Primary Care Physician

Solicitation number 21401-26-4015817

Publication date

Closing date and time 2022/03/01 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 the requirement:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    The Correctional Service Canada has a requirement for services of a Primary Care Physician (General Practitioner) for Collins Bay Institution in the Ontario Region. The work will involve the following:

    1. Objectives:

    Provide and actively participate in the coordination of essential health care services to inmates at Collins Bay Institution.

    1.2 Tasks:

    The Contractor must provide essential integrated, trauma informed Primary Care health services to inmates, 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. 

    1.3 Expected results:

    Provide and actively participate in the coordination of essential health care services to inmates.

    1.4 Performance standards:

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

    1.4.2. 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.

    1.4.3. Along with recognizing the gender, cultural, religious and linguistic differences of inmates, 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.

    1.4.4. The Contractor must provide all services respecting federal and provincial legislation and standards, provincial and national guidelines (including, but not limited to, the Canadian Immunization Guide; 2017 Canadian Guideline for Opioids for Chronic Non-Cancer Pain; Canadian Research Institute in Substance Misuse (CRISM), National Guideline for the Clinical Management of Opioid Use Disorder, professional practice standards and CSC Policy/Guidelines related to the provision of mental health and physical health care).

    1.4.5. 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.

    1.4.6. 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.

    1.4. 7 Documentation in CSC ‘s Electronic Health Care Records:

    a) In addition to the above noted policies, guidelines and standards, the Contractor must document all assessment, treatment and consultations in the Inmates Electronic Health Care Records in compliance with relevant legislation, professional standards of practice, CSC's Documentation for Health Services Professionals guidelines and their Provincial Regulatory College. The Contractor must ensure that documentation is sufficient to communicate to other health care professionals the status of the patient (including special circumstances/requirements) and the next steps in treatment and follow-up.

    b) As a quality improvement measure and as part of the Medical Practitioner Quality Improvement Review, the Contractor's documentation will be reviewed for quality, consistency and completeness.

    c) The Project Authority will provide an encrypted laptop to the Contractor for documentation in CSC’s Electronic Health Care Records. The Project Authority will obtain all necessary CSC internal approvals and must comply with requirements for taking CSC assets off site. The Project Authority will also ensure the Contractor is aware of all CSC requirements regarding care and protection of CSC assets and IT security requirements including those associated with the use of Portable Data Storage Devices (encrypted laptops).

    d) The Contractor must obtain prior approval, in writing, from the Project Authority before collecting any data on inmates. The Contractor must specify what data would be collected and for what purpose.

    e) The Project Authority will provide a Government of Canada (GC) email address to the Contractor. The Contractor must comply with Identification Protocol Responsibilities specified in the contract. The Contractor must regularly monitor this GC email address on an ongoing basis and read email correspondence. The Contractor must communicate all matters that relate to inmates using this secure email address only.

    1.5 Deliverables:

    1.5.1 Inmate care:

    a) The Contractor must provide essential integrated, trauma informed Primary Care health services to inmates, 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. 

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

    1. Essential physical health assessment;
    2. Development of care plans;
    3. Consultation;
    4. Treatment;
    5. Primary mental health care (this includes collaborating with mental health professionals as well as initiating and continuing the prescription of psychotropic medications);
    6. Appropriate referrals;
    7. Urgent health services (any condition that is likely to deteriorate to an emergency or affect the inmate's ability to carry out their activities of daily living is considered to be "urgent") including referral to the appropriate community hospital for emergency medical services when required;
    8. visiting hospitalized offenders admitted to community hospitals when required as authorized by the Project Authority. 

    1.5.2. The Contractor must act and provide care to inmates that meets the requirements set out in the Medical Practitioner By-Laws, under Duties Section in the Medical Practitioner Active Category, including any amendment to these By-Laws issued by CSC during the contract period and any optional period if and when exercised by CSC. See Annex H - Medical Practitioner By-Laws.

    1.5.3 The Contractor, in their role as the primary care physician must assume responsibility for integrating all aspects of care including care provided outside of CSC, by consultant/specialists for those inmates under their direct care.

    1.5.4 The Contractor must visit inmates 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.

    1.5.5 The Contractor must consult with the Project Authority or delegate regarding requirements for medical supplies and equipment. Any requests for equipment and supplies must be submitted to, and approved by, the Project Authority.

    1.5.6 Recommendations for non-formulary medication and Special Authorization items:

    The Contractor must:

    a) Prescribe medications according to CSC’s National Drug Formulary; 

    b) Request non-formulary medications in accordance with CSC’s National Drug Formulary; and

    c) Request Special Authorization items on in accordance with CSC’s Essential Health Services Framework.

    1.5.7 Health Services to other CSC Institutions:

    At the request of the Project Authority or delegate, the Contractor may be required to provide health services to inmates in other CSC institutions within 30 km of their assigned institution, or further as agreed between both parties.

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

    1.5.9 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 Collins Bay Institution.

    b. Travel

    ii. 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) Contract Security Manual (Latest Edition[CM(1] ).

    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.

    2. 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 can provide a resource that meets all of the mandatory technical evaluation criteria and obtains the required 50% overall for the technical evaluation criteria subject to point rating for primary care physicians. The rating is performed on a scale of 95 points. The mandatory and rated technical evaluation criteria can be found in Attachment 1 to this ACAN.

    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 Indigenous Business

    This procurement is not subject to any set-asides for Indigenous 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.

    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. Period of the proposed contract or delivery date

    The proposed contract is for a period of 2 years, from March 6, 2022 to March 5, 2024 with an option to extend the contract for 2 additional 1-year period.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $1,496,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: AIM Health Group

    Address: 9-6400 Millcreek Drive

    Mississauga, Ontario

    L5N 3E7

    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 March 1, 2022 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, A/Regional Contract Administrator

    Correctional Service Canada, Ontario Region

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario

    K7L 4Y8

    Telephone: 343-422-4831

    Facsimile: 613-536-4571

    Email: danielle.murdoch@csc-scc.gc.ca

    You should include the security risk mitigation clauses specific to health services.

    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
    Murdoch, Danielle
    Phone
    613-545-8266
    Email
    danielle.murdoch@csc-scc.gc.ca
    Address
    445 Union Street
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    16
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    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.