Clinical Supervision

Solicitation number 21423-25-4476777

Publication date

Closing date and time 2023/12/20 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:

    The Correctional Service Canada has a requirement to provide Correctional Programming designed to meet offenders criminogenic needs based upon the Risk/Need/Responsivity Principles. The work will involve the following:

    1.1 Objectives:
    To provide Clinical Supervision of a Correctional Programs Officer (CPO) who will be delivering Personalized and Adapted Cognitive-Behavioural Treatment to a hearing-impaired offender.

    1.2 Tasks:
    Contractor must provide Clinical Supervision and oversight to a CSC Correctional Programs Officer (CPO) who will provide the specialized programming that has been specifically designed by the proposed contractor for this offender.

    1.3 Expected results:
    A full treatment report drafted by the CPO and supervised by the Contractor that will outline the offenders’ progress in the above sessions and must include a Sex Offender Risk Assessment.

    1.4 Performance standards:

    a. 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 guidelines.
    b. 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.

    1.5 Deliverables:

    1.5.1
    The Contractor must design and develop a Cognitive Behavioural Sexual Offender Treatment Plan for a Federal Offender with both cognitive deficits and significant communication difficulties. The Contractor must then provide Clinical Supervision to a Correctional Services Program Officer who will facilitate the actual one-on-one treatment sessions with the offender within a Correctional Environment.

    The Contractor’s clinical supervision must focus on skill development and include approximately two sessions on sections 1) to 3) below, and six sessions on section 4) below. The Contractor must take into account, feedback from the American Sign Language (ASL) and Deaf interpreters to adjust the session focus.

    1) Identifying the patterns and ways in which the client’s offence(s) have unfolded in the past. This reflects the perspective from which sexual offences are not seen as isolated events but are instead construed as a culmination of a chain of events.
    2) Developing a “behavioural progression” - establish risk factors and situations that increase the likelihood that the client will engage in similar offending in the future.
    3) Identifying themes, triggers and signals that the client's risk might be increasing.
    4) Developing self-management skills related to risk mitigation and enhanced problem solving for the client to adopt and practice.

    The Contractor must provide clinical supervision for all skills in the context of the cognitive behavioural therapy model, as is currently recommended in the risk-need-responsivity literature, but supervision must be adapted as needed based on input from the CPO and the ASL and Deaf interpreters.

    The Contractor must provide Clinical Supervision for up to 18 sessions, which will occur on a weekly basis.

    Final Report: the Contractor must produce a final report that includes a full outline of the offender’s progress which will be drafted by the CPO. The report must also include a complete Sex Offender Risk Assessment completed by the contractor. This report must be completed within a month of the last treatment session.

    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:

    a. The Contractor must perform the work at their place of business via phone, videoconference, or in person.

    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:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
    PWGSC FILE No. 21423-25-4476777

    1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor 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 MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor 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 must comply with the provisions of the:

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

    b) Contract 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.

    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 meets the following requirements:

    Experience:
    Must possess a minimum of 10 years of experience in providing Clinical Supervision to staff providing Sexual Offender Programming within the last 20 years prior to the ACAN closing date.

    Must have at least 5 years experience providing Sexual Offender Programming or supervision within a Correctional Environment, or in the community within the last 15 years prior to the ACAN closing date.

    Must have at least 5 years experience providing sex offender programming to incarcerated offenders with Mental Health issues, or Cognitive deficits, or both within the last 10 years prior to the ACAN closing date.

    Must have at least 5 years of experience within the last 10 years prior it to the ACAN closing date providing Sexual Offender Psychological Risk Assessments.

    Academic qualifications:
    Must have a Doctorate level in Psychology.

    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.

    Professional designation, accreditation and/or certification:
    Must have a valid license, in good standing, with the College of Psychologists of Ontario.

    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 is a Registered Clinical Psychologist who was the Director of the Sex Offender Clinic at the Regional Treatment Centre, Correctional Services Canada, prior to his retirement. His role as Director was to provide direct Clinical Supervision of Correctional Program Staff who were running the High-Intensity Sex Offender program within that facility. The pre-identified supplier also regularly performed complete Sex Offender Risk assessments. There are no other suppliers with the pre-identified supplier’s credentials and years of experience in supervising CSC staff running sex offender programs within a correctional environment to offenders that have Mental Health, or cognitive deficits, or both.

    This Supplier continues to provide Sexual Offender Treatment and Psychological Risk Assessment via his private practice.

    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:
    (b) the estimated expenditure does not exceed;

    (iv) in the case of any other contract to which these Regulations apply, $40,000

    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 approximately 6 months, from date of award to June 23, 2024.

    11. Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is $21,600 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Dr. Jan LOOMAN
    Address: Contractors Place of Business

    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 December 20, 2023 at 2pm ET.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, 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

    Contract duration

    The estimated contract period will be 5 month(s), with a proposed start date of 2023/12/25.

    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

    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 Services Canada
    Address

    445 Union Street

    Kingston, Ontario, K7L4Y8
    Canada
    Contracting authority
    Danielle Murdoch
    Phone
    (343) 422-4831
    Email
    danielle.murdoch@csc-scc.gc.ca
    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
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    5 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable

    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: