Community Residential Facilities

Solicitation number 21480 -1997702

Publication date

Closing date and time 2014/03/26 14:00 EDT

Last amendment date


    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) intends to establish nineteen (19) contracts for the provision of Community Residential Facility services for adult offenders on conditional release which provides accommodation, security services and offender support in the Ontario Region.
    
    1.1 	Objectives:
    
    Community Residential Facilities are a bridge to the community and exist to promote the successful integration 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 ensuring suitable accommodation, 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 contractor must provide these services, but is not limited to the following:
    			
    Residential services for federal offenders on conditional release
    Providing ongoing liaison services with local police forces, offenders, Correctional Service Canada and other community agencies/partners
    Provision of three meals per day which follow the Canada Food Guide
    Provision of security services, including staff 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 
    	
    1.3 	Expected results:
    	
    Provide residential beds to CSC for Unescorted Temporary Absences, Day Parole, Full Parole, Statutory Release and Long-Term Supervision Order cases being released in Ontario.
    
    Provide three meals a day to residents. Such meals are to meet health and nutritional requirements in accordance with Canada’s Food Guide.
    
    Ensure staff is on-site and awake 24 hours per day.
    
    Maintain a daily record/log on resident activities.
    
    Must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The premises and equipment shall confirm to applicable zoning, health, safety, building and fire codes and regulations.
    
    CSC may request to provide enhanced or specialized services.
    
    1.4 	Performance standards:
         
    Residential services for federal offenders on conditional release
    Providing ongoing liaison services with local police forces, offenders, Correctional Service Canada and other community agencies/partners
    Provision of three meals per day which follow the Canada Food Guide
    Provision of security services, including staff 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 
    
    1.5 	Deliverables:
    
    1.5.1	Residential beds for federal offenders on conditional release in Ontario
    Provision of three meals per day which follow the Canada Food Guide.
    Provision of security services, including the monitoring of resident activities and destinations while away from the facility.
    Provide assistance to 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.
    Provide ongoing liaison with local police, community agencies and Correctional Service Canada
               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; including monthly Resident Action Plans
               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 various locations in the Ontario Region.
    
    		b.	Travel
    			
    Travel to various locations to do in reach work with the client base. 
    
    1.6.2	Language of Work:
    
    		The contractor must perform all work in English, to deliver the services and deliverables.
    
    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 			Reliability Status granted or issued by the Canadian Industrial Security Directorate (CISD), 		Public Works and Government Services Canada (PWGSC).
    
    b)	The Contractor personnel requiring access to the facility(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.
    
    All of the Contractor’s personnel who will be visiting CSC Penitentiary institutions will be submitted to verification through the Canadian Police Information Centre (CPIC) at the institutions’ entrances.
    
    1.6.4	The Contractor must comply with the provisions of the: 
    
    a)	Security Requirements Check List;
    b)	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 residential services.
    
    Experience: 
    
    A minimum of 5 years experience in working with adult offenders on conditional release in a residential setting.
    
    Individuals/Organizations must have relevant knowledge and experience in working with adult offenders in a residential 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. 
    
    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
    
    The provision of residential services to federal offenders on conditional release requires significant experience working with offenders and considerable understanding of the criminal justice system, rehabilitation processes, and the policy and procedures of the Correctional Service of Canada. There are some organizations that have that experience, the organizations listed below have provided residential services to offenders on release to the community for a considerable period of time and they contribute immeasurably to public safety by exercising their experience and knowledge about offender risk and the programs and processes in place to ameliorate that risk. 
    
    7. 		Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection D: 
    
    Section 6d of the Government Contracts Regulations (only one person is capable of performing the contract).
    
    8. 		Exclusions and/or Limited Tendering Reasons
    
    		N/A
    
    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)
    
    		Please refer to the following section titled “Name and address of the pre-identified supplier”
    
    11.	 	A cost estimate of the proposed contract
    
    		Please refer to the following section titled “Name and address of the pre-identified supplier”
    
    12. 	Name and address of the pre-identified suppliers
    
    	Greater Ontario & Nunavut Region
    
    The Governing Council of the Salvation Army in Canada – New Directions, 657 King Street East, Kitchener, Ontario, N2G 2M4, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,555,200.00 (GST/HST extra).
    
    John Howard Society of Ottawa – Ste. Anne Residence, 550 Old St. Patrick Street, Ottawa, Ontario, K1N 5L5, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,363,300.00 (GST/HST extra).
    
    St. Leonard’s House Windsor, 491 Victoria Avenue, Windsor, Ontario, N9A 4N1, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,074,000.00 (GST/HST extra).
    
    John Howard Society of Ottawa – Kirkpatrick House, 591 MacLaren St., Ottawa, Ontario, K1R 5K8, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 1 additional one-year period. The estimated value of the contract, including option (s), is $1,716,600.00 (GST/HST extra).
    
    John Howard Society of Ottawa – Tom Lamothe Residence 387 MacLaren Street, Ottawa, Ontario, K2P 0M7, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 1 additional one-year periods. The estimated value of the contract, including option(s), is $1,226,000.00 (GST/HST extra).
    
    House of Hope, 32 Gilmour St. Ottawa, Ontario, K2P 0N3, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract, including option (s), is $906,000.00 (GST/HST extra).
    
    Maison Decision House, 37 Irving Avenue, Ottawa, Ontario, K1Y 1Z2, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 1 additional one-year periods. The estimated value of the contract, including option (s), is $1,646,400.00 (GST/HST extra).
    
    Larch Halfway House of Sudbury Inc. – Red Cross House, 238 Larch Street, Sudbury, Ontario, P3B 1M1, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 2 additional one-year periods. The estimated value of the contract, including option (s), is $1,540,000.00 (GST/HST extra).
    
    St. Leonard’s Society of Peterborough – Edmison House, 458 Rubidge St. Peterborough, Ontario, K9H 4E5, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 1 additional one-year period. The estimated value of the contract, including option (s), is $1,725,300.00 (GST/HST extra).
    
    St. Leonard’s Community Services – Cody Centre to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract, including option (s), is $917,000.00 (GST/HST extra).
    
    Central Ontario Region
    
    The Governing Council of the Salvation Army in Canada – Bunton Lodge, 422 Sherbourne Street, Toronto, Ontario, M4X 1K2, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,694,000.00 (GST/HST extra).
    
    St. Leonard’s Society of Hamilton – Emerald Street Residence, 73 Robert Street, Hamilton, Ontario, L8L 2P2, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,197,000.00 (GST/HST extra).
    
    St. Leonard’s Place (Peel) – Sir Robert William House, 1105 Queen Street East, Brampton, ON, L6T 5M6, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is 
    $1,352,000.00 (GST/HST extra).
    
    St. Leonard’s Place (Peel) – Bartlett House, 1105 Queen Street East, Brampton, ON, L6T 5M6, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is 
    $1,244,000.00 (GST/HST extra).
    
    The Governing Council of the Salvation Army in Canada – Booth Centre, 187 Dalhousie Street, Brantford, Ontario, N3T 2J6, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,048,850.00 (GST/HST extra).
    
    The Governing Council of the Salvation Army in Canada – Ellen Osler House for Women – Satellite Apartment, 34 Hatt Street, Dundas, Ontario, L9H 2E8, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015 with an option to extend the contract for 2 additional one-year periods. The estimated value of the contract, including option (s), is $102,600.00 (GST/HST extra).
    
    The Governing Council of the Salvation Army in Canada – W.P. Archibald Centre - Harbour Light, 160 Jarvis Street, Toronto, Ontario, M5B 2E1, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015. The estimated value of the contract is $1,270,000.00 (GST/HST extra).
    
    The Governing Council of the Salvation Army in Canada – W.P. Archibald Centre, 418 Sherbourne St., Toronto, Ontario, M4X 1K2, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015, with an option to extend the contract for 1 additional one-year period. The estimated value of the contract, including option (s), is $1,662,000.00 (GST/HST extra).
    
    St. Leonard’s Society of Toronto – Crossroads House, 419 Jones Avenue, Toronto, Ontario, M4J 3G6, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015, with an option to extend the contract for 1 additional one-year period.  The estimated value of the contract, including option(s), is $1,455,000.00 (GST/HST extra).
    
    St. Leonard’s Society of Hamilton – Robert Street Residence, 73 Robert Street, Hamilton, Ontario, L8L 2P2, to provide Community Residential Facility services. The proposed contract is for a period of 1 year, from April 1, 2014 to March 31, 2015.  The estimated value of the contract is $997,000.00 (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. 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
    
    14.1	Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the Contracting Authority identified in this notice on or before 2:00 p.m. EST, on Wednesday March 26, 2014.
    	
    15. 	Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Contracting Authority:
    
    Dave Barltrop
    A/Regional Contracting Officer
    Correctional Service Canada
    Regional Headquarters (O)
    443 Union Street,
    P.O. Box 1174
    Kingston, Ontario
    K7L 4Y8
    Tel: (613) 545-8274
    	Fax: (613) 536-4571
    
    15.2	The statement of capabilities must clearly demonstrate how the supplier meets the advertised 	requirements. 
    
    15.3	Statements of capabilities must be mailed or faxed on or before the closing date. Statements of capabilities received on or before the closing date will be considered solely for the purpose of deciding whether or not to conduct a competitive procurement.  Information provided will be used by the Crown for technical evaluation purposes only and is not to be construed as a competitive solicitation.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Dave Barltrop
    Phone
    613-545-8274
    Fax
    613-536-4571
    Address
    443 Union Street
    Kingston, ON, K7L 2R8
    CA

    Buying organization(s)

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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    9
    001
    French
    2

    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.