SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Community Urine Collector Service

Solicitation number 21301-21-3479794B

Publication date

Closing date and time 2021/01/22 14:00 EST

Last amendment date


    Description

    21301-21-3479794B / Community Urine Collector Service

    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 the requirement:

    The Correctional Service Canada has a requirement to offer a Community Urine Collector Service.

    The work will involve the following:

    1.1 Objectives:

    The Contractor shall provide the services of urine collectors who are of the same sex as the person who has to provide the urine sample, 24 hours a day, 365 days a year.

    1.2 Tasks:

    The Contractor shall provide the services of urine collectors to meet the needs of Estrie area as follow:

    • Obtain a copy of the Notification to Provide a Urine Sample – Community (CSC/SCC 1064‑01) authorized by the coordinator and/or the unit manager;

    • Make sure to obtain sterile collection equipment (supplied by CSC);

    • Search in the collection area;

    • Positively identify the offender;

    • Have outer garments removed for the sampling process;

    • Always wear protective gloves when frisk-searching the offender;

    • Make sure the offender washes his or her hands;

    • Complete the Urinalysis Testing Chain of Custody form (CSC/SCC 1065);

    • Make note of any refusal to provide a urine sample;

    • Attempt to reach an informal arrangement with the offender in the event of a refusal;

    • Make sure that it is actually the offender's urine by maintaining eye contact with the offender during the sampling process;

    • Make sure that the container is at least half full (30 ml required for drugs, 4 ml for alcohol);

    • Make sure the container is properly sealed;

    • Check the temperature within 4 minutes;

    • Enter the temperature on the Urinalysis Testing Chain of Custody form;

    • Make sure that the seal is initialled by the collector and the inmate/offender;

    • Place the container and associated documents in the bag provided;

    • Place the bag in the specially identified box;

    • Place the box intended for the laboratory in a refrigerator until it can be shipped to its destination (the package must be delivered to the laboratory within six days);

    • Inform the UP Coordinator or designate of any irregularities or disruptive behaviour of the offender.

    1.3 Expected results:

    Urine sample collection is for men and women.

    Sample collection must be performed only by an employee who is of the same sex as the parolee, is duly authorized by the Contractor, has received the necessary training from the Contractor and holds a valid reliability status, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    For offenders seeking to be accommodated on the basis of gender identity or expression, sample collection must be performed by an employee who is of the same sex as the parolee, is duly authorized by the Contractor, has received the necessary training and holds a valid reliability status, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    The Contractor shall ship the urine samples to the designated laboratory as prescribed and forward a copy of the Urinalysis Testing Chain of Custody form (CSC/SCC 1065), or any other form required in the event of changes in the Commissioner's directives, to the manager of the operational unit that made the referral, at the earliest possible opportunity.

    The collector shall testify on an as and when required basis regarding the collection of samples.

    1.4 Performance standards:

    In accordance with Commissioner's Directive 566-11 - Urinalysis Testing in the Community, the Contractor will provide services for collecting urine samples from offenders on parole as and when required.

    The Contractor shall follow applicable CSC policies:

    https://www.csc-scc.gc.ca/lois-et-reglements/index-en.shtml

    The Contractor shall maintain records in accordance with Government of Canada policies and directives on Directive on Service and Digital, as well as CSC guides and directives, which can be found on the CSC website at the following link:

    https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32601

    1.5 Deliverables:

     1.5.1 The Contractor shall perform the collection of urine samples as instructed by the UP Coordinator or designate, following established procedures.

     When the Contractor or a member of the proposed staff is absent, the Contractor must employ a replacement or provide another member of its staff to ensure continuity of services in the event the Contractor or a member of its staff cannot provide the services due to, among other things, vacation or illness. The replacement must be approved by the project manager and be in operation prior to the absence of the Contractor or the member of its personnel. All alternates must have the qualifications and experience required to meet the Contractor's selection criteria and must be approved by CSC. The replacement must also have a valid security clearance in accordance with the security requirements of the contract.

    Replacement expenses are the exclusive responsibility of the Contractor.

    The Contractor is responsible for training replacements or any other member of the proposed staff and for supplying materials provided by the government. The contractor must contact the UP Coordinator or designate, to obtain all equipment necessary to perform the collection of urine samples.

    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 offices of Correctional Service of Canada, and at the homes of offenders, Quebec Region, Montreal Metropolitan District, Estrie area.

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract:

    ESTRIE AREA

    Includes the area of the Estrie Area Office. For reference purposes and without restriction, the area is located to the east of the Quebec region, commonly named the Eastern Townships. From the south side and south-east, it is delimited by the American border that stretches from the municipality of Highwater to Lake Mégantic. Staring from Highwater, the area extends north along the following municipalities: Mansonville, Peabody, Travor Road, Potton Springs, South Bolton, Bolton Centre, Austin, Bolton Forest, Eastray, Eastman, Bonsecours, St-Anne-de-Larochelle, Lawrenceville, Valcourt, Maricourt, Richmond, Danville, Asbestos, Trois Lacs, St-Adrien de Ham, Ham-Sud, Ham‑Nord, Notre-Dame-de-Ham, Saint-Fortuna, St-Julien et St-Joseph-de-Coleraine. It continues south-east to the American border running alongside Lac-Mégantic and Woburn, the area is delimited by the municipalities of St-Jacques-le-Majeur, Disraeli, Ste-Praxède, Lambton, Courcelles, St-Ludger, Audet.

    1.6.2 Language of Work:

    The contractor must perform all work in English or in French, in the official language requested by the offender.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE No. 21301-21-3479794

    1. The Contractor/Offeror must, at all times during the performance of the Contract, 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 sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. Processing of PROTECTED materiel electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.

    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).

    Offeror’s Site or Premises Requiring Safeguarding Measures / IT Authorization for Storage or Processing

    Where safeguarding measures are required in the performance of the Work, the Offeror must diligently maintain up-to-date the information related to the sites or premises.

    The Company Security Officer (CSO) must ensure through the Contract Security Program (CSP) that the Offeror and individual(s) hold a valid security clearance at the required level.

    2. Criteria for assessment of 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:

    Academic qualifications:

    Must have at least a third year secondary diploma (recognized by the MEQ) or equivalent. 

    For a supplier who doesn’t have a third year secondary diploma (recognized by the MEQ) or equivalent, CSC will consider the years of experience in urine sample collection as equivalent as follows:

    The supplier must have a minimum of six (6) years of experience in urine sample collection (every two (2) years of experience in urine sample collection is equivalent to one (1) year of secondary education.) 

    The experience must have been acquired during the last eight (8) years prior to the closing date of this ACAN.

    Professional designation, accreditation and/or certification: N/A

    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 supplier available an interested to provide services of urine collectors to meet the reintegration needs of CSC offenders.

    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

    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 delivery date

    The proposed contract is for a period of 20 months, from awarded to July 31st 2022 with an option to extend the contract for 2 additional 1 year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 79 767.54 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Philippe Allard

    Address: Montreal Metropolitan District, 305 boul. Rene Levesque, Suite 102, Montreal, Quebec, H2Z 1X1

    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 December 15th, 2020 at 2:00 PM (EST).

    15. Inquiries and submission of statements 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: