Psychology Services

Status Awarded

Contract number 21470-27-4312147/A

Solicitation number 21470-27-4312147/A

Publication date

Contract award date

Contract value

CAD 28,662.68

    Description

    This contract was awarded to:

    Dr. Stewart Plotnick

    Aftercare Psychological Services for Windsor Parole Office

    This requirement is for: The Correctional Service of Canada, Windsor Parole Office

    Trade agreement: This procurement is not subject to any trade agreement.

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: Lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

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

    Security Requirements: This contract includes security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    Correctional Service of Canada, in the Ontario Region has a requirement to provide Aftercare Psychology Services for the Windsor Parole Office.

    Objectives: Provide essential and non-essential mental health and/or psychological assessment or psychological risk assessment services to offenders, as requested by the Project Authority, as a psychologist at the Contractor’s business location in the Windsor area in the Ontario Region or other CSC -approved locations when needed, including Personal Health Information Protection Act (PHIPA) approved video conferencing devices with prior approval by the Project Authority.

    Deliverables: To provide psychological assessment and/or treatment services as a Registered Psychologist in Ontario for a maximum of 140 hours per year. Treatment and counselling orientation utilized by Correctional Service Canada (CSC) is cognitive-behavioural. All psychological treatments offered to offenders by the contractor must be evidence-based with known application to offender populations. The principal focus of treatment will depend on the nature of the referral and the offender's needs. Although the usual objectives of treatment include the reduction of risk to reoffend, a priority should also be placed on the amelioration of the offender's mental health and emotional or behavioural functioning, including feelings, attitudes, beliefs and behaviours that moderately to severely impact or interfere with daily functioning. The offender's motivation for the index offence should be addressed in this context. The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Indigenous People.

    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 including the CSC Mental Health Policy and Integrated Mental Health Guidelines.
    The Contractor must provide services in accordance with the ethical and professional practice standards of the applicable provincial regulatory body, the Canadian Code of Ethics for Psychologists and relevant legislation guiding the practice of Psychology within correctional settings.
    The Contractor must consult with the Project Authority to ensure that all psychological practices are consistent with the relevant and most current legislation, practice standards and policies.
    On a yearly basis or as determined by the Project Authority, the Project Authority or designate will review a sample of reports to determine if they meet CSC and professional standards for psychological reports. If a report is judged to be substandard, the Contractor must amend the report as requested at no extra cost to the Crown. The amendment must be completed, and the amended report submitted to the Project Authority within one (1) week following the date when the amendment was requested.
    Timeliness of the submission of all reports will be monitored on an ongoing basis by the Project Authority. Timeliness will form part of the assessment of the Contractor's work.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment

    Duration of Contract and Time Frame for Delivery:

    Period of the Contract: The Work is to be performed during the period of 01-October-2023 to 30-September-2026 with the option to renew for two (2) additional one-year periods.

    File Number: 21470-27-4312147A

    Contracting Authority: Jill Emmons
    Telephone number: (613)329-2694
    E-mail: Jill.Emmons@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Overview of the federal government contracting process;
     Searching for opportunities on the Buy and Sell - Tenders website;
     Bidding on opportunities;
     Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Business address

    1279 Ouellette Avenue

    Windsor, Ontario, N8X 1J3
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    Selection criteria
    Lowest Price
    Region(s) of delivery
    Ontario (except NCR)

    Contract duration

    The contract will be for a period of 12 month(s), from 2023/10/01 to 2024/09/30.

    Commodity - UNSPSC

    • 85121600 - Medical doctor specialist services

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Services Canada
    Address

    445 Union St West

    KINGSTON, ONTARIO, K7L4Y8
    CANADA
    Contracting authority
    Monika Alexander
    Phone
    (647) 234-2934
    Email
    monika.alexander@csc-scc.gc.ca
    Fax
    N/A
    Address

    445 Union St West

    KINGSTON, ONTARIO, K7L4Y8
    CANADA
    Date modified: