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 Facility, Yellowknife, NWT

Solicitation number 57101-14-2029311

Publication date

Closing date and time 2014/05/28 12:00 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:
    
    1.	The Correctional Service Canada has a requirement to provide Community Residential Facilities (CRFs) housing for offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders.  The work will involve the following:
    
    1.1 Objectives:
    
    CRFs provide accommodation, monitoring and general support and assistance in reintegrating the offender into the community. 
    
    1.2 Tasks:
    
    	All activities and services provided by the CRF must comply with the requirements set forth in this 	document
    
    1.3	 Expected results:
    
    Promote the successful reintegration of offenders into the community. 
    
    CRFs contribute to the management of risk by ensuring that suitable accommodation, support systems, and monitoring are in place to assist conditionally released individuals become law-abiding citizens.
    
    1.4	Performance standards:
    
    The CRF must have a written statement of mission which must include but not be limited to:
    a)	Objectives;
    b)	Programs;
    c)	Services; and,
    d)	Population to be served.
    
    1.5 Deliverables:
    
    The CRF must provide twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the CRF. 
    
    If applicable and where required, the CRF will provide a strategy to accommodate diverse cultures and spiritualities, including, but not limited to, Aboriginal culture and spirituality. 
    
    If applicable and where required, the CRF must ensure that the accommodations are suitable and safe for children residing in the CRF with their legal guardian in accordance with measures outlined in CD 715-4. 
    
    The CRF must provide CSC with the following reports:
    a)	Monthly Utilization Reports indicating total utilized beds by offender’s name, FPS number and gender;
    b)	Monthly Living Allowance Report by offender’s name, and FPS number, if applicable;
    c)	Incident/occurrence reports, as they occur;
    d)	Annual Financial Statements; 
    e)	Other reports, as requested by CSC; and,
    f)	All logs or other documented information on offenders when requested by CSC.
    
    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 Yellowknife, NWT. 
    
    		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 all work in English. 
    
    1.6.3 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 Capability (DSC) 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 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 
    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:
    
    Experience: 	
    
    Organizations must have the capacity to provide residential services as outlined in the section titled “Current Requirements” and “Deliverables”.
    
    Organizations must fully comply with Correctional Service Canada Community Residential Services Standards.   http://www.csc-scc.gc.ca/text/plcy/cdshtm/714-cd-eng.shtml
    
    Organizations must have 2 years experience in working with adult offenders in a residential setting.
    
    Organizations must have 2 years experience working with adult offenders on conditional release.
    
    Organizations must have resources to provide up to 4 beds for offenders on conditional release.  
    
    Organizations must have resources to provide urinalysis collection services.  
    		
    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 subject to the TLICHO Land Claim Agreement.  
    
    6. Justification for the Pre-Identified Supplier
    
    CSC has no Community Correctional Centre in Alberta or the NWT.  There are also no CRFs in NWT.  There is a need for the provision of CRF services in Yellowknife to accommodate offenders being released on Day Parole whose ultimate destination on full parole or statutory release is the NWT.  The Bailey House facility, operated by the Salvation Army will serve to enhance public safety.  
    
    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
    
    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 for a period of one year from July 1, 2014 to June 30, 2015. 
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract is $298,708.50
    
    12. Name and address of the pre-identified supplier
    
    The Governing Council of the Salvation Army in Canada 
    On Behalf of the Salvation Army CRF in Yellowknife 
    4925 45th Street 
    Yellowknife, NWT 
    X1A 2P9 
    
    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 Wednesday, May 28, 2014 at 10:00am CST.  
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Regional Contracting Specialist 
    Correctional Service of Canada 
    Regional Headquarters – Prairies 
    Box 9223, 2313 Hanselman Place 
    Saskatoon, Saskatchewan 
    S7K 3X5 
    
    Phone:  	306-975-8921
    Fax:  		306-975-6238
    Email: 	501Contracts@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Comprehensive Land Claim Agreement (CLCA)

    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
    Baessler, Nancy
    Phone
    306-975-8921
    Fax
    306-975-6238
    Address
    2313 Hanselman Place
    Saskatoon, SK, S7K 3X5
    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
    Northwest Territories
    Region of opportunity
    Canada
    Procurement method
    Competitive – Selective Tendering

    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: