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) 

Therapeutic Psychology – Psychological Counselling Services at Kent Institution

Solicitation number 21836-21-0102

Publication date

Closing date and time 2021/11/29 17:00 EST

Last amendment date


    Description

    Therapeutic Psychology – Psychological Counselling Services at Kent Institution

    This requirement is for: The Correctional Service of Canada, Kent Institution, Pacific Region.

    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 Indigenous Business: This procurement is not subject to any set-asides for Indigenous 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 of Canada (CSC) Health Services require the services of a psychologist, for Kent Institution in the Pacific Region. The psychologist must be registered for autonomous practice in the province of practice.

    The psychologist must provide psychological assessment, treatment, or both 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. 

    Objectives:

    Provide essential mental health intervention and/or psychological assessment to offenders, as requested by the Project Authority, at Kent Institution as a psychologist.

    Treatment Orientation

    All psychological treatments contractors provide to offenders must be trauma informed and 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 however priority should be placed on the amelioration of the offender's mental health, emotional or behavioural functioning, that moderately to severely impacts or interferes with the offender’s daily functioning.

    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:

    • Participate in meetings as a consultant including interdisciplinary health case conferences, and other related activities as requested;
    • Participate in CSC training, including orientation to CSC as requested;
    • Provide consultation services for the resolution of CSC internal offender grievance and investigative processes as requested;
    • Prepare and submit offender psychological assessment and treatment plan reports upon acceptance of an offender; clinical documentation for each therapeutic contact with the offender and
    • Complete Progress Summaries after twelve (12) sessions with the offender and at termination of treatment. The Project Authority must approve any intervention beyond 12 sessions.

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

    The Contractor must:

    • Provide psychological assessment and treatment for individual offenders;
    • Participate in discharge and release planning as requested;
    • Arrange, in advance, to conduct interviews, and file reviews at times mutually agreed upon with the Mental Health Department;
    • Prior to conducting any assessment or intervention the Contractor must review relevant health care and Case Management information. The Contractor must inform the offender 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;
    • Provide consultation to other health care providers to facilitate continuity of care;
    • The Project Authority or designate will assign all cases;
    • In all clinical work, the Contractor must make recommendations, in writing, regarding intervention strategies (treatment plan) and based on psychological assessment (i.e., the identification of presenting issues, diagnosis symptomatology and the purpose of the referral);
    • 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 unstable.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of December 1, 2021 to November 30, 2022 with the option to renew for two (2) additional one-year periods.

    File Number: 21836-21-0102

    Contracting Authority: Teri Fraser

    Telephone number: 236-380-4077

    Facsimile number: 604-870-2444

    E-mail: ContractingandMaterielServices.GEN-PAC@csc-scc.gc.ca Attn: Teri Fraser re: Solicitation #21836-21-0102

    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).

    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
    Fraser, Teri
    Phone
    (236) 380-4077
    Email
    Teri.Fraser@csc-scc.gc.ca
    Address
    33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    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
    English
    3
    000
    English
    24
    000
    French
    4
    French
    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
    British Columbia
    Region of opportunity
    British Columbia
    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: