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:
- Halifax, NS
- Moncton, NB
- Montreal, QC
- Quebec, QC
- Laval, QC
- 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
- Kingston, ON
- Toronto, ON
- Calgary, AB
- Edmonton, AB
- Saskatoon, SK
- Winnipeg, MB
- Vancouver, BC
- Abbotsford, BC
- Vancouver, BC
- 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:
- Work in conjunction with the Project Authority or their designated representative;
- Complete the work according to each resulting Task Authorization;
- 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;
- Provide weekly reports, including NIL reports, on testing results;
- 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:
Overview of the federal government contracting process;
Searching for opportunities on the Buy and Sell - Tenders website;
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
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Cameron, Danielle
- Phone
- 613-943-6144
- Email
- Danielle.Cameron@csc-scc.gc.ca
- Address
-
340 Laurier Ave WestOttawa, ON, K1A 0P9CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
3245917_-_rfp_amend_004_-_modification_a_la_ddp_004.pdf |
English
|
7 | ||
3245917_-_rfp_amend_004_-_modification_a_la_ddp_004.pdf |
French
|
6 | ||
3245917_-_rfp_amend_003_-_modification_a_la_ddp_003.pdf |
English
|
8 | ||
3245917_-_rfp_amend_003_-_modification_a_la_ddp_003.pdf |
French
|
6 | ||
3245917_-_rfp_amend_002_-_modification_a_la_ddp_002.pdf |
English
|
8 | ||
3245917_-_rfp_amend_002_-_modification_a_la_ddp_002.pdf |
French
|
7 | ||
3245917_-_rfp_amend_001_-_modification_a_la_ddp_001.pdf |
English
|
15 | ||
3245917_-_rfp_amend_001_-_modification_a_la_ddp_001.pdf |
French
|
14 | ||
3245917_-_psychological_services_-_rfp.pdf | 000 |
English
|
30 | |
3245917_-_services_psychologiques_-_ddp.pdf | 000 |
French
|
15 |
Access the Getting started page for details on how to bid, and more.