Community Residential Facility (Hostel)

Solicitation number 21884-14-0007

Publication date

Closing date and time 2014/06/23 18:00 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 Canada has a requirement to provide Community-Based Residential Facilities are a bridge to the community and exist to promote the successful integration of offenders into the community, while maintaining the level of risk management considered essential for each individual.  A Community-Based Residential Facility contributes 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 individuals in becoming crime-free.
    
    1.1 Objectives:
    
    The requirements in this document apply to Hostels housing offenders under federal jurisdiction who have been released to the community on conditional release, statutory release and those subject to Long-Term Supervision Orders. 
    
    Hostels are multi-purpose facilities that provide accommodation and minimal intervention to a diverse clientele.  
    
    All activities and services provided by the Hostel must comply with the requirements set forth in this document.
    
    Any additional services to be provided must be agreed upon by the Hostel, the Project Authority and the Contracting Authority, and must be specifically outlined in an appendix to this Statement of Work.   
    
    1.2 Tasks:
    
     All activities and services provided by the CBRF Hostel must comply with the requirements set forth in this document. 
    
    1.3 Expected results:
    
    Promote the successful reintegration of offenders into the community. 
    
    Hostels contribute to the management of risk by ensuring that suitable accommodation, support systems are in place to assist conditionally released individuals become law-abiding citizens.
    
    1.4 Performance standards:
    
    The Hostel Contractor agrees that 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, as outlined in this contract.
    	
          The Hostel 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:
    
    1.5.1	The work includes at minimum:
    
    	Provision of residential hostel services, at various locations in British Columbia, for adult male and/or female offenders on conditional release
    	Provision of three meals per day which follow the Canada Food Guide
    	Provision of supervision and support services appropriate to the offender's correctional plan
    	Provision of Aboriginal Community Liaison Officer services
    	Provision of Elder and Visiting Elder services
    
    The Hostel must provide CSC with the following reports:
    a)	Monthly Utilization Reports, or equivalent, indicating total utilized beds by offender’s name, FPS number and gender;
    b)	Incident/occurrence reports, as they occur; and,
    c)	Other logs or reports, as 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 Kamloops, BC.
    
    		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:
    
    This contract includes the following security requirements:
    
    1.6.3.1	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.
    
    1.6.3.2 	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).
    
    1.6.3.3 	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 .
    
    1.6.3.4 	Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    1.6.3.5 	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: 
    
    To fulfill the requirements of the contracts, the agencies must have the following qualifications and experience:
    
    	Capacity to provide residential hostel services as outlined in the section titled “Current Requirements” and “Deliverables”, for adult offenders on conditional release at a facility which is located in Kamloops, British Columbia.
    	Organizations must fully comply with the Correctional Service of Canada Community Residential Services Standard. http://www.csc-scc.gc.ca/text/plcy/cdshtm/714-cd-eng.shtml
    	A minimum of five years experience in working with adult offenders on conditional release in a residential hostel setting.
    	Ability to meet and remain in compliance with the Correctional Service of Canada Hostel Services Standards (see attached Statement of Work).
    
    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 British Columbia who are qualified and have the resources needed to offer these specific services. 
    
    The following organization has provided this service to Correctional Service Canada - Pacific Region in recent years and has a high degree of familiarity with the mandate and objectives of Correctional Service Canada. 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: 
    
    •	The nature of this 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
    
    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 the period of July 1, 2014 to March 31, 2015.
     
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract is up to $ 1,040,931.82 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    The John Howard Society, Thompson Region
    Suite 100 – 529 Seymour Street
    Kamloops, BC
    V2C 0A1
    
    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 June 23, 2014 at 2:00 PM PST.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Liliane Matheson
    Correctional Service of Canada
    Community Corrections Administration Office
    #200- 1945 McCallum Road, 
    Abbotsford, BC  V2S 3N2
    Telephone: 604-851-3234
    Facsimile: 604-870-2402
    E-mail address: Liliane.Matheson@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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Matheson, Liliane
    Phone
    604-851-3234
    Fax
    604-870-2402
    Address
    #200 - 1945 McCallum Road
    Abbotsford, BC, V2S 3N2

    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
    English
    0
    French
    0

    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Selective Tendering