Food Premises Sanitation Inspection Services

Solicitation number 50100-20-3259407

Publication date

Closing date and time 2020/01/22 15:00 EST

Last amendment date


    Description

    Food Services Sanitation Inspection Services

    This requirement is for: The Correctional Service of Canada, Prairie Region

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Aboriginal Business:

    This procurement is not subject to any set-asides for Aboriginal Suppliers.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement:

    The Correctional Service Canada has a requirement to obtain food service sanitation and inspection services for its correctional institutions in the Prairie Region.

    Objectives:

    In accordance with the Corrections and Conditional Release Act and Commissioner’s Directive 880, the Correctional Service of Canada requires each Institution to ensure that the health needs of inmates are identified and that services and programs are developed and maintained to meet those needs. Food Premises Sanitation Inspection services are necessary to ensure the health and well being of the inmates.

    Deliverables:

    The contractor must provide inspection services, on a required basis, utilizing the Correctional Service Canada policies and guidelines with respect to food services:

    1. CD 880-1 Food Services Program

    2. CD 880-2 Nutrition Management Program

    3. CD 880-3 Religious Diets

    4. CD 880-4 Diets of Conscience

    This will includes but is not limited to the following:

    A. Conduct Food Premises Sanitation Inspection services for Food Services Facilities (receiving and storage areas, food handling, preparation and service, dining areas, dishwashing, waste disposal and kitchen staff washrooms and changing rooms) at a frequency of no less than once per fiscal year, using the CSC Food Premises Sanitation Inspection Report and Inspection Summary provided in Schedule III of the attached Request for Proposal.

    In the event a site fails an inspection and is non-compliant, a follow up inspection will be performed at a later date, with an additional expense to the site.

    Provide more than one inspection per year at the request of the Institution or Project Authority. 

    Please note the Food Premise Sanitation Inspection Report indicated in Schedule III may change to reflect the specific requirements of a Production Kitchen. A modified Report must be submitted to the Regional Food Services Manager and the Assistant Warden of Management Services (AWMS) by the Inspector if required.

    B. Work with AWMS at each site to establish a mutual agreement regarding the annual kitchen inspection schedule. The contractor must coordinate the annual schedule in clustered groups of sites that are in close proximity to allow cost savings in regards to travel time and expenses.

    The following is an example of what an annual kitchen inspection schedule may look like:

    April 14 – 8:00 AM RPC

    April 14 – 2:00 PM WCHL

    April 15 – 8:00 AM SK Pen

    April 15 – 11:00 AM SK Pen Minimum

    May 5 – 8:00 AM Grande Cache

    May 6 – 8:00 AM Edmonton Institution

    May 6 – 11:00 AM EIFW

    May 6 – 2:00 PM Grierson Institution

    May 6 – 3:00 PM Stan Daniels

    May 7 – 10:00 AM PêSâkâstêw

    May 8 – 8:00 AM Bowden

    May 8 – 10:00 AM Bowden Annex

    May 8 – 2:00 PM- Bowden production Center

    May 9 – 10:00 AM Drumheller

    May 10 – 11:00 AM OOHL

    June 20 – 9:00 AM Stony Mountain

    June 20 – 12:00 PM Stony Mountain Minimum

    Develop the Schedule within 30 days of contract award and within 30 days of each anniversary date and share with the Regional Project Authority. Following the provision of the set schedule, complete initial inspections within 150 days. The contractor must complete subsequent annual inspections on or around anniversary dates, unless otherwise requested by the Regional Project Authority.

    C. Identify public health hazards, and report deficiencies that are not compliant with Correctional Service Canada policies and guidelines with respect to food services

    D. Inspect Food Services facilities as defined in Schedule II: Central Kitchen, Common Kitch(Small Group Meal Preparation), and Receipt and Sale areas.

    E. Conduct inspection debriefing with the Chief of Food Services immediately after the inspection.

    F. Present and deliver the completed Food Premises Sanitation Inspection Report outlining the results of the inspection and the recommended required corrective action within ten (10) working days after completion of inspection to the following:

    • AWMS (Assistant Warden Management Services) at the institution,

    • Project Authority - Regional Food Services Manager.

    G. Provide Consultation and advice regarding food safety as requested, up to 10 hours per year.

    Work will be performed during CSC regular business hours Monday to Friday, between 8:00 am and 4:00 PM.

    Term of the Contract:

    Period of the Contract: the Work is to be performed during the period of April 1, 2020 to March 31, 2025.

    File Number: 50100-20-3259407

    Contracting Authority: Janet Nelson

    Telephone number: 306-659-9252

    E-mail: 501contracts@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nelson, Janet
    Phone
    306-659-9252
    Email
    janet.nelson@csc-scc.gc.ca
    Address
    3427 Faithfull Ave
    Saskatoon, SK, S7K 8H6
    CA

    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.

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.