SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Community Assessment – Parole Supervision, North Bay, Timmins and Surrounding Area

Status Awarded

Contract number 21470-19-2404088

Solicitation number 21470-19-2404088

Publication date

Contract award date


    Description

    This contract was awarded to:

    Crisis Centre North Bay

    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 meet 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 of Canada (CSC) intends to establish a contract for the provision of assistance to meet its mandate at all times to provide case management services (i.e., supervision, risk assessment, urinalysis collection, report writing, etc.) for adult offenders on conditional release. Agencies/individuals under contract with Correctional Service of Canada are required to follow all laws and policies pertaining to the management and supervision of offenders under federal jurisdiction.

     The work will involve the following:

    1.  Objectives:

    Community Assessment and Parole Supervision helps to ensure the mandate of providing supervision and gathering information on conditionally released offenders is met and there is no disruption in services to offenders during periods when community parole officers are unavailable and/or located outside the geographical area where the offender resides.

    1.2 Tasks:

    The contractor must provide these services, but is not limited to the following:

    Conditional release community supervision, unescorted temporary absence and work release supervision, tandem accompaniment, reintegration workshops, preliminary assessments, post-sentence community assessments, community strategies and community assessments for federal offenders on conditional release for the Timmins, North Bay and surrounding areas.

    Provide written information in regards to these services in accordance with applicable laws and policies.

    Providing ongoing liaison services with local police forces, offenders, CSC, and other community agencies/partners.

    Consultation with Departmental Representative/Project Authority or his/her delegate when offender’s behavior deteriorates or he/she be in violation of any release condition, to take appropriate action in order to ensure public safety.

    1.  Expected results:

    Provide community supervision and reports for federal offenders on conditional release to the Timmins, North Bay and surrounding areas in accordance with applicable laws and policy.

    Provide written information in regards to these services.

    Consultation with Departmental Representative/Project Authority or his/her delegate when offender’s behavior deteriorates or he/she be in violation of any release condition, to take appropriate action in order to ensure public safety.

    Maintain a list of activities on a monthly basis.

    Ensure safe and secure storage of all offender related information in accordance with the Government Security Policy.

    1.4 Performance standards:

    Providing community supervision and reports for federal offenders on conditional release.

    Providing ongoing liaison services with local police forces, offenders, CSC, and other community agencies/partners.

    Consultation with Departmental Representative/Project Authority or his/her delegate when offender’s behavior deteriorates or he/she be in violation of any release condition, to take appropriate action in order to ensure public safety.

    1.5 Deliverables:

    1.5.1 The contractor must produce the following:

    Provision of security services, including the monitoring of offender’s activities while in the community and safeguarding of information in accordance with policies and procedures.

    Provide assistance to residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each offender’s individual requirements.

    Provide a checklist of approved orientation once completed.

    Provide ongoing liaison with local police, community agencies and CSC

    Provide monthly Activity Reports including the date of each supervision contact/report completed, with name and FPS number.

    Incident/Occurrence reports, as they occur; including monthly Resident Action Plans.

    Annual Audited Financial Statements.

    All logs or other documented information on offenders when requested by CSC.

    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:

    a. The Contractor must perform the work in the North Bay, Timmins and surrounding areas as required.

    b. Travel

    Travel to federal institutions will be required to participate in training.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    a. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    b. The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status, granted or approved by CISD/PWGSC.

    c. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    d. The Contractor must comply with the provisions of the:

    Security Requirements Check List;

    Industrial Security Manual (Latest Edition)

    2. Minimum essential requirements:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Individuals/organizations must have the capacity to provide supervision and reports.

    Individuals/organizations must have the ability to meet and remain in compliance with the CSC Community Assessment – Parole Supervision Statement of Work.

    Individuals/organizations must be able to obtain a CSC Security clearance to the level of Enhanced Reliability. This is required for all individuals who will work in direct contact with offenders or who will have access to classified material.

    Experience

    A minimum of 5 years experience in working with adult offenders on conditional release.

    Individuals/organizations must have relevant knowledge and experience in working with adult offenders and their supports in a community setting.

    Individuals/organizations must have experience working with adult offenders on conditional release.

    Individuals/organizations must have an extensive, established network of community resources including agencies, professionals, and other services in the facility area which may be accessed in order to meet the needs of the offender.

    Academic qualifications:

    N/A

    Professional designation, accreditation and/or certification:

    N/A

    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

    One of CSC’s Corporate Objectives is the safe transition to and management of eligible offenders into the community. In order to do so, the Service requires the provision of a structured and supportive environment through Community Assessment – Parole Supervision for the provision of assistance to meet its mandate at all times to provide case management services (i.e., supervision, risk assessment, urinalysis collection, report writing, etc.) for adult offenders on conditional release. Agencies/individuals under contract with CSC are required to follow all laws and policies pertaining to the management and supervision of offenders under federal jurisdiction for offenders during their gradual reintegration process to enhance their potential to succeed in the community. Crisis Centre North Bay have been partners with CSC for a number of years by providing accommodation, meals, assistance, counselling, structure, and programs to offenders. These facilities have a credible history in the provision of this type of service and have gained community acceptance in working with federal offenders. Crisis Centre North Bay have the support of the City of North Bay and are recognized as two of a number of volunteer supported non-governmental organizations who have partnered historically with CSC to provide community residential services to facilitate the safe reintegration of offenders into the community. The contract is proposed under the Government Contracting Regulations, Section 6 (d) that states “only one person or firm is capable of performing the contract”.

    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

    Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis:

    6.2 statutes, regulations, or prior obligations of the Crown to a third party or parties preclude Contractor ownership of the Foreground;

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

    The proposed contract is for a period of 1 year, from April 1, 2017 to March 31, 2018 with an option to extend the contract for an additional one-year period.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $ $48,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Crisis Centre North Bay

    198 Second Avenue West,

    North Bay, Ontario

    P1B 8K6

    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. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. The closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is March 24, 2017 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Ryan McGonegal

    District Procurement & Contracting Officer

    Correctional Service Canada | Service correctionnel du Canada

    Ontario Region| Region de l'Ontario

    443 Union Street | 443 rue Union

    Kingston, Ontario K7L 4Y8

    RHQ: (613) 530-3026

    GOND: (613) 634-8578

    Fax: (613) 536-4571

    Business address
    PO Box 1407
    198 Second Avenue West
    North Bay, Ontario, P1B 8K6
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G103B - Social Rehabilitation Services for Prisoners
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Collins, Shane
    Phone
    613-530-3026
    Address
    443 Union Street West
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: