SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Community Assessments and Parole Supervision (CAPS)

Solicitation number 21280-17-2428484

Publication date

Closing date and time 2016/12/15 13:00 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 Canada has a requirement to assist offenders to reintegrate into the community as law-abiding citizens. The CCRA requires that the Correctional Service Canada (CSC) ensure that programs, plans, and supervision are in place in institutions and the community to assist in an offender’s reintegration. The work will involve the following:

    1. Objectives:

    To assist CSC in meeting its mandate to provide case management services for offenders on conditional release in the area of Fredericton, NB.

    1.2 Tasks:

    The contractor must provide Case Management Services for offenders on Conditional Release, such as Supervision of offenders, Community Assessments, Conditional Release Supervision, Preliminary Assessments, Post-Sentence Community Assessments, Community Strategies and Assessments and Tandem Accompaniment.

    1.3 Expected results:

    The contractor will maintain the supervision standards and content guidelines established for reports established by the CSC. Offenders will be supervised at the frequency of contact established by the CSC and assist in the reintegration of offenders as per the supervision standards. The contractor will assess risk on an ongoing basis and in consultation with CSC and report immediately if the activities of the offender indicate a breach of the conditions of the release, the potential for a breach or if public safety is at risk.

    1.4 Performance standards:

    The contractor will maintain the standards for completion of work as laid out in the supervision standards such as frequency of contact, timeframes for the completion of casework records and BFs for the completion of reports as assigned by the CSC office. The information will be entered into the Offender Management System (OMS) by the contractor. The contractor must have CISD clearance.

    1.5 Deliverables:

    Case Management reports must be submitted to the Technical Authority according to the format and frequency determined in consultation with the Project Authority and according to CSC policies.

    The Contractor must maintain clear, legible and detailed Casework Records which shall include reference to all contacts made with the offender, location of contact (e.g. home, work); time and date of contact; type of contact (e.g. face to face, phone). The Contractor must clearly indicate in Casework Records if the contact is collateral and the name(s) of the collateral contact(s) and their relationship to the offender. 

    All Casework Records prepared by the Contractor must be delivered to CSC within a maximum of seven (7) days following the contact or activity in accordance with policy requirements. If the Contractor has access to OMS, the Contractor must enter Casework Records in OMS in accordance with policy as soon as possible, but no later than seven (7) calendar days.

    At the request of the Technical Authority, the Contractor must prepare and submit a formal written report (which may include the Correctional Plan [CP] - Updated, Assessment for Decision, etc.) to the Technical Authority in the following circumstances:

    1. an increase in the offender’s risk;
    2. a breach of a special condition;
    3. suspension;
    4. transfer of the case;
    5. proposal for change to the conditions of release;
    6. any situation requiring notification to the Parole Board of Canada;
    7. exceptional incidents; and,
    8. termination of supervision (including suspension and warrant expiry).

    The Contractor must complete and forward an evaluation, using a Community Assessment, to the Technical Authority following the completion of an Unescorted Temporary Absence (UTA). 

    The Contractor must complete the following reports at the request of the Project Authority in accordance with applicable legislation and policy:

    1. Preliminary Assessment report;
    2. Community Assessment report;
    3. Post-Sentence Community Assessment report; and
    4. Community Strategy report.

    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 294 Main St, Fredericton, NB E3A 1C9

    b. Travel in the greater Fredericton Area will be required 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. 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 (CISD), Public Works and Government Services Canada (PWGSC).

    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 CISD/PWGSC.

    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 B).

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

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

    (a) Security Requirements Check List and security guide (if applicable), 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:

    Experience:

    • Must have at least 5 years obtained within the last 10 years, working in the field of corrections.
    • Must have at least 5 years obtained within the last 10 years, working with offenders on conditional release.
    1. 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 contractor has the ability and sufficient resources (Staff) to help CSC with the Case Management and Supervision required of the Parole Office that will be under staffed. This is a necessary requirement for CSC to meet its Mandate.

    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: (d) 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

    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 1 year, from January 1st, 2017 to December 31st, 2017 with an option to extend the contract for 2 additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $195,000.00 (HST extra).

    12. Name and address of the pre-identified supplier

    John Howard Society of Fredericton

    294 Main Street, Fredericton, NB, E3A 1C9

    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 December 15, 2016 at 2:00 PM AST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Josee Belliveau

    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

    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
    Fax
    506-851-3305
    Address
    1045 Main Street
    2nd Floor
    Moncton, NB, 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
    New Brunswick
    Region of opportunity
    New Brunswick, Newfoundland and Labrador, Nova Scotia, Prince Edward Island
    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: