Hostel

Solicitation number 21280-22-3815052

Publication date

Closing date and time 2021/07/08 13:00 EDT


    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 the requirement:

    The Correctional Service Canada has a requirement to assist offenders to reintegrate into the community as law-abiding citizens by ensuring that programs, plans and supervision are in place. The work will involve the following:

    1.1 Objectives:

    To provide accommodation, monitoring, general support and assistance to offenders released to the community on conditional release.

    1.2 Tasks:

    • The Hostel must provide residential services to offenders who are referred to it by CSC and accepted by the Hostel.
    • If applicable and where required, the Hostel will provide a strategy to accommodate diverse cultures and spiritualities, including, but not limited to, Aboriginal culture and spirituality.
    • The Hostel must provide monitoring and support services, which will in turn, assist offenders in attaining both short and long-term goals, as specified in the offender’s Correctional Plan and Community Strategy.
    • The Hostel must provide CSC with ongoing feedback regarding the offender’s residency. 
    • The Hostel must safeguard the confidentiality of medical information they are privy to and ensure that the type of medication and prescribed dosage is not shared except on a “need to know” basis.
    • The Hostel must ensure that all staff receive the necessary information about each resident so that the risk to their personal safety is minimized.
    • The Hostel must ensure that shift briefings are in writing in the duty log as well as communicated verbally before assuming responsibility for the shift.
    • The Hostel must ensure that staff are on-site 24 hours per day or that appropriate means of ensuring the integrity and security of the facilities are in place (including, but not limited to, monitored security cameras, rounds completed by a security company, other electronic means).
    • The Hostel must conduct a resident count at the beginning of each covered shifts. The date and time of each count must be recorded in the duty log. Counts must be conducted such as a presence of a live, breathing body can be determined.
    • The Hostel must contact the local CSC office or National Monitoring Centre when a resident is discovered to be missing from the facility and no satisfactory explanation is known. 
    • The Hostel must monitor the offender’s behaviour and must immediately report to a Parole Officer, the National Monitoring Centre, or a person with designated signing authority to issue a warrant of suspension, information concerning:
      • Any violation of standard or special conditions of release, or instructions issued by the supervising Parole Officer; 
      • Any significant increase in the offender’s risk of re-offending; and,
      • Other relevant information concerning the offender’s behaviour and performance in the community.
    • The Hostel must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The Hostel premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.
    • The Hostel must have written plans for dealing with fire, medical emergencies (including pandemic situations) and natural disasters, and Hostel staff must be trained accordingly. The Hostel must provide a copy of these plans to the Project Authority.
    • The Hostel must ensure that there is a First Aid Kit available to each shift with an inventory of medical contents approved by the St. John’s Ambulance, the Canadian Red Cross or equivalent, and that the contents are inspected monthly.
    • The Hostel must ensure that on each shift there is a staff member with a valid St. John’s Ambulance Certification (or other equivalent in first aid) in addition to valid CPR certification.

    1.3 Expected results:

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

    1.4 Performance standards:

    • If applicable, and where required, the Hostel must ensure that the acommodation is suitable and safe for children residing in the Hostel with their legal guardian in accordance with measures outlined in CD 715-4.
    • The Hostel must have a selection process that includes:
    1. A review of any CSC referral;
    2. An assessment against admission criteria and the capacity of the Hostel to address the offender’s needs; and,
    3. A written decision of acceptance or refusal, which includes a rationale for the decision against admission.
    • If the Hostel is equipped to provide meals, meals must meet health and nutritional requirements in accordance with Canada’s Food Guide and CSC’s Legislative and Policy Framework. Residents who are provided with a meal allowance must be responsible for the quality of their food intake and, consequently, their nutritional well being.

    1.5 Deliverables:

    1.5.1 The Hostel must maintain formal records for documenting the following:

    1. Activities;
    2. Incidents;
    3. Resident movement;
    4. Resident behaviour/observations; and,
    5. Violations and actions taken.

    1.5.2 The Hostel must provide, orally and in writing, information regarding the house rules to each resident at admission and ensure that the resident understands and agrees to abide by the house rules of the Hostel. A form signed by the resident acknowledging the house rules must be retained on file. A signed copy must be provided to the resident.

    1.5.3 House Rules must address at a minimum:

    1. Responsibilities and expectations of the resident;
    2. Grounds for non-voluntary termination from the residency;
    3. Rules regarding programs and services including hours of operations (including curfew) and visiting hours if applicable;
    4. Procedures regarding room searches and/or inspections (if applicable);
    5. Storage and disposal of personal property;
    6. Procedures regarding the handling of funds at the Hostel;
    7. Hostel grievance policy and procedures; and,
    8. Policy on the reporting of offender behavior, and compliance with release plan and conditions, to the CSC.

    1.5.4 The Hostel must provide CSC with the following reports:

    1. Monthly Utilization Reports, or equivalent, indicating total utilized beds by offender’s name, FPS number and gender;
    2. Incident/occurrence reports, as they occur; and,
    3. Other logs or reports, as requested by CSC.

    1.5.5 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 at the Contractor’s place of business:

     49 Grenfell Street, Happy Valley Goose Bay, NL, A0P 1E0

    b. 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 English.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE No. 21280-22-3815052

    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) Contract Security Manual (Latest Edition).

    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:

    Experience:

    • Must possess a minimum of five years experience within the last ten years prior to the ACAN closing date working with adult offenders on conditional release;
    • Must possess a minimum of five years experience within the last ten years prior to the ACAN closing date in providing accommodations to offenders in a residential setting.

    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 restricted number of qualified service providers in the area specified under 1.6.1 Location of Work who are willing and available to provide residential services to offenders on conditional release in order to meet CSC’s offender accommodation needs in the community.

    The Labrador Friendship Centre has successfully demonstrated their ability and expertise in helping with the offender’s safe rehabilitation and reintegration into the community. The supplier meets all legislated requirements of a hostel.

    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 delivery date

    The proposed contract is for a period of 1 year, from July 26, 2021 to July 25, 2022 with an option to extend the contract for 4 additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $738,627.48 (HST extra).

    12. Name and address of the pre-identified supplier

    Name: Labrador Friendship Centre

    Address: PO Box 767, Postal Station B, Happy Valley-Goose Bay, NL, A0P 1E0

    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 8, 2021 at 2:00 PM ADT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Sylvie Gallant

    1045 Main Street, 2nd Floor, Moncton, NB, E1C 1H1

    Telephone: (506) 851-3923

    Facsimile: (506) 851-3305

    E-mail: Sylvie.gallant@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
    Gallant, Sylvie
    Phone
    506-851-3923
    Email
    sylvie.gallant@csc-scc.gc.ca
    Address
    111-1045 Main Street
    Moncton, NB, E1C 1H1
    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
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    Procurement method
    Competitive – Open Bidding

    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: