SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Integrated Correctional Program Model (ICPM) professional services

Solicitation number 21301-21-3493706

Publication date

Closing date and time 2020/07/24 14:00 EDT

Last amendment date


    Description

    Integrated Correctional Program Model (ICPM) professional services 21301-21-3493706

    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:

    Contractor that specializes in group and individual intervention with the capacity to provide intervention services to federal offenders within the collectivity presenting various needs.

    The Contractor must intervene with offenders presenting the following problematics: sexual delinquency, substance abuse, general or domestic violence, or structured criminal behaviour.

    The Contractor must demonstrate expertise in the capacity to proceed with risk assessment of offenders to provide a structured intervention program to a clientele with a criminal file, in a group or on individual setting.

    The work will involve the following:

    1.1 Objectives:  In April 2014, CSC implemented an entirely new correctional program model in Quebec. The Integrated Correctional Program Model (ICPM) is considered the new generation of correctional programs. Through this program model, the specific needs and risks of offenders are targeted on an ongoing basis, but the program's multi-target streams also target offender needs and risks in a more general manner under the same program. Since the majority of federally sentenced offenders have needs in more than one domain, the integrated, multi-target nature of ICPM programs gives offenders a deeper understanding of the link between their multiple, personal risk factors and how to apply the same skills to successfully manage these risks.

    The sixth organizational priority of the CSC is to maintain productive relationships with various partners involved in public safety. Hence, CSC provides an opportunity for contractors to offer their services to deliver this new program to federal offenders.

    1.2 Tasks:  The Contractor must provide one or several of the following national correctional programs: the Community Program (for offenders who have never participated in a program in an institution) and the Community Maintenance Program of the Multi-target Integrated Correctional Program Model (ICPM), for sex offenders, for Aboriginals and for Inuit.

    1.3 Expected results:  CSC will provide to the Contractor or its employees the training required to offer the requested programs. The teaching material will be distributed to the Contractor prior the training. The Community Program and the Multi-target Community Maintenance Program training lasts two (2) consecutive weeks. To this must be added another week of training for the sex offender’s component, that is non-consecutive to the training for the Community programme and the Multi Target Community maintenance programme. Finally, a three (3) days training is devoted to the actuarial tools used with sex offenders. This last training period could be consecutive to the one-week sex offender’s component training. According to the needs, the Contractor will complete the following specific trainings:

    • The one (1) week Multi-target Community Maintenance Program (ICPM) for Aboriginals training
    • The two (2) consecutive weeks of the Programme for Inuit training

    Other correctional programmes can be implemented during the period covered by the standing offer. The Contractor could therefore be required to participate to the additional training sessions related to these new programmes.

    The contractor must commit to participate to these training sessions at the first opportunity that will be offered. 

    The contractor or its employee that already completed trainings will not have to redo those already followed.

    Following the training, participants must complete a certification process. This process includes, among other things, filming delivery of some of the program sessions.

    1.4 Performance standards:  The programs apply to ongoing admissions. The Contractor must not interrupt services for a period exceeding four (4) weeks. Hence, the Contractor will assign a replacement who meets the mandatory criteria set out in Appendix D.

    The contractor must be able to provide evening and/or daytime programs, according to CSC specifications. The work schedule of the Contractor must facilitate offender’s participation. The programs must be offered between 8:00 a.m. and 9:00 p.m., Monday to Thursday, and between 8:00 a.m. and 4:00 p.m. on Friday.

    1.5 Deliverables:

    1.5.1 The Contractor will provide CSC with abbreviated reports, end-of-cycle reports or final reports required according to the National Correctional Programmes Standards (Guidelines 726-1) (annexed)

    The Contractor must submit the program reports to CSC in the offender's preferred official language (English or French).

    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. The Contractor must perform the work in Lac St-Jean (including Alma, Roberval, Dolbeau) region.

    b. Travel :

    Exception of training which may take place in the premises of the CSC, no travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The Contractor must perform all work in the offender's official language (English or French), including the written reports.

    1.6.3 Security Requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE No. 21301-21-3493706

    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 Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, 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 the CSP, 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:

    Experience: The proposed resource must possess significant experience in interviewing, motivating and/or counselling people during individual or group sessions in order to change human behavior. Note: ** Significant experience refers to one (1) year of experience acquired during an internship or job generally associated with performing one or more of these activities.

    Professional designation, accreditation and/or certification : The proposed resource (s) must be a member of a professional order related to the mental health field in accordance with Bill 21 OR hold a permit to practice psychotherapy OR have taken steps to obtain such a permit.

    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 limited number of contractors available an interest to provide correctional programs service either The Integrated Correctional Program Model (ICPM) to meet the reintegration needs of CSC offenders in the collectivity.

    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

    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 eight (8) months, from the awarded to 2021 March 31st 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 $ 112 050.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: CRC Roberval

    Address: 96 Gagné Avenue, Roberval, QC, G8H 1E5

    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 July 24th 2020 at 2:00 PM EDT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Isabelle Gravel

    Regional Procurement Officer

    Regional Services Center – Material Management

    Correctional Service of Canada

    250, Montee St-François

    Laval (Quebec) H7C 1H5

    Telephone number: 450-661-9550 poste 3300

    Facsimile number : 450-664-6626

    E-mail: Isabelle.Gravel@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
    Gravel, Isabelle
    Phone
    450-661-9550
    Email
    isabelle.gravel@csc-scc.gc.ca
    Address
    250 Montée St-François
    Laval, QC, H7C 1S5
    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
    Quebec (except NCR)
    Region of opportunity
    Quebec (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: