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

Solicitation number 21120-20-3245917

Publication date

Closing date and time 2019/08/06 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Request for Proposal No. 21120-20-3245917

    This requirement is for: the Correctional Service of Canada, on an as and when requested basis, for the provision of psychological services in support of its recruitement of Correctional Officers and Primary Workers, in various locations across Canada.

    Trade agreements:

    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 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

    Deliverables:

    The Contractor must provide the following deliverables:

    • Weekly reports (including nil reports), on Testing Activities to the Project Authority or designated representative. The reports must include, but are not limited to: the status of all testing being administered, total number of tests administered, total number of individuals deemed "meets" and "does not meet", and status of feedback requests.
    • Psychological evaluation results declaring assessed individuals as "meets" or "does not meet", and feedback when requested by CSC.
    • NOTE: Reports for each individual being assessed must be completed and stored at the Contractor's designated central location ("Hub").

    During the period of the contract, the Contractor must:

    1. Work in conjunction with the Project Authority or their designated representative;
    2. Complete the work according to each resulting Task Authorization;
    3. Ensure that the Clinical Psychology Team is in place to support, in an on-going manner, the delivery of the work described in the Statement of Work;
    4. Provide weekly reports, including NIL reports, on testing results;
    5. Maintain regular contact with the Project Authority or designated representative

    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.

    File Number: 21120-20-3245917

    Contracting Authority: Danielle Cameron, Senior Procurement Officer

    Telephone number: (613) 943-6144

    E-mail: Danielle.Cameron@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 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 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:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ 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

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Cameron, Danielle
    Phone
    613-943-6144
    Email
    Danielle.Cameron@csc-scc.gc.ca
    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
    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding

    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: