela rules).

    Recognizing the high lifetime prevalence of trauma among incarcerated persons, care should be provided in ways that recognize needs for physical and emotional safety, as well as choice and control in decisions affecting the inmate’s treatment.

    Along with recognizing the gender, cultural, religious and linguistic differences of Offenders, the Contractor must particularly take into consideration the historical context of the lives of Canada’s Indigenous peoples and be sensitive to the impacts of intergenerational trauma and the physical, mental, emotional and social harms experienced by Indigenous people.

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

    The Contractor must provide all services respecting federal and provincial legislation and standards, provincial and national and CSC Policy/Guidelines related to the provision of mental health and physical healthcare.

    The Contractor must provide care in accordance with CSC’s National Medical Advisory Committee and Medical Practitioner By-Laws governing Physicians, Dentists and Nurse Practitioners who provide Medical Care to Patients.

    The relevant legislation and CSC Policy/Guidelines on medical care are available on CSC’s intranet website referred to as “the HUB” and the Commissioner’s Directives are available on CSC’s website at www.CSC-SCC.GC.ca. The Contractor may request hard copies of relevant policies, guidelines and standards from the Project Authority. The Project Authority will forward all new relevant policies/guidelines to the Contractor via their CSC email account.

    1.5 Deliverables:

    1.5.1 The deliverables the Contractor must provide the include, but are not limited to, the following:

    a) The Contractor must conduct assessments and submit assessment reports for sharing with third parties including the Parole Board of Canada as requested by the Project Authority.

    b) The focus of the reports will be evaluation of risks associated with the offender’s mental health profile including the means to manage identified risks.

    c) The reports must include the following as a minimum:

    1. Case formulation addressing criminogenic / risk relevant information associated with mental health profile and interview impressions;
    2. Clinical opinion; and
    3. Recommendations (treatment/risk management focused).

    d) The Contractor must prepare and submit assessment reports within 10 days of the interview or at the date agreed upon with the Project Authority or their delegate.

    e) The Contractor must submit all assessment reports in a typewritten format. Assessment reports will not normally exceed five pages in length

    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.

    The Contractor must visit incarcerated offenders in designated areas of the institution (including, but not limited to the Structured Intervention Unit, Health Care Unit, Living unit for older persons, Intake and Assessment Unit) as requested by the Project Authority or delegate. The Contractor may independently request to assess an inmate in any condition of confinement.

    Recommendations for non-formulary medication and Special Authorization items applicable to incarcerated offenders, only:

    a) The Contractor must:

    1. Prescribe, administer and monitor medications according to the CSC National Drug Formulary; 
    2. Request non-formulary medications in accordance with CSC’s National Drug Formulary; and
    3. Request Special Authorization items in accordance with CSC’s Essential Health Services Framework.

    The Contractor must participate in an annual Medical Practitioner Quality Improvement Review with the respective Regional Psychiatrist Lead as laid out in the Medical Practitioner By-Laws.

    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:

    1. 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:

    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 Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified 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 the CSP, 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).

    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 assessment of 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:

    The proposed psychiatrist must have a minimum of six (6) months experience in providing psychiatric care in the last two (2) years prior to the closing date of this ACAN.

    Professional designation, accreditation and/or certification:

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

    The proposed psychiatrist must hold a current specialty license 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 psychiatrists who are willing and available to provide psychiatric care at Correctional facilities to meet the mental health needs of CSC inmates. 

    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 delivery date

    The proposed contract is for a period of 2 years, from January 5, 2021 to December 31, 2022 with an option to extend the contract for 2 additional 1 -year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $3,083,190.01 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr Mansfield Mela

    Address: Saskatoon, SK

    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 January 4, 2021 at 2:00 PM CST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Melanie Perrin, RE: Psychiatry Services, 50400-20-3343189

    Saskatoon, SK

    Telephone: 306-659-9253

    Facsimile: 306-659-9317

    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
    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

    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
    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.

    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: