SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Community Residential Facilities - ACAN

Solicitation number Pacific Region CRFs

Publication date

Closing date and time 2015/04/15 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:
    
    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. 
    
    All activities and services provided by the CRF must comply with the requirements set forth in this document. 
    
    Any additional services to be provided must be agreed upon by the CRF, 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 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 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 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:
    
    1.5.1	The work includes at minimum:
    
    	The CRF must provide twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the CRF. 
    	Provision of residential 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 security services, including the monitoring of resident activities and destinations while away from the facility
    	Assisting 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
    	Providing ongoing liaison with local police forces
    
    Depending on the facility/location, the work may also include:
    
    	Provision of enhanced residential services for high risk and high profile offenders
    	Delivery of a residential substance abuse treatment program
    	Delivery of the Integration Correctional Program Model
    	Provision of classroom space for program delivery
    	Provision of a personal escort, as required, to accompany offenders outside of the facility
    	Supervision of the procurement of urine samples, and forwarding them for analysis
    	Provision of an intensive management program reporting centre
    	Provision of Aboriginal Spiritual Advisor services
    
    	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 various locations within 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 PROTECTED 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 services as outlined in the section titled “Current Requirements” and “Deliverables”, for adult offenders on conditional release at a facility which is located in 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 setting.
    	Ability to meet and remain in compliance with the Correctional Service of Canada Community Residential 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 organizations have provided this service to Correctional Service Canada - Pacific Region in recent years and have 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: 
    
    •	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 contracts are for the period of July 1, 2015 to March 31, 2016.
    
    11. A cost estimate of the proposed contract
    
    See individual amounts under section 12 below.  All amounts include applicable taxes.
    
    12. Name and address of the pre-identified supplier
    
    a.)	Circle of Eagles Lodge Society
    	2716 Clark Drive
    Vancouver, BC V5N 3H6
    Estimated cost: up to $1,100,912.00 
    
    
    b.)	John Howard Society of the Lower Mainland
    763 Kingsway
    Vancouver, BC V5V 3C2
    Estimated cost:  up to $1,286,367.00
    
    
    c.)	Okanagan Halfway House Society
     1353/1357 Bernard Avenue
    Kelowna, BC V1Y 6R5
    Estimated cost: up to $1,106,612.00
    
    
    d.)	Prince George Activator Society
    770 Second Avenue
    Prince George, BC V2L 3A3
    Estimated cost: up to $1,344,154.00
    
    e.)	The Governing Council of the Salvation Army in Canada on Behalf of
    The Salvation Army, Addictions and Rehabilitation Department
    525 Johnson Street
    Victoria, BC V8W 1M2
    Estimated cost: up to $1,294,353.00 
    
      
    f.)	The Governing Council of the Salvation Army in Canada on Behalf of
    The Salvation Army, Harbour Light
    119 Cordova Street
    Vancouver, BC V6K 1K8
    Estimated cost: up to $1,349,849.00
    
    
    g.)	John Howard Society, Thompson Region
    Suite 100 - 529 Seymour Street
    Kamloops, BC V2C 0A1
    	Estimated cost: up to $1,012,478.00
    
    h.)	The Governing Council of the Salvation Army in Canada on Behalf of
    The Salvation Army, Belkin House
    555 Homer Street
    Vancouver, BC  V6B 1K8
    Estimated cost: up to $1,362,132.00
    
    i.)	Westcoast Genesis Society – Genesis House
    305 Carnarvon Street
    New Westminster, BC V3L 1B9
    Estimated cost: up to $926,880.00
    
    
    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 April 15, 2015 at 2:00 PM PST.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Katie McCallum
    Correctional Service of Canada
    Community Corrections Administration Office
    33344 King Road, PO Box 3333
    Abbotsford, BC  V2S 5X7
    Telephone: 604-851-3234
    Facsimile: 604-870-2402
    E-mail address: katie.mccallum@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

    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
    McCallum, Katharine
    Phone
    (604) 851-3234
    Address
    33344 King Raod, PO Box 3333
    Abbotsford, BC, V2S 5X7
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: