SAP Ariba system maintenance

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

  • Friday, June 28 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 29 from12:00 am until 4:00 am (Eastern Time) 

Treatment Centre

Solicitation number 21280-17-2370338

Publication date

Closing date and time 2017/04/13 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 to assist offenders to reintegrate into the community as law-abiding citizens. Treatment Centres provide treatment, programming, accommodation, monitoring and general support and assistance which supports the successful reintegration of offenders into the community.  The work will involve the following:

    1.1 Objectives:

    To promote the successful reintegration of offenders into the community by addressing a specific need, that individual offenders may have, in a residential treatment environment. 

    1.2 Tasks:

    • The Treatment Centre must provide a treatment program and twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the Contractor.
    • Treatment Centre staff, as members of the offender’s Case Management Team for the duration of an offender’s residency and program participation, must develop a Treatment Plan with the participation of the offender and the supervising Parole Officer. It must be completed within thirty (30) days of the offender’s arrival at the facility. 
    • The Treatment Centre must provide, orally and in writing, information regarding the house rules to each resident at admission and ensure that the resident understands and agrees to abide by the house rules of the Treatment Centre. A form signed by the resident acknowledging the house rules must be retained on file. A signed copy must be provided to the resident. 
    • The Treatment Centre must provide three (3) meals a day to residents. Such meals are to meet health and nutritional requirements in accordance with Canada’s Food Guide and CSC’s Legislative and Policy Framework. 
    • The Treatment Centre must follow the provisions of CD 566-12. At the time of admission, the Treatment Centre must ensure that residents are informed orally and in writing of procedures regarding personal property. The Treatment Centre must forward the personal effects list for each offender to CSC within thirty (30) days of the offender leaving the facility.
    • The Treatment Centre must store all prescription medication in a secure, locked area of the facility. 
    • The Treatment Centre must forward the medication access log for each offender to CSC within thirty (30) days of the offender leaving the facility.
    • The Treatment Centre must ensure staff are on-site and awake 24 hours per day.
    • The Treatment Centre must conduct a resident count immediately after curfew and/or the activation of the alarm system. Treatment Centre staff must also periodically verify that the residents in the facility are accounted for during the day and evening. The Treatment Centre must contact the local CSC office or National Monitoring Centre when a resident is discovered to be missing from the facility and no satisfactory explanation is known. 

    1.3 Expected results:

    Treatment Centres promote the successful reintegration of offenders into the community by addressing a specific need that individual offenders may have, in a residential treatment environment. Treatment Centres contribute to the management of risk by ensuring that suitable accommodation, treatment programs, support systems, and monitoring are in place to assist conditionally released individuals become law-abiding citizens.

    1.4 Performance standards:

    • The Treatment Centre must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The Treatment Centre premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.
    • The Treatment Centre must have written plans for dealing with fire, medical emergencies (including pandemic situations) and natural disasters, and the Treatment Centre staff must be trained accordingly. The Treatment Centre must provide a copy of these plans to the Project Authority. 
    • The Treatment Centre must ensure that there is a First Aid Kit available to each shift with an inventory of medical contents approved by the St. John’s Ambulance, the Canadian Red Cross or equivalent, and that the contents are inspected monthly.
    • The Treatment Centre must ensure that on each shift there is a staff member with a valid St. John’s Ambulance Certification (or other equivalent in first aid) in addition to valid CPR certification.
    • The Treatment Centre must ensure that residents have access to a telephone and that emergency numbers are posted next to all telephones in the Treatment Centre.

    1.5 Deliverables:

    1.5.1 The Treatment Centre must provide CSC with the following reports:

    1. Monthly Utilization Reports or equivalent, indicating total utilized beds by offender’s name, FPS number and gender;
    2. Incident/occurrence reports, as they occur;
    3. Annual Financial Statements; and
    4. Other logs or reports, as requested by CSC.

    1.5.2 The Treatment Centre must record and incorporate pertinent information on individual residents into the resident case file.

    1.5.3 The Treatment Centre must maintain formal records for documenting the following:

    1. Activities;
    2. Incidents;
    3. Resident movement; and,
    4. Resident behaviour.

    1.5.4 The Treatment Centre must have a written statement of mission which must include but not be limited to:

    1. Objectives;
    2. Programs;
    3. Services; and,
    4. Population to be served.

    1.5.5 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:

    1. The Contractor must perform the work at:

     - 65 Roy Boates, Summerside, Prince Edward Island, C1N 2A9

     - 2814 Route 215, Mount Hebert, Prince Edward Island, C1A 7J8

     - 571 South Drive, Summerside, Prince Edward Island, C0B 1M0

    1. Travel to the following locations may be required for performance of the work under this contract:

    - Provincial Correctional Centre, 508 Sleepy Hollow Road, Miltonvale Park, PE C1E 0Z3

    - Prince Correctional Centre, 108 Central Street, Summerside, PE C1N 3L4

    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, 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 sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.

    3. Processing of PROTECTED materiel electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.

    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 possess a minimum of five years experience within the last ten years working with adult offenders on conditional release in a residential setting.
    • Must possess a minimum of five years experience within the last ten years working with adult offenders with addictions and/or mental health disadvantages.

    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

    Health PEI has successfully demonstrated their ability and expertise in helping with the offender’s safe rehabilitation and reintegration into the community. The supplier meets all legislated requirements of a treatment centre.

    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: 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 three (3) years, from June 1st, 2017 to May 31st, 2020.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $377,283.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Health PEI

    Address: PO Box 2000, Charlottetown, PEI, C1A 7N8

    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 13th, 2017 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

    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
    Email
    josee.belliveau@csc-scc.gc.ca
    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
    Prince Edward Island
    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: