Community Maintenance Programs

Solicitation number 21280-19-3149364

Publication date

Closing date and time 2019/03/28 13:00 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 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 for the delivery of programs to offenders. These programs play an essential role in the successful reintegration of offenders as productive law-abiding citizens. Candidates who meet the selection criteria shall be referred to the Contractor by the Correctional Service of Canada (CSC). The work will involve the following:

    1.1 Objectives:

    ICPM - Community Maintenance Programs (Multi-target and Sex Offender) are integrated self-management programs for moderate or high risk offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre of Correctional Programs (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations, obstacles, and high-risk situations to reduce risk to re-offend, including a focus on sexual deviancy for the sex offender stream.

    1.2 Tasks:

    The contractor/facilitator shall:

    1.Provide delivery of the requested number of ICPM sessions (whether CMP MT or CMP SO) to offenders referred by CSC, depending upon the need and according to national directives, policy and guidelines; 

    2.Delivery of the program will be every 2 weeks per location, alternating delivery location every week between Summerside and Charlottetown. (Program delivery in Summerside one week, and Charlottetown the following week, and so on and so forth.)

    3.Obtain necessary program materials and prepare lesson plans;

    4.For all individuals who meet the criteria for ICPM Maintenance (MT or SO) - the facilitator(s) shall:

    • conduct file review,
    • complete pre-program semi-structured interview, 
    • complete Pre/Post program testing (i.e. GPPM) and assessment interviews as required;
    • ensure understanding and signing (or refusal to sign) of program consent form prior to program commencement while documenting such in a casework record in OMS. The consent to participate is placed on Case Management File;
    • ensure to set up meeting for those participants who failed to attend a session and cover content missed. This should not be counted as an extra session and must be inclusive in the session rate,
    • prepare participant progress reports following ICPM template report for entry into OMS, at the completion of the required number of sessions. Offenders will participate in a 12 session cycle unless determined otherwise by CSC.
    • 5. Complete program interim and/or final reports within (8) working days from the last day of the Offender's attendance and input data into the CSC Offender Management System (OMS) Note: when OMS is not available, please refer to section "Transmission of Casework Records and Program Reports on Computer Media";
    • 6. Consult or provide feedback, as required, with each participant’s parole officer with reference to the conduct, attendance, the clients' response to individuals in group and individual treatment;
    • 7. As per most recent Commissioner's Directive 726 - Correctional Programs, the facilitator will complete a casework record in OMS (unless at a site where there is no connectivity) within one working day:
    • when there is an offender contact which is not a requirement of the program,
    • an individual interview is completed with the offender,
    • a make-up session has been completed,
    • there is sharing of information regarding offender participation in the program, and
    • if there is significant information for the Case Management Team.
    • 8. Immediately, or within a 24 hour period, provide a verbal (phone call) and written report (casework record in the Offender Management System) of non-scheduled absences from group or individual sessions to the subject's parole officer;
    • 9. Consult with the offender’s parole officer and the Program Manager prior to removing a participant from the program;
    • 10. Maintain a program attendance sheet indicating the names of participants of each program (which must be forwarded with monthly invoice to Project Authority);
    • 11. The facilitator is expected to enter a casework record per session for each regular attending participant. This record of attendance should be entered within the 30th day of the month in the Offender Management System (OMS); the attendance log will be forwarded along with the monthly invoice to the Project Authority and the verification of casework record entries are verified;
    • 12. Provide classroom space (unless otherwise pre-arrange by CSC), program equipment and supplies, and all administrative services associated with the project;
    • 13. Participate in CSC-funded program delivery training as required and available;
    • 14. Participate in the Correctional Intervention Board (CIB) to provide consultation in regards to CSC Core Program entry criteria and opinion on specific case direction and program involvement as required.
    • 15. Each session follows the same process (see below) and is approximately two hours in duration (and may include a break of up to 15 minutes):
    • Roundtable and introductions (30 minutes)
    • Grab Bag (optional)
    • Structured segment, each focusing on a specific theme and skills set (50 - 60 minutes)
    • Update Self-Management Plan (10 minutes)
    • Wrap-up (5 - 10 minutes)
    • 16. Programs are to be delivered in the evenings, but could be delivered during the day as well based on client availability and client need.
    • 17. The Contractor will provide the delivery of 2-hour group sessions for up to ten (10) participants. In addition, one-on-one interventions will be provided for participants who were absent during group sessions in order to cover content missed.
    • 18. The Contractor must advise CSC in writing when changes occur within the delivery of the program, such as schedule change and facilitator availability.
    • 19. Training to deliver CMP-MT consists of a 10 day initial training; training to deliver CMP-SO consists of a 10 day initial training, an extra 5 days of training and a 3 day Risk Assessment training. All training is provided by CSC.
    • 1.3 Expected results:
    • ICPM - Community Maintenance Programs (Multi-target and Sex Offender) are integrated self-management programs for moderate or high risk offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre of Correctional Programs (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations, obstacles, and high-risk situations to reduce risk to re-offend, including a focus on sexual deviancy for the sex offender stream.

    1.4 Deliverables:

    1.4.1

    • Casework Records are to be completed on each case for one on one and make up sessions following the delivery of each session, within one working day. All other related entries (i.e. progress related to session topic) are to be forwarded no later than the 30th day of each month.
    • Final / Interim Program Reports Shall be entered into OMS eight (8) working days following a 12-session cycle since program assignment. Once report is completed, an email is to be forwarded to clerical staff for entry into the OMS and to the Program Manager for Quality Review once it has been entered in the Offender Management System. When OMS Connectivity is available to the contractor, with Secure E-Mail, the Program Reports and Casework Records shall be processed as follows: the Contractor shall enter the report and casework record and advise the administrative assistant to programs department and the Program Manager that the report has been entered and is ready to be reviewed; the contractor will also relay the assignment status of the offender as it relates to the reason for the final report.
    • GPPM and PPM related data shall be entered for each offender as per program material/policy.

    1.4.2 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).

    1.5 Constraints:

    1.5.1 Location of work:

    1. The Contractor must perform the work at the Charlottetown Parole Board Office

      97 Queen Street

      Charlottetown PE C1A 4A9

    and in the community within Summerside and Charlottetown.

    b. Travel

    No travel is anticipated for performance of the work under this contract.

    1.5.2 Language of Work:

    The contractor must perform all work in English.

    1.5.3 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), 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.

    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:

    Demonstrate that their firm/organization have at least one (1) year of experience within the last five (5) years in project(s) involving counselling and/or intervention services with at-risk clients in an organization that delivers services to persons who have been referred to them by a professional or federal or provincial department.

    Demonstrate that the proposed facilitator(s) have at least one (1) year of experience within the last five (5) years in assessing human behavior.

    Demonstrate that the proposed facilitator(s) have at least one (1) year of experience within the last five (5) years in intervening with individuals and/or providing individual or group interventions aimed at changing human behaviour with various clientele, such as individuals who had: mental illness, been involved in the criminal justice system, been homeless, financial or personal problems which interfered or prevented them from functioning at work.

    Demonstrate that the proposed Facilitator(s) is a graduate from a recognized university in a field that focuses on understanding and assessing human behaviour (such as a BA in the area of Psychology, Sociology, Social Work, Criminology or Education);

    - OR –

    Demonstrate that the proposed Facilitator(s) is a graduate from a recognized university and an additional combination of post-secondary studies in a field that focuses on understanding and assessing human behavior.

    Include complete résumés for each proposed facilitator(s)

    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.

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

    The proposed contract is for a period of one (1) year, from April 1st, 2019 to March 31st, 2020 with an option to extend the contract for three (3) additional one (1) -year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 202,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: John Howard Society of PEI

    Address: 163 Queen Street, PO Box 1211

    Charlottetown PE C1A 7M8

    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 March 28th, 2019 at 2:00pm ADT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Blanchet

    1045 Main Street, 2nd Floor

    Moncton NB E1C 1H1

    Telephone: 506-851-7690

    Facsimile: 506-851-6327

    E-mail: Danielle.blanchet@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
    Blanchet, Danielle
    Phone
    506-851-7690
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Fax
    506-851-6327
    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

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    This document was removed on 2022/02/18.
    This document was removed on 2022/02/18.

    Access the Getting started page for details on how to bid, and more.

    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, Nova Scotia, Prince Edward Island
    Procurement method
    Competitive - Limited Tendering

    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: