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 Correctional Program Delivery

Status Awarded

Contract number 21470-25-3988263

Solicitation number 21470-25-3988146

Publication date

Contract award date

Contract value

CAD 53,631.20

    Description

    This contract was awarded to:

    John Howard Society of Ottawa

    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:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    The Correctional Service Canada has a requirement for the provision of group rehabilitative programs for federal offenders in the community.

    The work will involve the following:

    1.  Objectives:

    To deliver the Integrated Correctional Program Model (ICPM) – Community Program, Integrated Correctional Program Model – Community Maintenance Program (ICPM-MP) (including Multi Target (MT), Sex Offender (SO), Indigenous Integrated Correctional Program Model (IICPM), Inuit streams for sites with an identified need) and the Women Offender-Self Management Program (WO-SMP) for sites with an identified need to federal offenders on various forms of release. 

    1.  Tasks:

    The Contractor must identify personnel to be trained as facilitators in ICPM – Community Program, ICPM-CMP and WO-SMP Programs, schedule the program delivery and supervise their personnel to ensure compliance with Correctional Service Canada’s standards of performance. Correctional Service Canada (CSC) will provide ongoing feedback to the Contractor to assist them in maintaining an acceptable degree of performance from their personnel in the delivery of these programs.

    1.  Expected results:

    CSC policy regarding the delivery of Correctional Programs with integrity is complied with, offenders are quickly offered the programs, offender risk factors are monitored and information pertaining to risk is regularly shared with the Case Management team.

    1.  Performance standards:

    Delivery of CSC treatment programs is governed by:

    • Commissioner’s Directive 726 – Correctional Programs
    • National Standards for Correctional Programs 726-1
    • National Correctional Program Referral Guidelines 726-2
    • National Program Management Guidelines 726-3
    • Program Manuals written by the program developers and/ authors
    • Program delivery schedules as authorized by the Director of Reintegration Programs
    • Information regarding CSC programming is available at the following link: http://www.csc-scc.gc.ca/text/plcy/toccd-eng.shtml and http://www.csc-scc.gc.ca/text/legislate.shtml

      The Contractor must:

    See new referrals within 2 weeks of the referral being received

    Deliver the program as per the manual outline (i.e., number of sessions per week)

    Deliver the program with integrity by following the program manual and according to training and policy requirements;

    The Contractor’s facilitator must submit video-taped sessions for review as per policy requirements.

    The Contractor’s final reports must comply with the report template and be submitted to CSC within 10 government working days from offender program completion.

    The Contractor must submit pre and post program data for each participant as required.

    1.5 Deliverables and Hours of Delivery:

    1.5.1 Key Activities

    ICPM Community Program

    ICPM CMP-MT

    ICPM CMP-SO ICPM CMP-AB

    ICPM-CMP- Inuit

    WO-SMP

    The Contractor must perform the following steps and related tasks:

    PRE PROGRAM:

    File review, screening against the selection criteria and set up of pre-program interview, conduct semi-structured interview, administer and score rating scales, entering Offender Management System (OMS) /Generic Program Performance Measure (GPPM) data, complete Case Work Record noting program recommendations and identified risk factors.

    (Estimated level of effort: maximum of 5 Hours per/participant) for a total of

    50 Hours

    DELIVERY:

    Prepare lesson plans and delivery materials, enhance classroom, check equipment, Deliver

    Program Sessions as follows:

    ICPM Community Program - 17-21 sessions

    WO-SMP – 12 sessions

    ICPM CMP-MT/SO/AB/Inuit – 12- 15 sessions

    Correct homework, and provide feedback

    Complete make up sessions and corresponding casework records

    On going communication with case management team

    Estimated hours of work level of effort: maximum of 4 Hours per delivery of a program session

    68 - 84 Hours

    48 - 60 Hours

    POST PROGRAM:

    Organize and administer post program interviews with each participant, discuss program progress, score battery and complete Case Work Record and GPPM/OMSR entry

    Complete and submit Final Reports for each participant.

    Estimated level of effort: maximum of 7 Hours/participant for a total of

    70 Hours

    TOTAL HOURS OF DELIVERY FOR ONE PROGRAM (10 offenders)

    188 - 204 Hours

    168 - 180 Hours

    TOTAL HOURS OF DELIVERY FOR ONE PROGRAM (one offender)

    80 - 96 Hours

    60 - 72 Hours

    SUPPLIEMENTARY SESSIONS:

    Additional 4 sex offender sessions for ICPM Community Program:

    Preparation and delivery.

    Estimated level of effort: 2 hours each for up to 4 potential sessions for a maximum of 8 Hours per/participant if completed on an individual basis OR 4 hours per group session for up to 4 sessions for a total of 16 hours.

    TRANSITION SESSION and INTERVIEW:

    Transitional session and interview for offenders who completed non-ICPM feeder program (2 Hours/participant)

    SEX OFFENDER STREAM INTERVIEW:

    Assess offenders using the following risk assessments tools: STABLE, STATIC 99, ACUTE

    Estimated level of effort: 2 hours per participant.

    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 the contractor's place of business or the programs room in the affiliated Parole Office if available and with prior approval from the area manager.
    2. Travel to the following locations will be required for performance of the work under this contract:

      Kingston Correctional Learning and Development Centre or other locations in Canada as identified by the CSC program trainers for facilitators to attend initial training and any follow-up training required. 

    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:

    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 including an IT Link 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),

    (b) Contract Security Manual (Latest Edition)

    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:

    • A minimum of 1-year of experience within the last 3 years prior to the ACAN closing date in delivering structured interventions with individuals aimed at changing human behaviour;
    • A minimum of 1-year of experience within the last 3 years prior to the ACAN closing date in interviewing, motivating, counselling, or any combination of the three, persons in individual, group settings, or both;
    • A minimum of 1-year of experience within the last 3 years prior to the ACAN closing date in the use of a computer, including drafting documents, reports or both.
    • A minimum of 1-year of experience within the last 3 years prior to the ACAN closing date working with offenders.

    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 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

    There is a limited number of suppliers available to deliver group rehabilitative programs in the community to meet offender reintegration needs.

    The pre-identified supplier (s) 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

    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 delivery date:

    See section 12. Name and address of the pre-identified supplier.

    11. Cost estimate of the proposed contract

    See section 12. Name and address of the pre-identified supplier.

    12. Name and address of the pre-identified supplier

    Name: Elizabeth Fry Society of Simcoe County

    Address: 102 Maple Avenue, Barrie, Ontario, L4N 1S

    Period of the proposed contract: one (1) year, from April 1, 2022 to March 31, 2023 with an option to extend the contract for two (2) additional one-year periods.

    Cost estimate of the proposed contract including options: $77,078.95 (GST/HST extra).

    Name: John Howard Society of London

    Address: 601 Queens Avenue, London, Ontario N6B 1Y9

    Period of the proposed contract: one (1) year, from April 1, 2022 to March 31, 2023 with an option to extend the contract for two (2) additional one-year periods.

    Cost estimate of the proposed contract including options: $79,578.95 (GST/HST extra).

    Name: John Howard Society of Ottawa

    Address: 550 Old St. Patrick Street, Ottawa, Ontario K1N 5L5

    Period of the proposed contract: one (1) year, from April 1, 2022 to March 31, 2023 with an option to extend the contract for one (1) additional one-year period.

    Cost estimate of the proposed contract including options: $53,631.20 (GST/HST extra).

    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 March 28th, 2022 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Jill Emmons

    A/Procurement and Contracting Officer

    619 McKay Street

    Kingston, Ontario

    K7M 5V8

    Telephone:

    Facsimile: 613-634-0401

    E-mail: Jill.Emmons@csc-scc.gc.ca

    Business address
    550 Old St. Patrick Street
    Ottawa, Ontario, K1N 5L5
    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
    Emmons, Jill
    Address
    619 McKay Street
    Kingston, Ontario, K7M 5V8
    CA

    Buying organization(s)

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