SAP Ariba system maintenance

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

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Psychological Counselling

Solicitation number 21201-16-2175886

Publication date

Closing date and time 2015/10/13 13:00 EDT


    Description
    Psychological Counselling Services - NFLD
    
    This requirement is for: The Correctional Service of Canada, Atlantic Region, Corner Brook and Stephenville, NFLD.
    
    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 Aboriginal Business: This procurement is not subject to any set-asides for Aboriginal 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. 
    
    The Correctional Service Canada has a requirement to provide the services of a psychologist for offenders located in Corner Brook and Stephenville, NL, in the Atlantic Region.
    
    Objectives: Provide essential mental health and / or psychological assessment or psychological risk assessment services to offenders, as requested by the Project Authority, at the contractor’s business location (professional office) in Stephenville or Corner Brook in the Atlantic Region.
    
    Deliverables: The treatment/counselling orientation utilized by Correctional Service Canada (CSC) is cognitive-behavioural.   All psychological treatments offered to offenders by the contractors 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 (particularly in cases of sexual offenders) 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 Aboriginal 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 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 is expected to 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.
    
    Expected Delivery Date: April 1, 2016 to March 31, 2017
    
    
    File Number: 21201-16-2175886
    
    Contracting Authority: Andrea Nugent
    Regional Contract Officer
    1045 Main Street, 2nd Floor
    Moncton, NB  E1C 1H1
    Telephone number: 506-851-6977
    Facsimile number: 506-851-6327
    E-mail: andrea.nugent@csc-scc.gc.ca
    
    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.
    
    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).
    
    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.
    
    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.
    
    The Office of Small and Medium Enterprises (OSME) 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 Tenders minisite;
     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).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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 Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nugent, Andrea
    Phone
    506-851-6977
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1
    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.

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

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: