Community residential facilities Service

Solicitation number 21301-14-1931223

Publication date

Closing date and time 2013/08/22 20:00 EDT


    Description
    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) is the federal organism responsible for administering sentences of two 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 residential facilities are able to meet its requirements.Community 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. 1.1 Objectives: CSC enters into service contracts with several community resources that can house offenders on day parole, full parole, and statutory release or under a long term supervision order. Suppliers must also be able to offer social reintegration programs and numerous related services. Consequently, Correctional Service Canada intends to award contracts for Community Residential Facility services which provide accommodation, security services (including 24-hour supervision) and offender support services which will assist the offender in safe reintegration to the community. 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. Residential services for federal offenders on conditional release. 2. Provision of three meals per day which follow the Canada Food Guide. 3. Provision of security services, including the monitoring of resident activities and destinations while away from the facility. 4. 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. 5. Providing ongoing liaison with local police agencies. 1.3 Expected results: In addition to housing, these organizations provide preventive support; an alternative to incarceration; conditions of supervision as imposed by the Parole Board of Canada for the safe reintegration of offenders in the community; a stage of the sentence; or temporary accommodation. All activities and services delivered by suppliers must be in compliance with CSC standards. Furthermore, CSC considers establishing positive relationships with Canadian communities a necessary prerequisite to supporting public safety. Most offenders will eventually return to the community. Upon their release, whether at the end of their sentence or on parole, successful reintegration requires the support of citizens and communities. To that end, CSC is committed to engaging community partners with specialized knowledge of offender reintegration who are working on developing safe and vibrant communities. 1.4 Performance standards: Before being allowed to provide services to CSC, the supplier agrees to be, and must demonstrate that it is, in compliance with all of CSC's policies and procedures with regard to matters such as staff safety, data processing, and the protection of privacy and personal information. Suppliers must go through an annual evaluation process and are monitored on an ongoing basis by CSC employees. The supervision of offenders is always carried out in collaboration with a CSC employee, who makes sure that the contractor is following all the required procedures. 1.5 Deliverables: 1.5.1 Accommodation services, satellite apartment support service, security, supervision, community assessments, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders 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 place of work of the contractor. b. Travel ii. No travel is anticipated for performance of the work under this contract. 1.6.2 Language of Work: The contractor must perform the services in the official language (French and English) requested by the offender 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 Facility Security Clearance, 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 by CSC or approved by CISD/PWGSC. 2. Minimum essential requirements: Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements: The organization must meet the operating requirements for community-based resources; these are established and revised by the tripartite committee, which is made up of representatives of Quebec correctional services, Correctional Service Canada, and the Quebec network of community residential centres. This agreement on minimum operating requirements aims to ensure the quality and harmonization of services while respecting the unique attributes and autonomy of community support organizations. Organization must have the capacity to provide residential services as outlined in the section titled “1.1 Objectives” and “1.2 Tasks”. Organization must fully comply with Correctional Service Canada Community Residential Services Standards. Organization must have relevant knowledge and experience in working with adult offenders in a residential setting, and must provide the services in the official language (French and English) requested by the offender. Organization must have experience working with adult offenders on conditional release. Organization must be able to obtain a Correctional Service Canada 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. Organization is a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community. Organization is familiar with and reflects the Correctional Service of Canada's orientations regarding the contribution of the community. Organization must be accredited by Federal and Provincial Authority (SCQ and CCS). Is a community organization in the area concerned, a non-profitable or profitable organization or that has the necessary resources, experience and infrastructure to accommodate CSC's clientele. 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 To our knowledge, there are a restricted number of sources in the province of Quebec who are qualified and have the resources needed to offer these specific services. The following organizations have provided this service to Correctional Service Canada - Quebec Region in recent years and have a high degree of familiarity with the mandate and objectives of Correctional Service Canada. 7. Government Contracts Regulations Exception(s) The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: • the nature of the work is such that it would not be in the public interest to solicit bids; • 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 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 from August 1st, 2013 to March 31st, 2014. 11. A cost estimate of the proposed contract The estimated value of this contract, without option, is 85 540.25 $ (including harmonized sales tax). 12. Name and address of the pre-identified supplier Correctional Service Canada intends to award one professional service contract to the following supplier: CRC L’Arc-en-soi inc. (CRC Maria) 60, rue Iberville Rivière-du-Loup (Québec) G5R 1H1 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 July 29th, 2013 at 11:00 AM (EDT). 15. Enquiries and submission of statement of capabilities Enquiries and statement of capabilities are to be directed to: Manon Paulin Contracting and Procurement Regional Officer Regional Services Center Material Management Correctional Service Canada 250, Montée St-François Laval (Quebec) H7C 1S5 manon.paulin@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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 of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Paulin, Manon
    Phone
    450-664-6612
    Address
    250, Montée Saint-François
    Laval, QC, H7C 1S5
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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)

    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: