SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Community Outreach

Solicitation number 21807-18-0045

Publication date

Closing date and time 2018/05/16 17:00 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 meets 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 Community Outreach. The work will involve the following:

    1.1 Objectives:

    As part of Community Mental Health services, the Outreach Worker provides support to these offenders under supervision in the Nanaimo Area Parole to assist in their reintegration.

    The Outreach Worker will be required to work with offenders of diverse backgrounds, including male and female offenders, Aboriginal offenders, and offenders of other various ethno-cultural groups. 

    1.2 Tasks:

    The estimated level of effort under this contract is approximately 37.5 hours per week.

    The Contractor to provide Offender Outreach;

    Travel to various sites with the Nanaimo Parole Area to acquire knowledge of offender’s case, visit with offenders under supervision and assist in their release, and assists in monitoring offenders adherence.

    The Contractor to provide Community Referral Outreach;

    Recruit referrals through institutional visits. Secure contracts with community resources, and establish network of community resources for each participant.

    The Contractor to provide Case Management Team Support

    Meet with Department Case Management Team regularly and develop an individual intervention plan.

    1.3 Expected results:

    37.5 hours of service per week in the delivery of mental outreach services as described in the task.

    1.4 Performance standards:

    The Contractor is expected to consult with the Project authority and the Parole Office to receive client information.

    1.5 Deliverables:

    The estimated level of effort under this contract is approximately 37.5 hours per week of Mental Health Outreach.

    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:

    1. a. The Contractor must perform the work at

      Nanaimo Community Corrections office.

      Address:

      200 - 256 Wallace Street
      Nanaimo, BC V9R 5B3

      b. Travel

      i.  Travel to the following locations will be required for performance of the work under this contract: Travel to various sites within the Nanaimo Parole Area to visit with offenders under supervision.

    •  since this contract is for outreach services, work will be performed at various locations within the Nanaimo Parole Area to visit with offenders under supervision.

      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:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  

    PWGSC FILE # 21807-18-0045

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), 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. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

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

    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:

    Experience:

    Have knowledge and experience in working with individuals with mental disorders/mental health issues and the resulting complex issues and barriers they encounter.

    Academic qualifications:

    Possess a university degree or college diploma in mental health services (social work, nursing, occupational therapy, etc.).

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    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

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
    There are a limited number of resources that are ready and available to provide the outreach worker services described in this ACAN to respond to CSC’s offender Mental Health Strategy.

    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

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

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

    The proposed contract is for a period of two years, from May 20, 2018 to May 31, 2020.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, is $ 177,045.30 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Nanaimo Region John Howard Society

    Address: 200 – 1585 Bowen Road

    Nanaimo, BC

    V9S 1G4

    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. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is May 16, 2018 at 14:00 Hrs PDST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Ella Tromp

    Address: PO Box 4500, Unit #100

    33991 Gladys Avenue

    Abbotsford, BC V2S 2E8

    Telephone: 604-870-2521

    Facsimile: 604-870-2444

    E-mail: ella.tromp@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
    Tromp, Ella
    Phone
    604-870-2521
    Email
    ella.tromp@csc-scc.gc.ca
    Address
    100-33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    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: