Psychological Risk Assessments Services

Solicitation number 21280-22-4043239/B

Publication date

Closing date and time 2022/06/06 13:00 EDT


    Description

    Psychological Risk Assessments Services

     

    This requirement is for: The Correctional Service of Canada, for federal offenders housed in provincial jails in Newfoundland and Labrador.

     

    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 federal offenders housed in provincial jails in Newfoundland and Labrador.

    Objectives:

     

    Provide psychological risk assessment services to offenders, as requested by the Project Authority, as a psychologist at the provincial jails in Newfoundland and Labrador where federals offenders are housed.

    Deliverables:

     

    Performance Standards:

     

    1. The Contractor must provide all services in compliance with federal and provincial legislation and standards, provincial and national guidelines, practice standards and CSC Policy/Guidelines including the CSC Mental Health Policy and guidelines.

    1. The Contractor must provide services in accordance with the ethical and professional practice standards of the applicable provincial regulatory body, the Canadian Code of Ethics for Psychologists and relevant legislation guiding the practice of Psychology within correctional settings.

    The key relevant legislation and CSC Policy/Guidelines can be found on the CSC internet website at www.CSC-SCC.GC.ca.

     

     c.  The Contractor must provide mental health services to offenders, as requested by the Project Authority, in accordance with the CSC National Essential Health Services Framework.

    Psychological Risk Assessment Services:

     

    The following is a summary of the tasks the Contractor must perform:

    a. The Contractor must perform and submit psychological risk assessment reports to the CSC Project Authority and designates for sharing with third parties including the Parole Board of Canada;

    b. The Contractor must conduct assessment interviews, administer all psychological tests, interpret test results, and review offender files. Relevant files include Sentence Management, Case Management, and Psychology files. However, on occasion and if relevant to the specific case, the Contractor must review the Health Care and Security Intelligence files or, alternatively, consult with Health Care and/or Security Intelligence staff about the offender. Consultation with other CSC personnel about the offenders’ referral and/or behaviour might also be necessary. The Contractor must integrate information obtained through testing, file review, clinical interview, and if relevant, staff member interviews, into a comprehensive psychological risk assessment report;

    c. The Contractor must provide the Project Authority and designates with all original test data;

    d. Psychological Risk Assessment reports must comply with the following requested content and format. Sections may be added to the standardized format according to case-specific needs. Please note that this format is not necessarily all-inclusive, but represents the minimum number of areas to be covered:

    i.  Demographic information;

    ii. Reason for Referral;

    iii. Interview Information;

    1. Documentation Reviewed;

    2. Brief Criminal History;

    3. Institutional and/or Community Adjustment;

    vii.  Brief Psychosocial History;

    viii. Interview Impressions/Mental Health;

    ix. Summary of Previous Assessments;

    x. Cognitive Functioning and Personality;

    xi. Treatment Needs/Responsivity;

    xii.  Assessment of Risk, Risk Management Strategies and Recommendations;

    The offender’s ability to function in reduced security and/or on conditional release (including, but not limited to Statutory Release) should be considered, recognizing not only their personal needs, but also the community’s safety.

    The Contractor should comment on ongoing treatment needs, whether special conditions such as abstinence from drugs or alcohol would be required, or any special residential, outpatient or other welfare needs that should be met in preparation for release or as a part of reintegration.

    If the offender’s behavior begins to deteriorate, the Contractor should render an opinion on what would be the kinds of situations within the community to which the offender would become most vulnerable. As well, if the offender is on medication, the Contractor should advise what would be the likely early signs of the offender’s failure to maintain to medication as prescribed and what would be the general, early signs of deterioration in conduct and whether or not this might indicate a drift back into criminal behavior;

    e. The Contractor must only make recommendations for mental health counselling in instances where the offender is at acute risk of self-harm or harm to others, where there is a clear need for such counselling to assist the offender in maintaining mental and emotional stability or as it pertains to criminogenic factors and risk.

    f.   The Contractor must submit completed reports to the Project Authority or designate no later than four (4) weeks from the date of referral. The Contractor must share the completed report with the offender no later than 2 (two) weeks after initially interviewing the offender. Upon request of the Contractor, and at the sole discretion of the Project Authority, either or both of these deadlines can be extended for a period not exceeding four (4) weeks.

    g. If requested by the Project Authority or designates, the Contractor must submit a completed  emergency risk assessment no later than five (5) business days from the date of referral.

    h. CSC is required to complete Judicial Review Risk Assessments for some offenders. At the request of the Project Authority, the Contractor must complete a Judicial Review Risk Assessment and assume any future court costs related to the case assessed.

    i. The services the Contractor must provide also:

    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.

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

    Term of Contract:

    Period of the Contract: The Work is to be performed from awarded date to March 31, 2023, with the option to renew for 4 (four) additional one-year period.

    File Number: 21280-22-4043239/B

    Contracting Authority: Sylvie Gallant

    Telephone number: (506) 378-8724

    Facsimile number: (506) 851-6327

    E-mail: Sylvie.Gallant@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).

    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.

    Procurement Assistance Canada (PAC) 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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Gallant, Sylvie
    Phone
    506-378-8724
    Email
    sylvie.gallant@csc-scc.gc.ca
    Address
    1045 Main Street, 2nd Floor
    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
    English
    0
    000
    English
    5
    French
    0
    000
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.