PSYCHOLOGIST SERVICES – COMMUNITY PSYCHOLOGICAL COUNSELING

Solicitation number 21301-21-3493701

Publication date

Closing date and time 2020/07/03 14:00 EDT


    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 requirement:

    The Correctional Service Canada has a requirement to provide psychological services for community offenders. The work will involve the following:

    1.  Objectives

    Provide psychological counseling services to the community offenders living in the Rivière-du-Loup Region.

    1.  Tasks

    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. During the contract period, CSC may offer training (for example: orientation to CSC, CSC’s risk assessment requirements, etc.). If that was the case, all expenses related to the training, including travel and accommodation, will be at the Contractor’s fees.

    1.  Expected results

    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

    1.4 Performance standards

    The Contractor must take into account gender, cultural, religious and linguistic differences and be responsive to the special needs of women and Aboriginal People.

    1.5 Deliverables

    1.5.1 The Contractor must provide, as and when needed, psychological counseling services to the community offenders living in the Rivière-du-Loup Region. These services include, but are not limited to, individual therapy, writing treatment reports, such as treatment plans or treatment summaries, as well as case discussions.

    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 at his/her business location (private practice office).

    Rivière-du-Loup Region, which includes cities such as Rivière-du-Loup, Notre-Dame-du-Portage, Trois-Pistoles, Kamouraska, etc.

    b. Travel

    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 French.

    1.6.3 Security Requirements

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE No 21301-21-3493701

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

    b) Industrial Security Manual (Latest Edition)

    2. Criteria for assessing 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: The psychologist must at least have one (1) years of experience in correctional or forensic psychology over the past five (5) years.

    Experience may come from Community work, Training period/internship or salaried employment.

    OR

    The psychologist must have at least two (2) years experience in clinical psychology and/or counseling psychology over the past five (5) years.

    Experience may come from Community work, Training period/internship or salaried employment.

    Academic qualifications: The psychologist must posses an must possess a graduate from a recognised university in the field of psychology.

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    Professional designation, accreditation and/or certification: The psychologist must possess a valid licence or a proof from the provincial regulatory body of Psychologists that he is in the process of obtaining the license from the province where the services will be provided. (i.e. L’Ordre des psychologues du Québec)

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

    This procurement is not subject to any trade agreement.

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

    This procurement is not subject to any set-asides for Aboriginal 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

    There is a limited number of psychologists available an interest to provide psychologist services to meet the reintegration needs of CSC offenders.

    The pre-identified supplier meets 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:

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of nine (9) months, from the awarded date to 2021, March 31st with an option to extend the contract for two (2) additional one (1)-year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 174 920. 00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: François-Luc Desaulnier, psychologist

    Address: Correctional Service of Canada, Quebec Region, Quebec East-West District

    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 July 3, 2021 at 2:00 EDT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Isabelle Gravel

    Regional Procurement Officer

    Regional Services Center – Material Management

    Correctional Service of Canada

    250, Montee St-François

    Laval (Quebec) H7C 1H5

    Telephone number: 450-661-9550 poste 3300

    Facsimile number : 450-664-6626

    E-mail: Isabelle.Gravel@csc-scc.gc.ca

    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
    Gravel, Isabelle
    Phone
    450-661-9550
    Email
    isabelle.gravel@csc-scc.gc.ca
    Fax
    450-664-6626
    Address
    250 Montée St-François
    Laval, QC, H7C 1S5
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.