Private Home Placement services (PHP)

Solicitation number 55101-16-2285002

Publication date

Closing date and time 2016/03/30 15:00 EDT

Last amendment date


    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 to provide Private Home Placements (PHP).

    Private Home Placements (PHPs) promote the successful reintegration of offenders into the community by providing a living environment for offenders. PHPs are intended to contribute to the management of risk by ensuring that suitable accommodation, support systems, and monitoring are in place to assist conditionally released individuals to become law-abiding citizens.

    The work will involve the following:

    1. Objectives:

    The requirements in this document apply to individuals providing PHPs to offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders. Tandem supervision cases must not be placed in a PHP.

    PHPs provide offenders with accommodation, support, and assistance in a home environment. Specialized needs and/or placement in diverse geographic areas can be accommodated through placements in a PHP.

    All activities and services provided by the PHP Contractor must comply, at a minimum, with the requirements set forth in this document.

    Any additional services to be provided must be agreed upon by the PHP Contractor, the Project Authority and the Contracting Authority, and must be specifically outlined in an appendix to this Statement of Work. Additional services must be invoiced separately.

    1.2 Tasks:

    All activities and services provided by the PHP must comply with the requirements set forth in this document.

    1. Expected results:

    In accordance with the Corrections & Conditional Release Act (CCRA), the purpose of conditional release is to contribute to the protection of society. One of the ways that this legislative mandate is fulfilled is to assist offenders to reintegrate into the community as law-abiding citizens. In accordance with the CCRA, the Correctional Service Canada (CSC) must ensure that programs, plans, and supervision are in place in institutions and the community to assist in an offender’s reintegration.

    1. Performance standards:

    The PHP Contractor 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 the contract.

    The Project Authority must ensure that the PHP Contractor has access to all applicable laws, policies, procedures, and standards pertaining to the services rendered as part of this contract.

    The Project Authority must provide the PHP Contractor with information relating to changes in policy, procedures or practices applicable to the provisions of the Statement of Work.

    1.5 Deliverables:

    1.5.1 The work includes at minimum:

    • Provision of residential services, in Winnipeg MB, including private bedrooms, a bathroom, access to a kitchen, laundry facilities, and living room privileges.
    • Provision of meals which meet Canada Food Guide recommendations, including special diet items as required.
    • Provision of personal care assistance, laundry, housekeeping, and other personal services as dictated by the needs of the resident.
    • Ensuring that a substitute care provider is present in the home at times when the contractor is absent, as dictated by the needs of the resident. At no time will the residents be left alone overnight. Substitute care providers require ‘Reliability’ status clearance.
    • Provision of monitoring and support services, which will in turn, assist offenders in attaining both short and long-term goals, as specified in the resident’s Correctional Plan and Community Strategy.
    • Working with community professionals to provide services to offenders with special needs as required.
    • Facilitating positive communication between the resident and CSC staff.

    The PHP Contractor must provide CSC with the following reports:

    1. Monthly Utilization Reports indicating total utilized beds by resident’s name, FPS number and gender.
    2. Incident/Occurrence reports, as the occur; and,
    3. Other logs or reports, as 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 Winnipeg, Manitoba.

    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 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.

    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 contract, the private home placement provider must have the following qualifications and experience:

    • Have a minimum of 24 months providing residential services as outlined in the section 1.2 Tasks, 1.5 Deliverables, for adult offenders on conditional release at a facility which is located in Winnipeg MB.
    • Have a minimum of 5 years experience working with offenders on conditional release.
    • Have an extensive, established network of community resources including agencies, professionals and other services in the area which may be accessed in order to meet the needs of the offenders.
    • Ensure adequate fire and liability insurance coverage and fire/safety equipment is in place (smoke detector, first aid kit, etc.).

    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 individual/PHP’s sources in Winnipeg who are qualified and have the resources needed to offer these specific services.

    The pre-identified supplier meets all of the minimum essential requirements 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: n/a

    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

    There are no intellectual property terms in the contract.

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

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

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $ 456,834.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Balex Kabamba

    Winnipeg MB

    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 March 30, 2016 at 14:00 CST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Claudette Chabot

    Correctional Service Canada – Prairies

    3427 Faithfull Ave.

    Saskatoon SK

    S7K 8H6

    Telephone: 306-659-9255

    Facsimile: 306-659-9317

    E-mail: 501Contracts@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
    Chabot, Claudette
    Phone
    306-659-9255
    Fax
    306-659-9317
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    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
    Manitoba
    Region of opportunity
    Manitoba
    Procurement method
    Competitive - Limited Tendering