Circles of Support and Accountability (COSA)

Solicitation number 21895-22-0009

Publication date

Closing date and time 2022/03/18 17:00 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 the requirement:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    The Correctional Service Canada has a requirement to enhance support and services, as necessary, to high-risk sex offenders in order to help meet two specific corporate objectives:

    • the safe management of eligible offenders during their transition from the institution to the community, and while under supervision; and,
    • in the case of Indigenous offenders, effective, culturally appropriate interventions and reintegration support for First Nations, Metis and Inuit offenders. 

     The work will involve the following:

    1.1 Objectives:

    To create and operate “circles of support” for federally supervised sex offenders on conditional or statutory release, or on Long Term Supervision Orders in the Pacific Region. This includes provincially sentenced offenders who are under the supervision of CSC.

    Trained volunteers must deliver Eeach circle, must be delivered by trained volunteers who meets with the offender (referred to herein as core member) to provide continuous reintegration support during their conditional release. Participants will include male, female, or offenders with complex gender considerations under community supervision in the Pacific Region, and may include Indigenous and Non-Indigenous offenders. 

    1.2 Tasks:

    The Contractor must recruit, screen and identify up to fifteen (15) core members.

    The Contractor must create and operate up to fifteen (15) circles at any given time, and maintain a “circle of support” for each of these core members.

    The Contractor must participate in the initial sessions of any new circle to ensure that the process goes smoothly and to deal with any issues that may arise.

    1.3 Expected results:

    The contractor must identify and provide reintegration support for up to 15 high risk sex offenders core members under supervision in the Pacific Region. The contractor must ensure that volunteers are identified, screened and trained to deliver this service, and that they are able to offer both in person and virtual circles of support that contribute to the stable and successful community release of core participants members. 

    1.4 Performance standards:

    Each circle must consist of a minimum of 4 contacts per month, including direct in-person contact with the participant core member, virtual meetings, or collateral contact with the Case Management Team or other community supports (including but not limited to social services, offender families, employers).

    Wherever possible, the circles that operate within the Lower Mainland must have in-person contact, but depending on circumstances related to the COVID-19 pandemic or the individual needs of the participants core members, the Project Authority will permit may authorize virtual sessions (either by telephone or by videoconference).

    However, For those participants core members living in remote communities and who are geographically outside the reach of the Circles of Support and Accountability’s (COSA) volunteer base, COSA programming may exclusively take on a virtual format with prior approval from the Project Authority. 

    The first session of each circle must be an average of 1.25 hours in duration.

    Each session must be arranged at a mutually convenient time between the volunteers and the core members, but usually take place in the evenings to accommodate work schedules.

    The Contractor must identify and secure a suitable location for the in-person sessions, which may take place in Community Residential Facilities (CRFs) or CSC parole offices where pre-approved arrangements have been made, or other safe and appropriate locations in the community. For security reasons, there must be a CSC escort present during at all times when a session is to take taking place on CSC premises.

    Due to current COVID-19 restrictions on office footprints, the Contractor must obtain prior approval from the CSC office management for visits to CSC sites first. 

    1.5 Deliverables:

    1.5.1 Upon commencement of each circle, the Contractor must provide the Project Authority with the core member’s name, parole office of supervision, and the start date of the first circle meeting, in writing. 

    Each circle must make contact with each offender or their support network a minimum of four (4) times per month.

    The Project Authority will verify the efficacy and progress of each circle through collateral contact with the core member’s parole officer. 

    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 at various locations in the Pacific Region, including but not limited to:

    Vancouver Parole Office

    401-877 Expo Blvd, Vancouver, BC

    Surrey/New West Parole Office

    100-7404 King George Boulevard. Surrey, BC V3W 1N6

    Abbotsford Parole Office

    100-32544 George Ferguson Way. Abbotsford, BC V2T 4Y1.

    Chilliwack Parole Office

    8990 Young Rd, Chilliwack, BC V2P 4R8

    b. Travel

    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:

    There are no security requirements associated to this contract.

    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 have 2 years experience, obtained within the last 5 years, prior to the ACAN closing date, working in the criminal justice system.
    • Must have 2 years experience, obtained within the last 5 years, prior to the ACAN closing date, providing reintegration and support services for high risk sex offenders.
    • Must have 2 years experience, obtained within the last 5 years, prior to the ACAN closing date, recruiting, training and supervising their volunteer base.

    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 Indigenous Business

    This procurement is not subject to any set-asides for Indigenous 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 are a restricted number of qualified service providers who are willing and available to provide continuous reintegration support to supervised sex offenders on conditional or statutory release, or on Long Term Supervision Orders. The proposed contractor has extensive experience in the delivery of the services specified and the ability to assist with the necessary requirements for CSC to meet its mandate.

    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 12 months from April 1, 2022 to March 31, 2023.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 60,000.00 (GST Included).

    12. Name and address of the pre-identified supplier

    Name: Catholic Justice Services Society

    Address: 2777 Towline Road, Abbotsford, BC V2T 5E1

    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 18, 2022 at 2:00 PM PDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Contracting Authority:

    Katie Simpson

    Correctional Service of Canada

    Pacific District Office

    33344 King Road, PO Box 3333,

    Abbotsford, BC V2S 5X7

    Telephone: 604-870-2401

    Facsimile: 604-870-2402

    E-mail address: katie.simpson@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
    Simpson, Katharine
    Phone
    604-870-2401
    Email
    katie.mccallum@csc-scc.gc.ca
    Address
    33344 King Road, PO Box 3333
    Abbotsford, BC, V2S 5X7
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: