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 Residential Facilities – Programs, Ontario Region

Status Awarded

Contract number 21470-27-4025660

Solicitation number 21470-27-4025648/4025660

Publication date

Contract award date

Contract value

CAD 1,661,963.33

    Description

    This contract was awarded to:

    Seven South Street Treatment Centre

    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:

    The Correctional Service of Canada (CSC) intends to establish two (2) contracts for the provision of Community Residential Facility services for adult offenders on conditional release which provide accommodation, substance abuse programming, security services and offender support services in North Bay and Orillia Ontario.

    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.

    1.1 Objectives:

    Community Residential Facilities are a bridge to the community and exist to promote the successful reintegration of offenders into the community, while maintaining a level of risk management considered essential for each individual. Community Residential Facilities contribute to the management of that risk by providing suitable accommodation, substance abuse programming, monitoring and intervention while contributing to social and economic support that assists conditionally released federal offenders to become law-abiding citizens.

    1.2 Tasks:

    The services the contractor must provide, include, but iare not limited to the following:

    Residential services for federal offenders on conditional release

    Ongoing liaison services with local police forces, offenders, Correctional Service Canada and other community agencies/partners.

    Three meals per day which follow the Canada Food Guide.

    Security services, including staff that are on-site and awake 24 hours per day; periodic check of resident activities and destinations while away from the facility.

    Enhanced Program Services for High Needs Offenders

    Personal Support Worker Services for Mental Health Offenders

    Substance Abuse Program Component

    1.3 Expected results:

    Assisting conditionally released offenders to safely and successfully reintegrate into the community as law abiding citizens.

    1.4 Performance standards:

    The Treatment Centre and its officers, servants and subcontractors must comply with all applicable legislation and CSC's Commissioner's Directives (CDs), the Standard Operating Practice on Official Languages, and other Standards.

    The Treatment Centre must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The Treatment Centre premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.

    The Treatment Centre must have written plans for dealing with fire, medical emergencies (including pandemic situations) and natural disasters, and the staff must be trained accordingly. The Treatment Centre must provide a copy of these plans to the Project Authority.

    The Treatment Centre must ensure that staff members, volunteers and students have the qualifications required and receive proper training and orientation prior to assuming responsibility for their duties. The Treatment Centre must also provide ongoing training to staff/volunteers/students essential for their assigned duties and responsibilities. The Treatment Centre must ensure that staff/volunteers/students have reached the age of majority in the province of operation.

    If applicable and where required, the Hostel will provide a strategy to accommodate diverse cultures and spiritualties, including, but not limited to, Indigenous culture and spirituality.

    1.5 Deliverables:

    Monthly Utilization Reports indicating total utilized beds by resident's name, FPS number and gender,

    Monthly Living Allowance Report by resident's name, FPS number and gender;

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

    Annual Audited Financial Statements;

    Other reports, requested by Correctional Service Canada.

    All logs or other documented information on offenders when requested by Correctional Service Canada

    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 at the Contractor’s business location in the Ontario Region

    b. Travel to Federal institutions will be required to participate in institutional fairs and to assess applicants who request admission into the facility

    1.6.2 Language of Work:

    The contractor must perform all work in the offender’s language of choice, English or French.

    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 Canadian Industrial Security Directorate, Public Works and Government Services Canada.

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/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 CISD/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 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. Must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;

    B. Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.

    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 restricted number of qualified service providers in the areas specified under 12. Name and address of the pre-identified supplier who are willing and available to provide residential services to offenders on conditional release in order to meet CSC's offender accommodation needs in the community

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

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

    11. A cost estimate of the proposed contract

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

    /HST extra).*no tax on 286/CRT/HST extra).*no tax on 286/C

    12. Name and address of the pre-identified supplier

    Name: Canadian Mental Health Association (CMHA)-North Bay and District

    Address: 393 Oak Street West, North Bay, Ontario P1B 2T2

    Period of the proposed contract: Mayl 1, 2022 to March 31, 2023 with an option to extend the contract (s) for four (4) additional one (1)-year periods

    Cost estimate of the proposed contract including option(s): $1,768,433.90 (GST/HST extra).ST

    Name: Seven South Street Treatment Centre

    Address: 7 South Street, Orillia, Ontario L3V 3T1

    Period of the proposed contract: May 1, 2022 to March 31, 2023 with an option to extend the contract (s) for four (4) additional one (1)-year periods

    Cost estimate of the proposed contract including option(s): $1,661,963.33 (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. April 5th, 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
    Address: 7 South Street
    Orillia, Ontario, L3V 3T1
    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
    • G103A - Welfare Services
    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

    Buying organization(s)

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