Accompaniment of High Risk Offenders

Solicitation number 21895-14-0024

Publication date

Closing date and time 2014/08/25 18:00 EDT


    Description
    Accompaniment Services for High Risk Offenders
    
    This requirement is for: The Correctional Service of Canada, Pacific Region
    
    Trade agreement:	 Agreement on Internal Trade (AIT), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), North American Free Trade Agreement (NAFTA)/Canada-Peru, Canada-Colombia and/or Canada-Chile Free Trade Agreements. 
    
    Tendering procedures: All interested suppliers may submit a bid.
    
    Competitive Procurement Strategy: Compliant bid with the highest combined score of technical merit and price.
    
    Set-aside under the Procurement Strategy for Aboriginal Business: 
    This procurement is not subject to any set-asides for Aboriginal Suppliers.
    
    Comprehensive Land Claim Agreement: 
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    Security Requirements: This contract includes security requirements.
    
    Nature of Requirements: 
    
    The following is a summary of the statement of work for this requirement. 
    
    The Correctional Service of Canada has a requirement to provide transportation/accompaniment services for offenders being released from Institutions within the Pacific Region to their respective community release destinations.  This contract is to provide services that enhance a seamless transition of in-custody offenders back to the community, and specifically back to a Community Residential Facility or Community Corrections Centre.  
    
    Objectives:
     
    The contractor must provide transportation services to any CRF/CCC site within British Columbia.  The following types of offenders will be prioritized for accompaniments:
    •	Offenders who are scheduled for release on Statutory Release with Residency or at Warrant Expiry and are subject to a Long-Term Supervision Order with a Residency; and will be residing at one of the five regional Community Residential Facilities which have received additional resources through the High Risk Offender initiative (Belkin Enhanced CRF and Harbour Light CRF in Vancouver, Salvation Army CRF in Victoria, Harvey House CRF in Kelowna and Activators CRF in Prince George).
    •	Offenders released from Kent or Mountain on Statutory Release with Residency to a CRF / CCC not identified above.
    •	Offenders released from any other Medium or Multi-level institution on Statutory Release with Residency to a CRF/ CCC not identified above.
    •	Offenders being released on Statutory Release (without a Residency condition) who may present as higher risk for going UAL (i.e. mental health needs, high profile offender etc.)   
    
    Task:
    1.)	The contractor must follow clear and detailed transportation instructions without deviation, except as per-approved by the releasing institution or TD Unit;
    2.)	Use of Government Vehicles for transportation purposes, this includes picking up the vehicle from its specified storage location at the designated Institution, picking up offender(s) from the designated Institution-Admissions and Discharge, transporting offenders and any personal belongings directly to their specialized destination and return directly back to the designated Institution;
    3.)	If specified "Confidential Documents" are forwarded with the transportation of the offender they must be given directly to a staff member at the CBRF/CCC;
    4.)	Upon delivery of the offender to the destination, the Contractor agrees to make in-person contact with a CSC or CRF staff member thus formally completing the transportation transaction;
    5.)	The Contractor will not use the Government Motor Vehicle for personal use at any time;
    6.)	The Contractor agrees to have the appropriate qualifications for himself/herself and any other person used in this capacity during all times this contract is in force including: 
    •	Security Clearance, 
    •	Be trained in Motivational Based Interviewing Skills (MBIS)
    •	Demonstrate a capacity to motivate, inform and introduce offenders to various resources
    •	Have correctional experience, including knowledge of security and some case management skills
    7.)	Upon request, the contractor must provide copies of: a valid driver's license, the driving record for the past five years, and current insurance for their personal vehicle;
    8.)	Provide the supervising Parole Officer a verbal report as well as a written assessment of the offender's attitude, motivation and plans, acquired during the period of accompaniment;
    9.)	Provide a written report on any suspicious or questionable behaviour on the part of any transported offender to the releasing institution or TD Unit;
    10.)	Be available five (5) days a week, normally Monday through Friday with hours ranging from 06:00am to 2100 hrs, unless otherwise requested by the Department and agreed by the contractor. 
    
    Deliverables:
    The Contractor must maintain a data base which will be used as part of an evaluation of the Program which will include a record of all accompaniments.   Data collected on a monthly basis will be sent to the Project Authority as part of the invoice submission.  The quarterly summary of information will be submitted to the Project Authority within 20 calendar days of the end of each quarterly period.  Payment is contingent upon the receipt of all required documentation by the Project Authority.
    
    Expected Delivery Date: October 1, 2014 to March 31, 2015 (with an option to extend for four additional , one year periods to March 31, 2019) subject to the availability of funds
    
    File Number: 21895-14-0024
    
    Contracting Authority: Liliane Matheson
    #200-1945 McCallum Road, Abbotsford, BC V2S 3N2
    Telephone number: (604) 851-3234
    Facsimile number: (604) 870-2402
    E-mail: Liliane.Matheson@csc-scc.gc.ca
    
    NOTE TO BIDDERS: 
    Bidders can obtain copies of the solicitation documents by contacting the contracting authority named in this notice.
    
    The Crown reserves the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada (English or French).
    
    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.
    
    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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
    Matheson, Liliane
    Phone
    604-851-3234
    Fax
    604-870-2402
    Address
    Community Correctional Administration Office
    #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

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding

    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: