Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, July 12, 7:00 pm until July 13, 12:30 pm (Eastern Time)

Family Services

Solicitation number 21280-16-2176448

Publication date

Closing date and time 2015/08/11 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 Canada has a requirement, through the Exchange of Service Agreement between the Government of Canada and the Province of Newfoundland (NL), to alleviate the disadvantages faced by NL federal offenders being incarcerated at a federal institution in New Brunswick or Nova Scotia.  One such initiative is to give some families the opportunity to visit the offenders at their place of incarceration. The work will involve the following:
    
    1.1 Objectives:
    To assist in alleviating the disadvantages created by separating NL inmates from their families as there is no federal institution in Newfoundland and so NL federally sentenced offenders are transferred to maritime federal institutions.
    
    1.2 Tasks:
    
    The contractor must:
    
    1.	Make one (1) trip specific to the Family Services Program to the Federal institutions in New Brunswick and Nova Scotia, which could include; Atlantic, Dorchester, Westmorland, Springhill, Shepody Healing Centre, and Nova Institution. 
    
    2.	Screen potential families; complete all travel, accommodation and security requirements related to the proposed travel to the federal institutions.
    
    3.	Contact the various institutions prior to travel to ensure all CSC security protocols are met and required documentation is completed.
    
    4.	Accompany the families to the various federal institutions in Atlantic Canada and act as a liaison between CSC and the various family members.
    
    5.	Provide supportive crisis intervention to the Family members participating in the Institutional Visit.
    
    6.	Observe and relay to CSC, any concerns relating to family and/ or offender interaction during the family visit.
    
    7.	Provide follow-up with family members and CSC case management team upon return to NL in relation to the Family Services Program visit.
    
    8.	Provide information and support to families concerning federal prison regulations.
    
    9.	Provide information to the families around offender release conditions and the value in supporting these conditions. 
    1.3 Performance standards:
    
    The contractor is to complete the above mentioned tasks over a period of sixty working days as well as submit all deliverables within 10 working days following the completion of the family visit.
    
    1.4 Deliverables:
    
    1.4.1	Reporting Requirements
    				
    a.	A final report detailing the number of participants in the visits, the institutions included in the visit, the activities undertaken during the visit and any concerns raised as a result of the visits. 
    
    b.	A complete financial accounting for expenses undertaken as a result of the Family Visit program.
    
    1.4.2	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).
    
    1.5 Constraints:
    
    1.5.1	Location of work:
    
    	a.	The Contractor must perform the work at the contractor's place of business.
    
    b.	Travel to the following locations will be required for performance of the work under this contract: Federal Institutions in New Brunswick and/or Nova Scotia, which could include; Atlantic, Dorchester, Westmorland, Springhill, Shepody Healing Centre, and Nova Institution.
    
    1.5.2	Language of Work:
    
    The contractor must perform all work in English.
    
    1.5.3 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:
    
    
    Experience: 
    
    Must possess 4 years experience in the past 10 years conducting services to socially disadvantaged correctional population
    
    Must have 4 years from the past 10 years experience in the provision of services and support to families of disadvantaged people.
    
    Academic qualifications:
    
    Must possess an undergraduate degree from a recognized university in the field of Human Sciences (Social Work, Psychology, Sociology, Education)
    	
    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.
    
    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.
    
    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
    
    The John Howard Society of NL has the organizational infrastructure and the experience working with offenders needed to support the key activities of this contract and assist CSC in meeting its mandate in relation to federally sentenced NL offenders.
    
    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 the 17th day of August, 2015 to the 16th day of August, 2016.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $38,594.02 (GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    John Howard Society of Newfoundland and Labrador 
     426 Water Street, St. John's, NL   A1C 1E2
    
    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 August 11, 2015 at 2:00 PM ADT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Josee Belliveau, District Officer, Contracting and Materiel Management Services 
    1045 Main Street, 2nd Floor, Moncton, NB, E1C 1H1
    Telephone number: (506) 851-3923
    Facsimile number: (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

    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
    Belliveau, Josee
    Phone
    506-851-3923
    Address
    1045 Main Street
    2nd Floor
    Moncton, E1C 1H1

    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
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    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: