Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Community Residential Facilities

Solicitation number 21301-26-4935192

Publication date

Closing date and time 2025/03/12 14:00 EDT

Last amendment date


    Description

    Files number: 21301-26-4935192_ ACSMS-Le Ressac

    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) is the federal organism responsible for administering sentences of two (2) years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.

    To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on an ongoing basis, CSC defines its needs and concluded into contractual arrangements with Community Based-Residential Facilities are able to meet its requirements. Community Based-Residential Facilities contribute to the management of that risk by ensuring that suitable accommodation, social and economic support systems, monitoring and intervention are in place, thereby assisting conditionally released federal offenders.

    The work will involve the following:

    1.1 Objectives

    Provide accommodation, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, and those subject to Long-Term Supervision Orders.

    1.2 Tasks

    The following scope of work applies for all contracts. Work to be performed under the contract includes, but is not limited to the following:

    1.2.1 Offer residential services for federal offenders on release who have mental health issues.
    1.2.2 Provide residents with support and guidance in their reintegration efforts, providing them with basic information so they can contact community support groups and other organizations according to their individual needs.
    1.2.3. Assisting residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident’s individual requirements.
    1.2.4 Providing ongoing liaison with local police agencies.

    1.3 Expected results

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

    1.4 Performance standards

    Community Based-Residential Facilities, and their 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.

    They must also comply with all zoning, health, safety, construction and fire protection codes and regulations, as well as all Commissioner’s directives (CD), Standing Operating Practice on official languages and any other CSC standards.

    1.5 Deliverables:

    1.5.1 Hosting and support services, administrative requirements including reporting obligations, and the supervision of higher-risk offenders with mental health issues within the community.

    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 render the services at his place of work.

    b. Travel - No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor that assures the direct case surveillance must provide all services in the official language (English and French) asked by the offender, including report writing. The contractor that does not assure a direct surveillance, has to, in his case, provide the services in the official language (English and French) asked by the offender, but is not required to assume the translation costs of the report.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

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

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

    3. The Contractor MUST NOT utilize its facilities to process, produce, or store PROTECTED information or assets until the CSP, PWGSC has issued written approval.

    4. 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.

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

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

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

    (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:

    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 presenting a mental health issue.

    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 presenting a mental health issue.

    The organization that runs an ERC must be a legal entity, such as a non-profit organization or a private for-profit enterprise and is governed by a board of directors whose members are drawn from the community.

    Professional designation, accreditation and/or certification:

    The organization must be certified by representatives of federal and provincial authorities (CSC and SCQ). Certification is based on compliance standards that have been approved by CSC, the Quebec Correctional Services (QCS) and the Association des services de réhabilitation sociale du Québec (ASRSQ).

    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 area specified under 1.6.1 Location of Work 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 presenting a mental health issue.

    The Suppliers are the only Canadian organizations that can perform the scope of work, given their history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This Suppliers are uniquely positioned to provide these services given their specific mandate to provide accommodation, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, and those subject to Long-Term Supervision Orders.

    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

    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

    The proposed contract is for a period of one (1) year, from April 1st, 2025, to March 31st, 2026, with an option to extend the contract for five (5) additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 1 859 386.61 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name : Association Canadienne pour la santé mentale, section Saguenay (ACSMS-Le Ressac)
    Address : 371, rue Racine Est
    Chicoutimi, Québec
    G7H 1S8

    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 12, 2025, 2: 00 PM (EDT).

    15. Inquiries and submission of statements of capabilities

    Eloïse Clément
    Regional Officer, Contracting and Materiel Services
    Service correctionnel du Canada
    250, Montée St-François
    Laval (Québec) H7C 1S5
    Telephone: 514-234-6283
    E-mail: eloise.clement@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2025/04/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Service Canada
    Address

    250 montée St-François

    Laval, Quebec, H7C1S5
    Canada
    Contracting authority
    Eloïse Clément-Ferland
    Phone
    (514) 234-6283
    Email
    eloise.clement@csc-scc.gc.ca
    Fax
    () -
    Address

    250 montée St-François

    Laval, Quebec, H7C1S5
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    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)
    Contract duration
    12 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: