SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Psychological Services

Solicitation number 21250-20-3368456

Publication date

Closing date and time 2020/01/02 01:00 EST

Last amendment date


    Description

    This requirement is for: The Correctional Service of Canada, Nova institution For Women in the Atlantic Region.

    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 following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement of a psychologist for Nova Institution for Women. The psychologist will provide psychological assessment and/or treatment services to offenders and collaborate with the interdisciplinary health services team that includes, but is not limited to nursing, psychology, social work, occupational therapy and other allied healthcare professionals. Collaboration with the case management team is also essential and in community sites, the treatment/supervision team also includes the Parole Officer Supervisor, Parole Officer, and the CSC staff psychologist and/or the Project Authority.

    Objectives:

    Provide essential and non-essential mental health and/or psychological assessment or psychological risk assessment services to offenders, as requested by the Project Authority, at Nova Institution for Women.

    Deliverables:

    The Contractor must provide mental health services to offenders, as requested by the Project Authority, in accordance with the National Essential Health Services Framework including any amendment to this Framework issued by CSC during the contract period and any optional period if and when exercised by CSC. 

    These services include, but are not limited to the following:

    a. Participate in meetings as a consultant including case conferences, the Interdisciplinary Mental Health Team or the Correctional Intervention Board and other related activities as requested;

    b. Participate in CSC training, including orientation to CSC and CSC’s risk assessment requirements as requested;

    c. Provide consultation services for the resolution of CSC internal offender grievance and investigative processes as requested; and

    d. Prepare and submit psychological assessment and other reports as requested by the Project Authority.

    Mental Health Counselling and/or Assessment Process in Institutional Sites:

    The Contractor must:

    1. Assess and treat individual offenders;
    2. Participate in discharge and release planning as requested;
    3. Provide consultation to other health care providers to ensure continuity of care;
    4. Provide consultation and advice on mental health services to the mental health team and/or management as requested;
    5. Arrange, in advance, to conduct interviews, and file reviews at times mutually agreed upon with the Mental Health Department. 
    6. Prior to conducting any interview, the Contractor must review relevant files, including Psychology, Case Management, Discipline/Dissociation files and those stored electronically on the OMS. The offender will be informed that the services to be provided are brief and that long-term follow-up (if deemed necessary) is the responsibility of the CSC Mental Health Department.
    7. All cases will be assigned by the Project Authority or designate. The assignment of cases will include those requiring psychological segregation reviews and reports, short-term counselling, crisis intervention or any other clinical emergencies.
    8. In all clinical work, the Contractor must make recommendations, in writing, regarding intervention strategies and based on the identification of presenting problems, diagnosis where relevant to risk, symptomatology, the nature of the referral question, and, risk for self-harm. 
    9. The Contractor must provide a verbal report to the Chief of the Mental Health Department and/or other pertinent staff immediately subsequent to the interview for any cases that are at risk of suicide/self-harm, or are obviously mentally ill or unstable.
    10. With the exception of Segregation Reviews, the Contractor must submit written reports to the Project Authority within one week from the interview. The reports will be submitted to designated CSC staff in the format specified under information sharing. At the request of the Project Authority, the Contractor must place the reports directly on the OMS and submit signed copies of the OMS generated reports, to the Project Authority. 
    11. In the case of Segregation Reviews, The Contractor must carry out all work in a timely manner consistent with Commissioner's Directive 709, Section 69 and Annex E. The Contractor must complete and submit these reports to the Project Authority on the same day as the offender’s interview. 

      Mental Health Screening and Assessment:

    1. The Contractor must provide all assessment services on-site at the location designated by the Project Authority or designate;
    2. The Contractor must obtain prior approval from the Project Authority or designate for all work related to follow-up interventions with acute cases;
    3. The Project Authority will provide the battery of tests to be administered to offenders.
    4. The Contractor must:
    • Administer, as per the national guidelines and if required, the screening battery to new federal offenders within 72 hours to 14 days of admission;
    • Provide interpretation of the screening tests as per the tests' respective manuals;
    • Conduct follow-up interviews with offenders if indicated by the results of the screening battery in order to clarify the offenders' mental health needs;
    • Based on the results of the screening battery, make the appropriate referrals for follow-up mental health services;
    • Make recommendations to the Project Authority or designate on offenders concerning their suitability for normal association, transfer, specialized mental health treatment, risk of harm to self or others, and suitability for treatment and/or rehabilitation training;
    • Provide professional advice to the Project Authority or designate on precautionary measures concerning the well-being of offenders (i.e. suicidal precautions, increased supervision and the safety of treatment staff);
    • Provide consultative and emergency services up to an average of three hours per month at the request of the Project Authority or designate;
    1. The Contractor must provide a type written summary based on the interpretation of the results of the screening battery ;
    2. The Contractor must provide a typewritten psychological assessment of an offender's mental health needs if indicated by the results of the screening battery;
    3. The Contractor must provide typed reports on their clinical activities with the offenders to the CSC staff designated by the Project Authority. These reports must be available to CSC staff members according to the time frames established by the national guidelines for the screening battery; 
    4. The Project Authority or designate reserves the right to request the above noted reports prior to the time frames established by the national guidelines for the screening battery in case of emergencies.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of January 6th, 2020 to January 5th, 2021 with the option to renew for four (4) additional one-year periods.

    File Number: 21250-20-3368456

    Contracting Authority: Lise Bourque

    Telephone number: 506-851-6977

    Facsimile number: 506-851-6327

    E-mail: Lise.Bourque@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 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:

    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

    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
    Bourque, Lise
    Phone
    506-851-6977
    Email
    Lise.Bourque@csc-scc.gc.ca
    Address
    1045 Main
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    French
    0
    002
    English
    1
    001
    French
    0
    001
    English
    2
    000
    French
    3
    French
    2
    000
    English
    14
    English
    2

    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
    Nova Scotia
    Region of opportunity
    Nova Scotia
    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: