SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Community Residential Facility (CRF)-Ontario Region (21470-24-3472578)

Solicitation number 21470-24-3472578

Publication date

Closing date and time 2020/04/08 14:00 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 to provide treatment, accommodation, monitoring and general support to offenders who have been released to the community and approved to reside in such a facility. The work will involve the following:

    1. Objectives:

    Community Residential Facilities are a bridge to the community and exist to promote the successful integration of offenders into the community, while maintaining a level of risk management considered essential for each individual. Community Residential Facilities contribute to the management of that risk by ensuring suitable accommodation, monitoring and intervention while contributing to social and economic support that assists conditionally released federal offenders to become law-abiding citizens.

    1.2 Tasks:

    The contractor must provide these services, but is not limited to the following:

    Residential services for federal offenders on conditional release

    Providing ongoing liaison services with local police forces, offenders, Correctional Service Canada and other community agencies/partners

    Provision of three meals per day which follow the Canada Food Guide

    Provision of security services, including staff are on-site and awake 24 hours per day; periodic check of resident activities and destinations while away from the facility;

    Enhanced Program Services for High Needs Offenders

    Personal Support Worker Services for Mental Health Offenders

    1.  Expected results:

    Assisting conditionally released offenders to safely and successfully reintegrate into the community as law abiding citizens.

    1.  Performance standards:

    Residential services for federal offenders on conditional release

    Providing ongoing liaison services with local police forces, offenders, Correctional Service Canada and other community agencies/partners

    Provision of three meals per day which follow the Canada Food Guide

    Provision of security services, including staff are on-site and awake 24 hours per day; periodic check of resident activities and destinations while away from the facility;

    Enhanced Program Services for High Needs Offenders

    Personal Support Worker Services for Mental Health Offenders

    1.5 Deliverables:

    1.5.1 Residential beds for federal offenders on conditional release in Ontario
    Provision of three meals per day which follow the Canada Food Guide.
    Provision of security services, including the monitoring of resident activities and destinations while away from the facility.
    Provide assistance to residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident’s individual requirements.
    Provide ongoing liaison with local police, community agencies and Correctional Service Canada

    Monthly Utilization Reports indicating total utilized beds by resident's name, FPS number and gender;

    Monthly Living Allowance Report by resident's name, FPS number and gender;

    Incident/occurrence reports, as they occur; including monthly Resident Action Plans

    Annual Audited Financial Statements;

    Other reports, requested by Correctional Service Canada; including monthly Resident Action Plans

    All logs or other documented information on offenders when requested by Correctional Service Canada

    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 in the Ontario region.

    b. Travel

    Travel to federal institution will 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:

    CRF contracts include 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, Public Works and Government Services Canada (PWGSC).
    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 CISD/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.
    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 A;

    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:

    Individuals/Organizations must have the capacity to provide residential services.

    Experience:

    A minimum of 5 years experience in working with adult offenders on conditional release in a residential setting.

    Individuals/Organizations must have relevant knowledge and experience in working with adult offenders in a residential setting.

    Individuals/Organizations must have experience working with adult offenders on conditional release.

    Individuals/Organizations must have an extensive, established network of community resources including agencies, professionals and other services in the facility area which may be accessed in order to meet the needs of the offender.

    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 provision of residential services to federal offenders on conditional release requires significant experience working with offenders and considerable understanding of the criminal justice system, rehabilitation processes, and the policy and procedures of the Correctional Service of Canada. There are some organizations that have that experience, the organizations listed below have provided residential services to offenders on release to the community for a considerable period of time and they contribute immeasurably to public safety by exercising their experience and knowledge about offender risk and the programs and processes in place to ameliorate that risk.

    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:

    Section 6d of the Government Contracts Regulations (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 1 year, from April 10, 2020 to March 31, 2021 with an option to extend the contract for 3 additional 1-year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $3,360,000 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Stonehenge Therapeutic Community

    Address: 60 Westwood Road

    Guelph, Ontario

    N1H 7X3

    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 April 8, 2020 at 2:00 PM EDT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Elizabeth Wheeler, Regional Manager

    Correctional Service Canada, Ontario Region

    P.O Box 1174, 445 Union Street West

    Kingston, Ontario

    K7L 4Y8

    Telephone: 613-536-4585

    Facsimile: 613-536-4571

    Email: elizabeth.wheeler@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
    Wheeler, Elizabeth
    Phone
    613-536-4585
    Email
    Elizabeth.Wheeler@csc-scc.gc.ca
    Address
    445 Union Street West
    Kingston, ON, K7L 4Y8
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    12
    French
    12

    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
    Ontario (except NCR)
    Region of opportunity
    Ontario (except NCR)
    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: