SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Psychology Services

Status Awarded

Contract number 50400-19-3140567

Solicitation number 50400-19-3140567

Publication date

Contract award date

Contract value

CAD 92,750.00

    Description

    This contract was awarded to:

    Dr R. Leonard Wilhelm

    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, The Regional Psychiatric Centre (PRA) was approved and funded accordingly to proceed with the Fetal Alcohol Spectrum Disorder (FASD) Diagnostic and Support Team Pilot Project. The project will be evaluated with the goal to develop a model that is transferable to be used in other institutions in the Correctional Services of Canada.

    1.1 Objectives:

    The FASD Diagnostic and Support Team functions as an initial step in the recognition of offenders with FASD within the Correctional Services of Canada (CSC). FASD, an invisible disability is one of the mental disorders known to increase criminality and recidivism.

    1.2 Tasks:

    The Contractor must perform comprehensive neurological evaluations to assist in the diagnosis of Fetal Alcohol Spectrum Disorder (FASD) according to current Canadian practise guidelines.

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

    Prepare and submit psychological assessment and other reports as requested by the Project Authority.

    Participate in meetings as a consultant including case conferences, the Interdisciplinary Mental Health Team or the Correctional Intervention Board and other related activities as requested;

    Provide consultation services for the resolution of CSC internal offender grievance and investigative processes as requested;

    1.3 Expected results:

    By supporting identified FASD offenders and addressing their clinical and correctional needs with the necessary interventions (FASD Best Practices), individuals’ quality of life will be enhanced, case management will be effective, victimization will be reduced and public safety improved. This addresses the corporate priorities of the CSC.

    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.

    1.5 Deliverables:

    1.5.1 The Contractor must perform comprehensive neurological evaluations to assist in the diagnosis of Fetal Alcohol Spectrum Disorder (FASD) according to current Canadian practise guidelines. This includes all appropriate testing, the completion of an interpretive report and a debriefing of results with relevant institutional staff. The psychological report and debriefing must be completed within 6 weeks from the conclusion of testing.

    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 will perform work at the Regional Psychiatric Centre (Prairies) 2520 Central Ave., Saskatoon, Sask. S7K 3X5 and at his home in Vermillion, Alberta.

    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:

    a. 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).

    b. 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.

    c. 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.

    d. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    e. The Contractor/Offeror must comply with the provisions of the:

    i) Security Requirements Check List and security guide (if applicable), attached at Annex C;

    ii) Industrial Security Manual (Latest Edition).

    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:

    The proposed psychologist must have at least two (2) years experience in clinical psychology and/or counseling psychology over the past five (5) years.

    The proposed psychologist must have one (1) year of experience in the past five (5) years in assessing complex cases (individuals with dual diagnosis, severe personality disorders with emotional dysregulation, self-injury or self harm history, neurocognitive deficits or other chronic major mental illness.)

    The proposed psychologist must have one (1) year of experience in the last five (5) years in providing differential diagnosis of complex cases and devising prioritized multi-target treatment plans.

    Academic qualifications:

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    Professional designation, accreditation and/or certification:

    The proposed psychologist must hold a current license from, or current registration with, the provincial registering or licensing body for psychologists in the province(s) where services are to be provided.

    The Proposed psychologist must have specialized training in the administration and interpretation of neuropsychological tests for the diagnosis of FASD.(PHD and postdoctoral certificate) 

    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.

    There is a limited number of suppliers available to provide psychological assessment services for Fetal Alcohol Spectrum Disorder to meet the reintegration needs of CSC offenders.

    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 from the date of contract award to March 31, 2020.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, is $92,750.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Dr. R.L. Wilhelm

    Vermilion AB.

    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 April 26, 2019, 14:00 CST

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Melanie Perrin Regional Procurement Officer

    Correctional Service Canada | Service Correctionnel du Canada

    P.O. Box 9223, 3427 Faithfull Ave.
    Saskatoon, SK S7K 8H6
    Telephone | Téléphone 306-659-9253 | TTY: 613-111-1111

    Facsimile | Télécopieur 306-659-9317

    501Contracts@csc-scc.gc.ca

    Business address
    Vermilion, AB, T9X 2B3
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G103D - Mental Health Services
    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
    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
    Date modified: