Community Residential Facilities – Treatment Centres

Solicitation number 21301-23-4024352-4024355

Publication date

Closing date and time 2022/03/22 14:00 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:

    1. Definition of requirement:

    The Correctional Service of Canada (CSC) is the federal organism responsible for administering sentences of two (2) years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.

    To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on an ongoing basis, CSC defines its needs and concluded into contractual arrangements with community residential facilities are able to meet its requirements. Community Residential Facilities contribute to the management of that risk by ensuring that suitable accommodation, social and economic support systems, monitoring and intervention are in place, thereby assisting conditionally released federal offenders.

    1.1 Objectives:

    Provide accommodation, treatment, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders for reintegrating into society.

    1.2 Tasks:

    The tasks to be performed by the Contractor under the contract include, but are not limited to the following:

    1. Residential services for federal offenders on conditional release;
    2. Provision of security services, including the monitoring of resident activities and destinations while away from the facility;
    3. Assisting residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident’s individual requirements;
    4. Providing ongoing liaison with local police agencies.

    1.3 Expected results:

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

    1.4 Performance standards:

    The Community Residential Facilities (CRF) and their officers, servants and subcontractors must comply with all applicable legislation and CSC’s Commissioner’s Directives (CDs), the Standard Operating Practice on Official Languages, and other Standards.

    The CRF must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The CRF premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.

    1.5 Deliverables:

    1.5.1 Accommodation services, specialized services for offenders with special needs, enhanced residential interventions (ERI), supervision, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders

    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 render the services at his place of work.

    b. Travel - No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor that assures the direct case surveillance must perform all services in the official language (English or French) asked by the offender, and that, including the writing of the report. The contractor that does not assure a direct surveillance, has to, in his case, perform the services in the official language (English or French) asked by the offender, but is not required to assume the translation costs of the report.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: 

    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 Capability (DSC) at the level of PROTECTED B issued by the Canadian Industrial Security Directorate (CISD) of Public Works and Government Services Canada (PWGSC).

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

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/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 CISD/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 D ;

    b) Industrial 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 have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;

    Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.

    Organization must be a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.

    Organization must be accredited by Federal Authorities.

    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 are only a limited number of qualified service providers in the locations identified in Section 12. Name and address of pre-screened suppliers who are available and willing to provide residential services to offenders on conditional release to meet CSC's needs for housing offenders in the community.

    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 contracts or delivery date

    21301-23-4024352

    The proposed contract is for a period of one (1) year, from April 1st, 2022 to March 31st, 2023 with an option to extend the contract for five (5) additional one-year periods.

    21301-23-4024355

    The proposed contract is for a period of one (1) year, from April 1st, 2022 to March 31st, 2023 with an option to extend the contract for three (3) additional one-year periods.

    11. Cost estimate of the proposed contracts

    21301-23-4024352

    The estimated value of the contract, including option(s), is $ 1 148 031.83 (GST/HST extra).

    21301-23-4024355

    The estimated value of the contract, including option(s), is $ 1 572 901.60 (GST/HST extra).

    12. Name and address of the pre-identified suppliers

    21301-23-4024352

    Name :   DECLIC-ACTION

    Address : 2255, rue Bienville

    Laval (Québec) H7H 3C9

    21301-23-4024355

    Name : Le Programme de Portage relatif à la dépendance de la drogue inc

    Address :   1790, ch. Du Lac Écho

    Prévost (Québec) J0R 1T0

    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 22nd, 2021, 2:00 p.m. EDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Name: Manon Paulin

    Title: Regional Officer

    Correctional Service of Canada

    Regional Services Centre

    Branch/Directorate: Contracting and Materiel Services

    Telephone : 514-235-9156

    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
    514-235-9156
    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: