Psycho-Educational Assessment Services

Solicitation number 1000211988

Publication date

Closing date and time 2019/08/12 14:00 EDT


    Description

    ADVANCE CONTRACT AWARD NOTICE (ACAN)

    No 1000211988: Psycho-Educational Assessment Services

    1. Purpose of an Advance Contract Award Notice

      An 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 stated in the ACAN, the Contracting Officer may then proceed with the award to the pre-identified supplier.

    2. Definition of the requirement

      The Department of Indigenous Services Canada (ISC) has a requirement to acquire Psycho-educational Assessment Services, in accordance with the following provisions.

      The work will involve the following:

    1. Conduct psycho-educational assessments for students that have been identified by teachers at the Federal Schools as requiring special assistance; analyze the results; and provide a written report for each individual student’s records.

    2. Conduct parent/teacher conferences to discuss in detail the results of the psycho-educational assessments and provide recommendations for education program modification.

    3. Provide information to the Federal School teachers, principals and administrators for the development of individual education plans which include goals, strengths, needs, accommodations and/or modifications to address each student’s needs.

    1. 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:

    1. The proposed psychologist must demonstrate that he/she is registered with the College of Psychologists of Ontario by providing a copy of the certificate of registration.

    2. The proposed psychologist must demonstrate a minimum of two years of experience within the last four years performing psycho-educational assessments in Ontario, by providing a minimum of three case work summaries (defined as a listing of case history summaries carried out within a specific school board or client organization) not referencing any personal confidential information.

    The case work summaries must include, at a minimum:

    • The full legal or operating name and brief description of the client organization, (the names and addresses of the school boards for which the assessments have been provided);

    • The dates/duration of the case work summaries;

    • A brief description of the case work summaries, including scope, deliverables, objectives to be achieved, issues, intent and the result/outcomes of the work;

    • The extent of the Proposed Resources’ involvement in the project; and

    • Client Reference Form: include the name and contact information for the School Administrator/School Superintendent who oversaw the assessments.

    1. The proposed psychologist must demonstrate that he/she has experience in performing psycho-educational assessments pertaining to the full range of identifications as defined by the Ministry of Education of Ontario. 

    See the following link:

    http://www.edu.gov.on.ca/eng/generla/elemsec/speced/iepstand/iepstand.pdf

    1. The proposed psychologist must demonstrate that he/she has experience assessing First Nation, Inuit or Métis Children.

    2. The bidder’s proposed psychologist must demonstrate that he/she has a valid Police Check with Vulnerable Sector Screening, by providing a Police Check with the statement of capabilities.

    1. Language of work:

      The contractor must perform all work in English

    2. Security Requirement:

      The contract includes the following security requirements:

      Security clauses

      1. Pursuant to the Policy on Government Security, the nature of the services to be provided under this contract requires at least a valid Government of Canada (GoC) personnel Security Screening at the level Reliability Status for the Contractor, resources and any sub-contractors to be assigned to conduct the work.

      2. Prior to the commencement of the work, the Contractor and each authorized resources involved in the performance of the work under this contract must each hold at least a valid Security Screening at the level Reliability Status during the lifetime of the contract.

      3. The Contractor MUST NOT possess or safeguard PROTECTED information/assets at their organization’s premises until written permission from the security in contracting of Crown-Indigenous Relations and Northern Affairs & Indigenous Service Canada Department has been granted. Once the written permission has been granted, the possession and/or safeguarding of protected information/ assets may be performed up to the level of Protected B

      4. The Contractor MUST NOT remove any Sensitive information from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restrictions.

      5. The Contractor MUST NOT utilize its Information Technology (IT) systems to electronically process, produce or store any sensitive information until written permission from the security in contracting of Crown-Indigenous Relations and Northern Affairs & Indigenous Service Canada Department has been granted. Once the written permission has been granted, these tasks may be performed up to the level of Protected B. Electronic transmission of sensitive information is not authorized under this contract.

      6. Subcontracts are not to be awarded without the prior written permission from the security in contracting of Crown-Indigenous Relations and Northern Affairs & Indigenous Service Canada Department has been granted.

      7. Any substitute or alternate resource proposed for this contract:

    1. Must be approved by the security in contracting of Crown-indigenous Relations and Northern affaires & Indigenous Service Canada department and,

    2. Must hold at least a valid GoC Security Screening at the level of Reliability Status, during the lifetime of the contract.

    8. Under this contract, if a Contractor submits a resource who is subsequently found to not meet the Security requirements, the Department may immediately terminate the contract with no obligation to replace the resource with a resource from the same Contractor or to pay any invoice for work undertaken by this resource.

    9. This contract only has force or effect for as long as the security screening at the level of Reliability Status is valid. During the lifetime of this contract if the security screening, issued prior to the commencement of the work, be suspended or revoked the contract shall be terminated immediately and the Contractor shall have no claim against Her Majesty or the Minister as a result of the termination. The Contractor shall be paid for satisfactory work performed up to the time of termination pursuant to the terms of the Contract.

    10. The Contractor must comply with the following provisions:

    a) Security Requirements attached in this document; and

    b) Policy on Government Security (most recent version) http://publiservice.tbs-sct.gc.ca/pol/doc-eng.aspx?id=16578

    1. Applicability of the trade agreement(s) to the procurement

      This procurement is subject to the following trade agreements:

    • Canadian Free Trade Agreement (CFTA) OR Agreement on Internal Trade (AIT)

    • World Trade Organization - Agreement on Government Procurement (WTO-AGP)

    • North American Free Trade Agreement (NAFTA)

    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)

    • Canada-Peru Free Trade Agreement (CPFTA); and

    • Canada-Colombia Free Trade Agreement (CCOFTA).

    1. Justification for the Pre-Identified Supplier

      The proposed supplier is considered to be the only supplier uniquely qualified to complete this work as it has demonstrated experience in all of the minimum essential criteria which are specific and unique.

      To the client’s satisfaction, the proposed supplier has demonstrated its ability to meet the required criteria under the current contract No. 4500370331 which expires on August 31, 2019.

      As a result of the Request for Proposal #1000182733, posted on January 13, 2017 and closed on February 14, 2017, no bids were received. Subsequently, a sole source contract was awarded to Lynn Laverdiere-Ranger who is believed to be the only supplier capable of performing this work.

      Due to the history of this requirement where all bid solicitations have resulted in no proposals, it was determined that the most appropriate strategy is an ACAN.

    2. Government Contracts Regulations Exception(s)

      The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6. (d) Only one person or firm is capable of performing the contract.

    3. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked:

    Agreement on Internal Trade (AIT) – Article 506 Paragraph12 (b), where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists.

    World Trade Organization - Agreement on Government Procurement (WTO-AGP) – Article XV (15), Paragraph 1 (b), the products or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.

    North American Free Trade Agreement (NAFTA) – Article 1016.2(B) the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.

    Canada-Peru Free Trade Agreement – Article 1409, Paragraph 1 (b) iii, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist. 

    Canada-Colombia Free Trade Agreement – Article 1409, Paragraph 1 (b) iii, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist.

    1. Period of the proposed contract

      The Initial Contract Period will be from September 1, 2019 to August 31, 2020;

      The option period 1 will be from September 1, 2020 to August 31, 2021; and

      The option period 2 will be from September 1, 2021 ends August 31, 2022.

    2. A cost estimate of the proposed contract

      The estimated value of the contract, including option(s), is $271,200.00 (GST/HST extra).

    3. Name and address of the pre-identified supplier:

      Name: Lynn Laverdiere-Ranger

      Telephone: 705-561-7715

      E-Mail  Address: suddburybcba@hotmail.com

    1. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the 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 of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    1. Closing date for a submission of a statement of capabilities

      The closing date and time for accepting statements of capabilities is August 12, 2019 at 2:00 p.m. EST

    1. Inquiries and submission of statements of capabilities

    Inquiries and statements of capabilities are to be directed to:

    Name: Jean-Damascene Gasake

    Title: Senior Procurement and Contracting Officer

    Department of Indigenous Services Canada

    Directorate: Material and Assets Management Directorate

    Address: 10 Wellington Street, 13th Floor, Gatineau, QC, K1A 0H4

    Telephone: 819 934-6301

    Facsimile: 819 953-7721

    E-Mail  Address: jeandamascene.gasake@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Aboriginal Affairs & Northern Development Canada
    Contracting authority
    Gasake, Jeandamascene
    Phone
    819-934-6301
    Email
    jeandamascene.gasake@canada.ca
    Address
    10 wellington
    Gatineau, QC, K1A 0H4
    CA

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development Canada
    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, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    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: