Aftercare Psychological Services
This requirement is for: The Correctional Service of Canada, Greater Ontario and Nunavut District Office
Trade agreement: This procurement is not subject to any trade agreement.
Policy on Reciprocal Procurement: This solicitation is open only to Canadian suppliers.
Competitive Procurement Strategy: Lowest priced compliant bid.
Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to conditional 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 offenders located in the Great Ontario and Nunavut District in the Ontario Region.
This requirement is to award one (1) contract, bidders must refer to Annex B – proposed basis of payment for the estimated level of effort.
Objectives: The Correctional Service of Canada (CSC) Health Services require the services of a licensed psychologist for offenders located in the Great Ontario and Nunavut District in the Ontario Region.
The psychologist will provide psychological assessment and/or treatment 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. Collaboration with the case management team is also essential and in community sites, the treatment/supervision team also includes the Parole Officer Supervisor, Parole Officer, and the CSC staff psychologist and/or the Project Authority.
Deliverables: To provide psychological assessment and/or treatment services as a Registered
Psychologist in Ontario for a maximum of 190 hours per year. The treatment/counselling orientation
utilized by Correctional Service Canada (CSC) is cognitive-behavioural. All psychological treatments
offered to offenders by the contractors 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
Indigenous 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.
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:
The period of the Contract is from October 1, 2025, to September 30th, 2028, inclusive.
File Number: 21120-26-5107633
Contracting Authority: Gisele Gautreau
Telephone number: 506-626-2254
E-mail: gisele.gautreau@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 the Canada buys / tender opportunities website.
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:
? Understanding the federal procurement process;
? Learn about searching for opportunities;
? Find out how to bid on opportunities;
? Discover how to prepare to sell to the government.
The full schedule of seminars can be found on the Procurement Assistance Canada website, under find an event (Procurement Assistance Canada: Find an event - Canada.ca).