Psychological Risk Assessments
Solicitation number 21450-27-4275072
Publication date
Closing date and time 2023/03/31 14:00 EDT
Last amendment date
Description
The Correctional Service Canada has a requirement to provide Psychological Risk Assessments at Joyceville Institution.
Objectives:
Provide essential and non-essential mental health or psychological assessment or psychological risk
assessment services, or all three to offenders, as requested by the Project Authority,
The contractor must provide services at Joyceville Complex (Joyceville Assessment Unit and Joyceville
Minimum). The contractor must write reports at their place of business.
Deliverables:
The contractor must conduct a Maxiumum of 225 assessments per year. The treatment and counselling
orientation utilized by Correctional Service Canada (CSC) is cognitive-behavioural. All psychological
treatments offered to offenders by the contractor must be 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. Although the usual objectives of treatment include the reduction of risk to reoffend, a
priority should also be placed on the amelioration of the offender's mental health and emotional or
behavioural functioning, including feelings, attitudes, beliefs and behaviours that moderately to severely
impact or interfere with daily functioning. The offender's motivation for the index offence (particularly in
cases of sexual offenders) should be addressed in this context.
The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.
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.
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 Contractor is expected to consult with the Project Authority to ensure that all psychological practices are consistent with the relevant and most current legislation, practice standards and policies.
On a yearly basis or as determined by the Project Authority, the Project Authority or designate will review a sample of reports to determine if they meet CSC and professional standards for psychological reports. If a report is judged to be substandard, the Contractor must amend the report as requested at no extra cost to the Crown. The amendment must be completed and the amended report submitted to the Project Authority within one (1) week following the date when the amendment was requested.
Timeliness of the submission of all reports will be monitored on an ongoing basis by the Project Authority. Timeliness will form part of the assessment of the Contractor's work.
All work must be performed in English.
Any conditions for participation of suppliers not specified in solicitation documentation: none.
Estimated quantity of commodity: see solicitation document statement of work and basis of payment.
Duration of Contract and Time Frame for Delivery:
Period of the Contract: The Work is to be performed during the period of April 10, 2023 to April 9,
2024 with the option to renew for three (3) additional one-year periods.
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 WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Murdoch, Danielle
- Email
- danielle.murdoch@csc-scc.gc.ca
- Address
-
445 Union StreetKingston, ON, K7L 4Y8CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
rfp_amend_-_modification_a_la_ddp_-_21450-27-4275072-1.docx |
French
|
0 | ||
rfp_amend_-_modification_a_la_ddp_-_21450-27-4275072-1.docx |
English
|
6 | ||
application_for_registration_471-e_1.pdf |
French
|
0 | ||
npp_fr_psychological_risk_assessments_-_ji.docx |
French
|
1 | ||
ddp_pra_-_ji_-_4275072.pdf | 000 |
French
|
2 | |
application_for_registration_471-e_1.pdf |
English
|
6 | ||
national-essential-health-services-framework_2.pdf |
French
|
1 | ||
npp_en_psychological_risk_assessments_-_ji.docx |
English
|
5 | ||
rfp_-_pra_-_ji_-_4275072.pdf | 000 |
English
|
12 | |
national-essential-health-services-framework_2.pdf |
English
|
4 |
Access the Getting started page for details on how to bid, and more.