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) 

Liaising with Correctional Service Canada’s community partners

Solicitation number 21301-22-3755509

Publication date

Closing date and time 2021/03/30 14:00 EDT


    Description

    21301-22-3755509 Liaising with Correctional Service Canada’s community partners

    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 role of the Correctional Service of Canada (CSC), Quebec Region, is to administer sentences of a term of two (2) years or more imposed by the courts. In connection with this role and to enhance public safety, CSC has six (6) strategic priorities, in particular, the safe transition and management of eligible offenders in the community, the safety of staff and offenders in our institutions and in the community and the maintenance of productive relationships with various partners, caseworkers and other parties concerned with public safety.

    CSC therefore requires residential facilities and community resources to accommodate offenders on conditional release. These community organizations must provide services in accordance with the various legislative requirements and policies, such as the Corrections and Conditional Release Act (CCRA) and the Commissioner's Directives.

    These organizations make it possible to offer programs, support services and housing services to offenders so that they can maintain their life choices as law-abiding citizens. The complexity and diversity of the clientele require CSC to maintain ongoing communication with various partners and to ensure that these partners, who are working for public safety, maintain a common and structured approach.

    The work will require the following:

    1. Objectives:

    The Contractor shall ensure collaboration and liaison among CSC, Quebec Region, the Parole Board of Canada (PBC) and organizations involved in the Quebec criminal justice process especially with clientele under a federal sentence.

    1.2 Tasks:

    As part of this service contract, the Contractor shall accomplish the following tasks:

    • Plan, organize and participate in meetings or videoconferences among authorities from CSC, the PBC and community justice partners;
    • Plan, organize and participate in coordination meetings or videoconferences among CSC representatives responsible for managing offenders in the community in the Quebec Region and the community justice partners;
    • Plan, organize and participate in meetings between community criminal justice partners and CSC Regional Management;
    • At the request of the Project manager, participate in consultations on CSC policies and procedures related to the CCRA;
    • Organize and coordinate information and activities related to the community criminal justice partners in the Quebec Region from the federal correctional system;
    • Visit the federal correctional institutions in the Quebec Region and the parole offices in their administrative region or arrange videoconferences with them in order to inform CSC staff and offenders about the services and programs offered in community-based residential facilities for the release of offenders, particularly those who present a high level of risk;
    • Encourage its members to maintain regular and courteous contact with the parole offices in their region of Quebec;
    • Offer support and supervise the development of housing options for a diverse offender population with various needs and risk levels;
    • Assist and offer support to CSC in planning and coordinating the accommodation of offenders, particularly those who present a high level of risk;
    • Collaborate with CSC, Quebec Region, in promoting CSC's mission and reintegration into society as a tool for the protection of society to the community and citizens;
    • Assist and offer support to CSC in order to help coordinate and plan services in the community for the offenders with specific issues such as, mental health, native, aboriginal, aging offenders including, but not limited to, CUISS, CLSC, CHSLD;
    • Organize a community resources exhibition in the Quebec Federal Institutions. This exhibition enables all the agencies member of the “ASRSQ”, by the means of information kiosks where information and discussions can take place between personnel and offenders, to present the specific services they offer;
    • Organizes a forum within the Quebec Federal Institutions in regards with the following subjects: mental health, native, aboriginal and aging offenders. The objective of this forum is to create a contact between existing resources in the community offering specific services and professionals from CSC as well as offenders. These forums allow to the demystify inmate population to community organisation and promote new partnerships.

    As part of this service contract, the Contractor shall take responsibility for all administrative support, such as distributing mail-outs and information as well as any other documentation related to the tasks listed above, to organizations involved in intervention with a clientele serving federal sentences in the Quebec Region.

    1.3 Expected results:

    The Contractor must communicate monthly with the Project Manager to ensure a common agreement and appropriate progress of the project.

    The Contractor must report immediately to the Project Manager, by telephone or by-email for any problems encountered which could have an incidence on the work in progress.

    1.4 Performance standards:

    The Contractor shall maintain records in accordance with Government of Canada policies and directives on information management and recordkeeping, as well as CSC guides and directives, which can be found at the following link: http://www.tbs-sct.gc.ca/pol/doc-eng.aspx?section=text&id=16552

    1.5 Deliverables:

    1.5.1 The Contractor shall coordinate community organizations involved in the reintegration process for offenders serving a federal sentence. It must also act as a liaison between organizations, CSC and the PBC in order to maintain communication with partners involved in the reintegration of offenders serving a federal sentence, particularly those who present a high level of risk.

    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 certain CSC institutions and parole offices in the Quebec Region, CSC's Regional Headquarters of Quebec and in the Contractor's offices. A complete list of locations can be found in Appendix E of the contract.

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract: (see Annex E)

    1.6.2 Language of Work:

    The Contractor shall perform all work in the two official languages (English and French) when it is conducted with the offender clientele.

    The Contractor shall perform work in the two official languages (English and French) when working with CSC caseworkers or managers.

    The Contractor shall prepare reports in French, as mentioned in section 1.4.

    1.6.3 Institutional Access Requirements

    Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Contractor personnel, at any time.

    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:

    The Liaison Officer, employed by the Supplier, must have:

    • A 2-year of experience with the Community network acquired during an internship or employment generally associated with the performance of one or more activities, as described in Annex B. This experience must have been acquired within the last 5 years prior to the closing date of this ACAN;
    • Knowledge of the ASRSQ and community resources that have a housing services and/or correctional programs contract agreement with CSC. This community network experience also includes knowledge of the stakes linked to the social reintegration of federal offenders;

     Or

    • A University degree of studies, including internship, in the humanities or social sciences.

    The degree must have been obtained from a recognized Canadian University, College or High School, or the equivalent as established by a recognized Canadian Academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    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.

    This supplier selected in advance meets the minimum compliance requirements described under article 2.

    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 delivery date

    The proposed contract is for a period of two (2) years, from April 1st, 2021 to March 31st, 2023 with an option to extend the contract for three (3) additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 160 000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name : Association des services de réhabilitation sociale du Québec (ASRSQ)

    Address : 2000, boul. Saint-Joseph Est, 2e étage

    Montréal (Québec) H2H 1E4

    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 30, 2021 at 2:00 PM EDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Manon Paulin

    Contracting and Procurement Regional Officer
    Regional Services Center
    Material Management
    Correctional Service Canada
    250, Montée St-François, Laval, Quebec, H7C 1S5
    Telephone: 450-661-9550 poste 3912

    Facsimile: 450-664-6626

    E-mail: Manon.Paulin@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
    Paulin, Manon
    Phone
    450-664-6612
    Email
    manon.paulin@csc-scc.gc.ca
    Fax
    450-664-6626
    Address
    250, Montée Saint-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: