Community residential facilities Services

Solicitation number 21301-17-2276294

Publication date

Closing date and time 2016/02/26 14:00 EST


    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) is the federal organism responsible for administering sentences of two years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.

    To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on an ongoing basis, CSC defines its needs and concluded into contractual arrangements with community residential facilities are able to meet its requirements. Community Residential Facilities contribute 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 federal offenders.

    1.1 Objectives:

    CSC enters into service contracts with several community resources that can house offenders on day parole, full parole, and statutory release or under a long term supervision order. Suppliers must also be able to offer social reintegration programs and numerous related services.

    Consequently, Correctional Service Canada intends to award contracts for Community Residential Facility services which provide accommodation, security services (including 24-hour supervision) and offender support services which will assist the offender in safe reintegration to the community.

    1.2 Tasks:

    The following scope of work applies for all contracts. Work to be performed under the contract includes, but is not limited to the following:
    1. Residential services for federal offenders on conditional release.

    2. Provision of three meals per day which follow the Canada Food Guide.

    3. Provision of security services, including the monitoring of resident activities and destinations while away from the facility.
    4. 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.

    5. Providing ongoing liaison with local police agencies.

    1.3 Expected results:

    In addition to housing, these organizations provide preventive support; an alternative to incarceration; conditions of supervision as imposed by the Parole Board of Canada for the safe reintegration of offenders in the community; a stage of the sentence; or temporary accommodation. All activities and services delivered by suppliers must be in compliance with CSC standards.

    Furthermore, CSC considers establishing positive relationships with Canadian communities a necessary prerequisite to supporting public safety. Most offenders will eventually return to the community. Upon their release, whether at the end of their sentence or on parole, successful reintegration requires the support of citizens and communities. To that end, CSC is committed to engaging community partners with specialized knowledge of offender reintegration who are working on developing safe and vibrant communities.

    1.4 Performance standards:

    Before being allowed to provide services to CSC, the supplier agrees to be, and must demonstrate that it is, in compliance with all of CSC's policies and procedures with regard to matters such as staff safety, data processing, and the protection of privacy and personal information.

    Suppliers must go through an annual evaluation process and are monitored on an ongoing basis by CSC employees. The supervision of offenders is always carried out in collaboration with a CSC employee, who makes sure that the contractor is following all the required procedures.

    1.5 Deliverables:

    1.5.1 Accommodation services, satellite apartment support service, security, supervision, community assessments, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders

    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 services:

    a. The Contractor must render the services at his place of work.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor that assures the direct case surveillance must provide all services in the official language (English or French) asked by the customer, and that, including the writing of the report. The contractor that does not assure a direct surveillance, has to, in his case, provide the services in the official language (English or French) asked by the customer, but is not required to assume the translation costs of the report.

    1. Security Requirements:

    The Contractor/Offeror must, at all times during the performance of the Contract, 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.

    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).

    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.

    Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD/PWGSC.

    The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and Security Guide, attached at Annex C;

    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:

    Must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;

    Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.

    The organization must meet the operating requirements for community-based resources; these are established and revised by the tripartite committee, which is made up of representatives of Quebec correctional services, Correctional Service Canada, and the Quebec network of community residential centres. This agreement on minimum operating requirements aims to ensure the quality and harmonization of services while respecting the unique attributes and autonomy of community support organizations.

    Organization must have the capacity to provide residential services as outlined in the section titled “1.1Objectives” and “1.2 Tasks”.
    Organization must fully comply with Correctional Service Canada Community Residential Services Standards.

    Organization must have experience working with adult offenders on conditional release.

    Organization is a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.

    Organization is familiar with and reflects the Correctional Service of Canada's orientations regarding the contribution of the community.

    Organization must be accredited by Federal and Provincial Authority (SCQ and CCS).

    Is a community organization in the area concerned, a non-profitable or profitable organization or that has the necessary resources, experience and infrastructure to accommodate CSC's clientele.

    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

    Pre-Identified suppliers that meet all minimal requirements as described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    • the nature of the 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

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    Propulsion Lanaudière (21301-17-2276294)

    The proposed contract is for a period of nine months, from June 1, 2016 until March 31, 2017 with an option to extend the contract for three (3) additional one-year periods.

    Résidence Lafleur Inc. (21301-17-2273451)

    The proposed contract is for a period of one year, from April 1, 2016 until March 31, 2017 with an option to extend the contract for two (2) additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of these contracts, without option, is mentioned here below; SEE THE VALUES GIVEN IN ARTICLE 12 of this document.

    12. Name and address of the pre-identified supplier

    Correctional Service Canada intends to award 2 professional service contracts to the following suppliers:

    Supplier

    Contract period

    Value of contract (TPS/TVH exta)

    Propulsion Lanaudière

    387 rue Baby, Joliette (Québec) J6E 2V9

    (21301-17-2276294)

    June 1, 2016 until March 31, 2017 with an option to extend the contract for three (3) additional one-year periods.

    190 241.00 $

    Résidence Lafleur Inc.

    101 rue Lac Lambert, Sainte-Angèle de Prémont, Québec J0K 1R0

    (21301-17-2273451)

    April 1, 2016 until March 31, 2017 with an option to extend the contract for two (2) additional one-year periods.

    1457 748.00 $

    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 February 26, 2016 at 2:00 PM EST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Manon Paulin

    Acting Contracting and Procurement Regional Officer
    Regional Services Center
    Material Management
    Correctional Service Canada
    250, Montée St-François
    Laval (Quebec) H7C 1S5
    manon.paulin@csc-scc.gc.ca

    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) is the federal organism responsible for administering sentences of two years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.

    To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on an ongoing basis, CSC defines its needs and concluded into contractual arrangements with community residential facilities are able to meet its requirements. Community Residential Facilities contribute 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 federal offenders.

    1.1 Objectives:

    CSC enters into service contracts with several community resources that can house offenders on day parole, full parole, and statutory release or under a long term supervision order. Suppliers must also be able to offer social reintegration programs and numerous related services.

    Consequently, Correctional Service Canada intends to award contracts for Community Residential Facility services which provide accommodation, security services (including 24-hour supervision) and offender support services which will assist the offender in safe reintegration to the community.

    1.2 Tasks:

    The following scope of work applies for all contracts. Work to be performed under the contract includes, but is not limited to the following:
    1. Residential services for federal offenders on conditional release.

    2. Provision of three meals per day which follow the Canada Food Guide.

    3. Provision of security services, including the monitoring of resident activities and destinations while away from the facility.
    4. 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.

    5. Providing ongoing liaison with local police agencies.

    1.3 Expected results:

    In addition to housing, these organizations provide preventive support; an alternative to incarceration; conditions of supervision as imposed by the Parole Board of Canada for the safe reintegration of offenders in the community; a stage of the sentence; or temporary accommodation. All activities and services delivered by suppliers must be in compliance with CSC standards.

    Furthermore, CSC considers establishing positive relationships with Canadian communities a necessary prerequisite to supporting public safety. Most offenders will eventually return to the community. Upon their release, whether at the end of their sentence or on parole, successful reintegration requires the support of citizens and communities. To that end, CSC is committed to engaging community partners with specialized knowledge of offender reintegration who are working on developing safe and vibrant communities.

    1.4 Performance standards:

    Before being allowed to provide services to CSC, the supplier agrees to be, and must demonstrate that it is, in compliance with all of CSC's policies and procedures with regard to matters such as staff safety, data processing, and the protection of privacy and personal information.

    Suppliers must go through an annual evaluation process and are monitored on an ongoing basis by CSC employees. The supervision of offenders is always carried out in collaboration with a CSC employee, who makes sure that the contractor is following all the required procedures.

    1.5 Deliverables:

    1.5.1 Accommodation services, satellite apartment support service, security, supervision, community assessments, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders

    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 services:

    a. The Contractor must render the services at his place of work.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor that assures the direct case surveillance must provide all services in the official language (English or French) asked by the customer, and that, including the writing of the report. The contractor that does not assure a direct surveillance, has to, in his case, provide the services in the official language (English or French) asked by the customer, but is not required to assume the translation costs of the report.

    1. Security Requirements:

    The Contractor/Offeror must, at all times during the performance of the Contract, 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.

    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).

    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.

    Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD/PWGSC.

    The Contractor/Offeror must comply with the provisions of the:

    a) Security Requirements Check List and Security Guide, attached at Annex C;

    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:

    Must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;

    Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.

    The organization must meet the operating requirements for community-based resources; these are established and revised by the tripartite committee, which is made up of representatives of Quebec correctional services, Correctional Service Canada, and the Quebec network of community residential centres. This agreement on minimum operating requirements aims to ensure the quality and harmonization of services while respecting the unique attributes and autonomy of community support organizations.

    Organization must have the capacity to provide residential services as outlined in the section titled “1.1Objectives” and “1.2 Tasks”.
    Organization must fully comply with Correctional Service Canada Community Residential Services Standards.

    Organization must have experience working with adult offenders on conditional release.

    Organization is a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.

    Organization is familiar with and reflects the Correctional Service of Canada's orientations regarding the contribution of the community.

    Organization must be accredited by Federal and Provincial Authority (SCQ and CCS).

    Is a community organization in the area concerned, a non-profitable or profitable organization or that has the necessary resources, experience and infrastructure to accommodate CSC's clientele.

    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

    Pre-Identified suppliers that meet all minimal requirements as described in this ACAN.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:

    • the nature of the 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

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    Propulsion Lanaudière (21301-17-2276294)

    The proposed contract is for a period of nine months, from June 1, 2016 until March 31, 2017 with an option to extend the contract for three (3) additional one-year periods.

    Résidence Lafleur Inc. (21301-17-2273451)

    The proposed contract is for a period of one year, from April 1, 2016 until March 31, 2017 with an option to extend the contract for two (2) additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of these contracts, without option, is mentioned here below; SEE THE VALUES GIVEN IN ARTICLE 12 of this document.

    12. Name and address of the pre-identified supplier

    Correctional Service Canada intends to award 2 professional service contracts to the following suppliers:

    Supplier

    Contract period

    Value of contract (TPS/TVH exta)

    Propulsion Lanaudière

    387 rue Baby, Joliette (Québec) J6E 2V9

    (21301-17-2276294)

    June 1, 2016 until March 31, 2017 with an option to extend the contract for three (3) additional one-year periods.

    190 241.00 $

    Résidence Lafleur Inc.

    101 rue Lac Lambert, Sainte-Angèle de Prémont, Québec J0K 1R0

    (21301-17-2273451)

    April 1, 2016 until March 31, 2017 with an option to extend the contract for two (2) additional one-year periods.

    1457 748.00 $

    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 February 26, 2016 at 2:00 PM EST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Manon Paulin

    Acting Contracting and Procurement Regional Officer
    Regional Services Center
    Material Management
    Correctional Service Canada
    250, Montée St-François
    Laval (Quebec) H7C 1S5
    manon.paulin@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
    Paulin, Manon
    Phone
    450-664-6612
    Address
    250, Montée Saint-François
    Laval, QC, H7C 1S5
    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
    Canada
    Region of opportunity
    Canada
    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: