Integrated Modular Treatment training

Solicitation number 21120-23-3883130B

Publication date

Closing date and time 2023/02/06 13:00 EST


    Description

    An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    1. Definition of the requirement:

    The Correctional Service Canada (CSC) has a requirement to provide training to Mental Health Professionals across Canada on evidence-based treatment approaches titled the Integrated Modular Treatment (IMT), to address offender health needs and treat individuals suffering from Personality Disorders, based on Dr. John Livesley’s treatment model. CSC Health Services is seeking professional mental health expert services that specializes in delivering training that includes collaborating within the multidisciplinary health care teams, using an integrative approach based on Dr. John Livesley’s treatment model. The purpose of these services is for CSC to build internal expertise within the organization in the Integrated Modular Treatment model. The work will involve the following:

    1.1 Objectives:

    The contractor must provide services to the identified staff and collaborate within the multidisciplinary health care team, which includes but is not limited to, nurses, institutional physicians, psychologists, psychiatrists, social workers and any other identified health care professionals. The purpose of these services is for CSC to build internal expertise within the organization in the Integrated Modular Treatment model.

    The purpose of this training is to:

    • Provide training and clinical consultation on the integrative approach based on Dr. Livesley's model to CSC identified staff.
    • Address common factors in all specialized treatment for individuals with Personality Disorders (PD) in a correctional environment.
    • Address conceptual and practical limitations of contemporary therapies.

    1.2 Tasks:

    • The Contractor must provide training and clinical consultation on the integrative approach based

    on Dr. Livesley's model to identified staff in the Atlantic, Quebec, Ontario, Prairies and Pacific regions, with the option of also providing the training and consultation to Quebec Region.

    ”Identified CSC staff” may include the following;

    • Clinical stakeholders responsible for delivering treatment models
    • Psychotherapists (psychologists, nurses, social workers)
    • The contractor must provide these training and clinical consultation services online in a virtual manner, on a platform determined by CSC.
    • The Contractor must deliver; three training sessions in the first year after contract award with the option of a fourth training sessions in the second year.
    • Each training sessions, including the consultation piece, takes 2 years total to complete.

    For each training group, the Contractor must:

    • Determine session dates and provide the Project Authority with proposed dates for approval.
    • Train selected participants (Identified CSC staff) in the Integrated Modular Treatment Model by Dr. John Livesley, using training material in the form of PowerPoint presentations provided by the contractor and using electronic textbooks provided by CSC. The contractor must deliver the training over 5 half days (3.75 hrs) spread over 10 business days. Each training group will include up to 12 participants.
    • Provide quarterly virtual group consultation (approximately every three months) where all participants will articulate their case formulation using the IMT approach.
    • Provide virtual individual consultation to participants (twice a month for each participant in year 1, and once a month for each participant in year 2)
    • Engage with training participants to manage and organize individual consultation sessions as requested by the Project Authority.
    • Participate in coordination meetings as requested by the Project Authority to discuss training content, training details, for consultation of complex cases or to address pitfalls and questions that may occur while training clinicians.
    • Provide information sessions as requested by the Project Authority for identified CSC Health Services managers and supervisors to answer questions and help them understand the approach.
    • Provide CSC HS Project Officer a brief description of services provided each month, by the end of the month via email.

    1.3 Expected results:

    • CSC staff will be educated on this integrative approach and will have developed skills based on Dr John Livesley’s model to treat clients with Personality Disorder.

    1.4 Performance standards:

    • The Contractor must provide all services in compliance with federal and provincial legislation and standards, provincial and national guidelines, professional practice standards, CSC Policy, Guidelines including the CSC Mental Health Policy, and Guidelines.
    • The Contractor must provide services in accordance with the ethical and professional practice standards of the provincial regulatory body in the province(s) of practice, the Code of Ethics for Psychologists and relevant legislation guiding the practice of Psychology within correctional settings.

    1.5 Deliverables:

    The Contractor must provide:

    Online Training Session;

    • Each Online training session must be 5 half days of 3.75 hours with a total of 18.75 hours per training session.
    • The Contractor must deliver; three training sessions in the first year of contract award with the option of a fourth training sessions in the second year.

    Provide group and individual clinical consultation sessions as follow up to the IMT Training as follow;

    Quarterly Group Consultation Sessions:

    Group clinical consultation is for up to 12 participants, preferably from same region to review the implementation of the model.

    • Quarterly (Appx every 3 months) group consultation per training group
    •  3 hours per group consultation session up to a total of 12 hours per year per group.

    Individual Consultation Sessions:

    The contractor must hold Individual clinical consultations for each participants to review the implementation of the learned skills in personal practice.

    • One hour per individual consultation session, for up to a total of 2 hours per participant per month in the first year, and one hour per participant per month in the second year, for 10 months each year. The total number of people receiving individual consultation will be 36-48.

    Breakdown:

    • Year 1: Two consultation sessions per month for up to 36 participants, for 10 months.
    • Year 2: One consultation session per month for up to 36 participants, for 10 months.

    Coordination Meetings:

    Participate in coordination meetings to discuss training content, training details, for consultation of complex cases or to address pitfalls and questions that may occur while training clinicians. Up to 10 hours per year allocated.

    Information Sessions:

    • Provide Information sessions as requested for identified CSC Health Services managers and supervisors to answer questions and help them understand the approach, 20 hours per year allocated.

    1.5.2 Paper consumption:

    a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.

    b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.

    c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).

    1.6 Constraints:

    1.6.1 Location of work:

    1. The Contractor must perform the work virtually on a platform combatable with CSC IT policies. MS Teams, Polycom, and WebEX are all CSC approved platforms.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in both English and French.

    • The following regions will require training in English: Ontario, Prairie, Pacific, and Atlantic Region
    • At the Project Authority's request the contractor must provide training in French to Quebec Region

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. 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:

    Experience:

    1. Must have provided a minimum of 1000 hours of training Mental Health Professionals, virtual or in person, over the last 10 years prior to the ACAN closing date.
    2.  Must have provided a minimum of 500 hours of experience in clinical consultation with Mental Health Professionals during the last 10 years prior to the ACAN closing date.
    3.  Must have at least one (1) year experience providing clinical consultation in a correctional setting based on the integrative approach developed by Dr. John Livesley over the last 10 years prior to the ACAN closing date.
    4.  Must be a Member of International Society for the Study of Personality Disorders.

    Professional designation, accreditation and/or certification:

    1. Must hold a current license in good standing with a Canadian provincial college of psychologists.
    2. Must provide proof that they have received formal training by John Livesley on the Integrated Modular treatment for Personality Disorder by certificate of completion or equivalent.

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

    This procurement is subject to the following trade agreement(s):

    Canada Chile Free Trade Agreement (CCFTA);

    Canadian Free Trade Agreement (CFTA);

    World Trade Organisation-Agreement on Government Procurement (WTO-AGP);

    Canada – European Union Comprehensive Economic and Trade Agreement (CETA).

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP and/or the CETA.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    • The pre-identified suppliers are two (2) certified psychologists that are members of l’Ordre des psychologues du Québec.
    • In 2015, the pre-identified suppliers received the required training on Integrated Modular Treatment for personality disorders, with Dr. W. John Livesley, through the International Society for the Study of Personality of Personality Disorders.
    • The pre-identified suppliers are current members of the International Society for the Study of Personality Disorders.
    • The pre-identified suppliers posses the necessary experience in the field of psychology and personality disorders and together have over 17 years experience in delivering treatment programs, training, and consultation, as well as designing, developing training courses and programs.
    • From 2006-2016, the pre-identified suppliers provided training and clinical consultation in multiple institutions such as crisis centres, hospitals, employee aid programs, rehabilitation centres, correctional institutions, Centres d'hébergement et de soins de longue durée, and Commission de la Santé et de la Sécurité du travail.
    • From 2016, the pre-identified suppliers continued providing services in areas such as: evaluating psychological disorders in clients, providing individual psychotherapy for mental health disorders, providing clinical consultation for various mental health professionals (psychologists, psychotherapists, psychiatrists, etc.).
    • The pre-identified suppliers designed, developed, and delivered training on personality disorders in correctional institutions as well as for company managers.
    • The pre-identified supplier has experience providing mental health professionals in a federal correctional setting clinical consultation, coaching, and training on Dr John Livesley’s Intergrated Moular Treatment model.
    • The pre-identified suppliers have a combined total of 26,000 hours as trainers and group supervisors giving them the reputation of experienced trainers and experts in this field.
    • The pre-identified suppliers are bilingual experts in the field of psychology and personality disorders.

    The pre-identified suppliers meet all of the minimum essential requirements described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    (d) only one person is capable of performing the contract.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:

    Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09:

    a. in the absence of tenders in response to an open tendering procedure, or where tenders submitted have resulted from collusion under domestic law, or do not conform to the essential requirements in the tender documentation provided in a prior invitation to tender, including any conditions for participation, on condition that the requirements of the initial procurement are not substantially modified in the contract as awarded;

     Canadian Free Trade Agreement (CFTA), Article 513

    (a) if:

    (i) no tenders were submitted or no suppliers requested participation;

    provided that the requirements of the tender documentation are not substantially modified;

    World Trade Organisation-Agreement on Government Procurement (WTO-AGP) - ArticleXIII

    a. where:

    i. no tenders were submitted or no suppliers requested participation;

    Canada – European Union Comprehensive Economic and Trade Agreement, Article 19.12

    a. if:

    i. no tenders were submitted or no suppliers requested participation;

    9. Ownership of Intellectual Property

    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of 2 years, from contract award to 2 years later with an option to extend the contract for 1 additional 2 year period.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $912,800.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Beauchemin and Belda

    Address: 5172 Boul. Saint-Laurent # 1

    Montreal, QC H2R 1R8

    13. Suppliers' right to submit a statement of capabilities

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

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is February 06, 2023 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Nadine Pike

    Telephone : (506) 378-1049

    email : Nadine.Pike@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Chile Free Trade Agreement (CCFTA)

    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
    Pike, Nadine
    Email
    nadine.pike@csc-scc.gc.ca

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering
    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: