Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Psychological services in support of its recruitement of Correctional Officers and Primary Workers

Status Awarded

Contract number 21120-20-3245917

Solicitation number 21120-20-3245917

Publication date

Contract award date

Contract value

CAD 800,000.00

    Description

    This contract was awarded to:

    Calian Ltd

    The Correctional Service of Canada (CSC) has a requirement, on an “as and when requested” basis, for the provision of psychological services in support of its recruitment of Correctional Officers and Primary Workers in various locations across Canada.

    Objectives:

    To administer psychological testing to Correctional Officer (CX-1) and Primary Worker (CX-2) candidates in external advertised appointment processes using the Minnesota Multiphasic Personality Inventory (MMPI-2), the Sixteen Personal Factor (16PF) test, and conduct follow up clinical interviews.

    The Contractor must provide a minimum of one (1) Senior Clinical Psychologist(s) at the main "Hub" and a minimum of one (1) Clinical Psychologist(s) to administer the MMPI-2, 16PF and clinical interviews in each of the required testing locations.

    The Contractor must conduct the evaluation of the psychological readiness of candidates in CSC’s recruitment processes for Correctional Officers and Primary Workers.

    The psychological testing and evaluation protocol must occur in two stages:

    a) The administration of the Minnesota Multiphasic Personality Inventory (MMPI-2) and the Sixteen Personal Factor (16PF) tests; and

    b) Structured clinical interview.

    The Contractor must administer the questionnaires (MMPI-2 and 16PF), at times in large group settings of up to 200 candidates per location, and provide clinical interviews. 

    The psychological services will be required at the following locations:

    1. Halifax, NS
    2. Moncton, NB
    3. Montreal, QC
    4. Quebec, QC
    5. Laval, QC
    6. National Capital Region: NCR defined by the National Capital Act:

    http://laws.justice.gc.ca./en/showdoc/cs/N-4/sc:1//en#anchorsc:1

    1. Kingston, ON
    2. Toronto, ON
    3. Calgary, AB
    4. Edmonton, AB
    5. Saskatoon, SK
    6. Winnipeg, MB
    7. Vancouver, BC
    8. Abbotsford, BC
    9. Vancouver, BC
    10. Abbotsford, BC

    Term of Contract:

    Period of the Contract: the Work is to be performed during the period of date of contract award to one year later with the option to renew for four (4) additional one (1) year periods.

    Trade agreements: N/A

    Contract Award Strategy : Lowest priced compliant bid

    Set-aside under the Procurement Strategy for Aboriginal Business: No

    Comprehensive Land Claim Agreement: No

    Business address
    770 Palladium Dr.,
    Ottawa, K2V 1C8
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G103D - Mental Health Services
    • U002C - Vocational and Psychometric Testing
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Cameron, Danielle
    Phone
    613-943-6144
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: