CBRF - Treatment Centre

Solicitation number 21883-18-0046

Publication date

Closing date and time 2018/02/19 16:00 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), as part of the criminal justice system and respecting the rule of law, contributes to public safety by actively encouraging and assisting offenders to become law-abiding citizens, while exercising reasonable, safe, secure and humane control.

    This includes:

    • management of offenders during their transition from the institution to the community, and while on supervision; and,
    • ensuring the safety and security of members of the public, victims, staff and offenders in the community.

    While decisions on the conditional release of offenders fall under the responsibility of the Parole Board of Canada, CSC is responsible for supervising offenders under federal jurisdiction on conditional release in the community until the end of their sentences and offenders subject to Long-Term Supervision Orders

    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.

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

    The statement of work for Treatment Centres includes, but is not limited to, the following.

    1. Objectives:

    Provide treatment, programming, accommodation, monitoring, general support and assistance 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.

    1.2 Tasks:

    The treatment centre must provide a treatment program and twenty-four (24) hour residential services to offenders. These services include, but are not limited to, the following:

    1. Providing residential services to offenders who are referred to it by CSC and accepted by the treatment centre;
    1. Develop a treatment plan with the participation of the offender and the supervising parole officer
    1. monitor and support resident activities against the Treatment Plan
    1. 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;
    1. In the absence of an offender’s vital signs, a Treatment Centre staff trained in CPR must perform artificial respiration and/or CPR, pursuant to their instruction and certification, and continue to administer such care in accordance with their instruction/certification until medical attendants arrive;
    1. contacting 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. In the event of a curfew violation, or failure to report as scheduled upon release, the Hostel must take immediate actions to locate the offender. The Treatment Centre must report to CSC if the offender cannot be located within a maximum delay of ten (10) minutes;
    1. Ensuring 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;
    1. Providing Monthly Utilization Reports, Incident/occurrence reports as they occur, other logs or reports as requested by CSC;
    1. Providing three (3) meals a day, meals must meet health and nutritional requirements in accordance with Canada’s Food Guide and CSC’s Legislative and Policy Framework. 
    1. If applicable, and where required, the Treatment Centre must ensure that the accommodation is suitable and safe for children residing in the Treatment Centre with their legal guardian in accordance with CSC policies

    1.3 Expected results:

    Assisting conditionally released offenders to safely and successfully reintegrate into the community as law abiding citizens while in a residential treatment environment.

    1.4 Performance standards:

    The Treatment Centre and its officers, servants and subcontractors must comply with all applicable legislation and CSC's Commissioner's Directives (CDs), the Standard Operating Practice on Official Languages, and other 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 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 staff members, volunteers and students have the qualifications required and receive proper training and orientation prior to assuming responsibility for their duties. The Treatment Centre must also provide ongoing training to staff/volunteers/students essential for their assigned duties and responsibilities. The Treatment Centre must ensure that staff/volunteers/students have reached the age of majority in the province of operation.

    If applicable and where required, the Hostel will provide a strategy to accommodate diverse cultures and spiritualities, including, but not limited to, Aboriginal culture and spirituality.

    1. Deliverables:

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

    1. additional reporting requirements determined by the supervising Parole Officer;
    2. services provided to the resident by the Treatment Centre and its collaborating agencies or resources, as identified by the Treatment Centre;
    3. names, addresses and phone numbers of persons to contact in case of an emergency, as identified by the offender to the Treatment Centre;
    4. signed acknowledgement of Treatment Centre House Rules;
    5. any CSC Assessment for Decision reports, relevant to current release, submitted to the National Parole Board (NPB) / Parole Board of Canada (PBC);
    6. Treatment Centre Treatment Plan;
    7. Treatment Centre progress reports, if available ;
    8. CSC psychological reports;
    9. case file recordings, including pertinent information from the duty log;
    10. documents outlining reasons for non-voluntary termination (where applicable); and,
    11. other documentation considered relevant to the provision of services, as determined by the Treatment Centre or CSC.

    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 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 22269 Callaghan Avenue, Maple Ridge, BC V2X 2E2

    b. Travel

    ii. Travel may 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, Public Works and Government Services Canada.

    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).

    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 PROTECTED 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. Criteria for assessing the statement of capabilities (minimum essential requirements):

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    A. 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;

    B. 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 residential treatment to offenders in a residential setting.

    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

    There is a restricted number of qualified service providers in the areas specified under 1.6.1 Location of work who are willing and available to provide residential services to offenders on conditional release in order to meet CSC's offender accommodation needs in the community.

    This supplier is the only Canadian organization that can perform the scope of work, given their history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This supplier is uniquely positioned to provide these services given their specific mandate to provide accommodation, monitoring, general support and assistance 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.

    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 April 1, 2018 to March 31, 2019 with an option to extend the contract for 4 additional 1 -year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $1,218,515.00 (GST/HST extra).

    12.Name and address of the pre-identified supplier

    Name: Fraser Health Authority – Maple Ridge Treatment Centre

    Address: 22269 Callaghan Avenue, Maple Ridge, BC V2X 2E2

    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 19, 2018 at 2:00 PM PST

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Katie Simpson – District Officer, Contracting and Materiel Services

    33344 King Road, PO Box 3333

    Abbotsford, BC V2S 5X7

    Telephone: 604-870-2401

    Facsimile: 604-870-2402

    E-mail: katie.simpson@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
    Simpson, Katharine
    Phone
    604-870-2401
    Email
    katie.simpson@csc-scc.gc.ca
    Address
    33344 King Road, PO Box 3333
    Abbotsford, BC, V2S 5X7
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: