Community Based Residential Facility

Solicitation number 21280-15-2079877

Publication date

Closing date and time 2014/09/23 13:00 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) intends to establish a contract for the provision of Community Based Residential Facility (CBRF) for adult offenders on conditional release and Long Term Supervision Order which provides accommodation, security services and offender support services in the Fredericton, NB and Surrounding area.
    	
    	The work will involve the following:
    
    1.5 Deliverables:
    
    The following scope of work applies to the contract.  Work to be performed under the contract includes, but is not limited to the following:
    
    Housing:  shall provide on average four (4) bed days to CSC for Unescorted Temporary Absences, Day Parole, Full Parole, Statutory Release cases and Long Term Supervision Order.
    
    Meals:  The PHP Contractor must provide three (3) meals a day to the resident or sufficient groceries for three meals a day. Such meals are to meet health and nutritional requirements in accordance with Canada’s Food Guide and CSC’s Legislative and Policy Framework.  
    
    Security and Control:  Shall ensure staff is on-site and awake 24 hours per day.
    
    Maintain formal records for documenting the following:  Activities; Incidents; Resident movement; and Resident behaviour and report to Correctional Service of Canada infractions of the law, conditions of release, instructions of Parole Officer, serious infractions of house rules.  
    
    Maintain a daily record/log on resident activities.
    
    House rules shall be given to the resident at admission.  The resident shall sign a copy of the house rules and it shall be retained on file.
    
    Must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations.  The premises and equipment shall conform to applicable zoning, health, safety, building and fire codes and regulations.
    
    Shall ensure that there is a First Aid Kit available to staff and one staff member with a valid St. John’s Ambulance Certification (or other equivalent in first aid) in addition  to valid CPR certification.
    
    The contractor in cooperation with Parole Office, develop an Intervention Plan that is supportive of the Offender’s Community Strategy and that focuses on specific objectives for the duration of residence at the CBRF.
    	
    	Provide guidance in Aboriginal spirituality and teachings.
    
    CSC may request to provide enhanced or specialized services.
    
    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: 918 Route 635, Lake Georges, NB, E6K 3P9
    
    		b.	Travel
    
    			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:
    a.	The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS) 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 or approved by CISD/PWGSC.   
    
    c.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    d.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    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:
    
    •	Capability to provide residential services, including private/semi-private bedroom, access to a kitchen (meals or groceries provided) and living room privileges;
    
    •	Experience providing support and aboriginal programming services to federal conditionally-released offenders, including offenders with special needs;
    
    •	The contractor must have an extensive, established network of community resources including  agencies, professionals and other services in the Greater Fredericton Area which may be accessed in order to meet the needs of the offenders;
    •	Experience in providing Aboriginal Spiritual guidance and teachings.
    
    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 set-aside for an Aboriginal Supplier in accordance with the government's Procurement Strategy for Aboriginal Business (PSAB). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.
    
    5. Comprehensive Land Claims Agreement (s)
    
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    6. Justification for the Pre-Identified Supplier
    
    CBRF's for an offender population on conditional release is a legally required specialized service.  The contractor has successfully demonstrated their ability in helping with the offender’s safe rehabilitation into society.  The contractor’s facility meets and/or exceeds all legislated requirements of a CBRF. 
    
    7. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: 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
    
    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
    
    10. The period of the proposed contract or the delivery date(s)
    
    The proposed contract is for a period of 1 year, from October 1, 2014 to September 30, 2015 with an option to extend the contract for 3 additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $642,840.00 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Harold LaPorte
    918 Route 635, Lake Georges, NB, E6K 3P9
    
    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 September 23, 2014 at 2:00 p.m. ADT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Josée Belliveau
    District Officer, Contracting and Material Services
    1045 Main Street, 2nd Floor
    Moncton, NB  E1C 1H1
    Telephone: 506-851-3923
    Facsimile: 506-851-3305
    E-mail: josee.belliveau@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
    Belliveau, Josée
    Phone
    506-851-3923
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1
    CA

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    Region of opportunity
    New Brunswick
    Procurement method
    Competitive – Open Bidding