Hotel Services

Solicitation number 21802-22-0042

Publication date

Closing date and time 2022/08/02 17:00 EDT


    Description

    Hotel Services

    This requirement is for: The Correctional Service of Canada, Pacific Region.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada Chile Free-Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: Lowest priced compliant bid.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This contract does not include security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    Background:

    Correctional Service Canada (CSC) Learning and Development is planning two (2) Correctional Training Programs (CTP) in the Pacific Region for fiscal year 2022-23. They will be delivered to a maximum of twenty (20) recruits. Each CTP has a duration of approximately three (3) months. The number of recruits may decrease, by an average of 16%, over the CTP delivery. 

    CSC may hold a third CTP group, as an option period on the Contract, to be exercised at CSC’s discretion.

     GENERAL Requirement

    The Contractor must:

    • Provide accommodation and breakfast meals for two (2) CTP groups for the following dates:
    1. August 30, 2022 to December 8, 2022;
      • Up to twenty (20) single rooms for up to twenty (20) recruits including daily breakfast for each recruit;
      • **Check-out will be December 8, 2022.
    2. January 1, 2023 to April 5, 2023 ;
    • Up to twenty (20) single rooms for up to twenty (20) recruits including daily breakfast for each recruit;
    • **Check-out will be April 5, 2023.

    **Check-out day may be the day prior to the expected date; CSC will notify the Contractor will be notified of each recruit’s check-out date one week in advance.

    The Contractor must provide accommodation for two (2) CTP groups:

    • The Contractor’s facilities must be located within twenty (20) kilometers of #103 – 30585B Progressive Way, Abbotsford, BC V2T 6W3;
    • The Contractor must provide breakfast to each recruit seven (7) days a week;
    • The Contractor must allow CSC to give a minimum of twenty-four (24) hours notice to cancel room (s) and meal(s) as necessary, should CSC cancel the CTP, a recruit be unsuccessful, or both for the duration of the training program;
    • The Contractor must designate an on-site Point of Contact (POC), proficient in English to provide customer service on a twenty-four (24) hour basis, seven (7) days per week;
    • The Contractor must provide early check-in and late check-out as required to accommodate travel times, changes or both. If not feasible, in lieu of early-in or late-check-out, the Contractor must provide a luggage storage area upon request.

    PANDEMIC REQUIREMENTS

    • The Contractor must provide a point of contact (POC) to oversee and liaise with CSC and Health Authorities to respond to COVID-19 related issues;
    • The Contractor must provide information for contact tracing purposes to CSC and Health Authorities;
    • In the event that one or more recruits are required by the Health Authority to self-isolate due to COVID-19 and cannot travel home:
      • The Contractor must provide accommodation that allows for isolation.
      • During this time, the contractor must provide breakfast to the recruits' rooms;
      • The Contractor must provide cleaning services, including room linen and towels for the recruits who are isolating;
      • Should the self-isolation timelines require a recruit to remain beyond the CTP completion date, the Contractor must notify CSC of the additional charges as soon as possible.
      • Should an outbreak occur at the accommodation location, the Contractor must have protocols in place as per Health Authority guidelines;

    Accommodation Requirements (PER ROOM)

    The Contractor must provide single occupancy rooms with the following minimum features:

    • A private washroom with a minimum of one toilet, sink and shower and include shampoo and

      soap;

    • A mini-refrigerator, coffee maker (with complimentary in-room coffee and tea), and

      microwave;

    • A double size bed, desk with chair, alarm clock, a closet and a television with free local

      channels;

    • Free Wireless High-Speed Internet;
    • Free local calls;
    • An Iron and ironing board;
    • Cleaning services three (3) days per week per room, with replacement of dirty towels as necessary;
    • Sufficient linens such as bedding, towels, pillows and other linens as required for

      each recruit;

    • Minimum of one (1) weekly linen exchange;
    • On-site laundry facilities (self serve);
    • Toiletries and amenities (including but not limited to: towels, shampoo and conditioner, soap, hairdryer) that are cleaned or replenished, as applicable, on an as needed basis.

    Accommodation Constraints

    • The Contractor must not relocate recruits to another room during their stay unless it becomes necessary because of a maintenance issue. The Contractor must notify CSC when relocation is necessary and the reasons why.
    • Any additional room charges incurred will be the responsibility of the recruit. This includes, but is not limited to, the following:
    1. items such as mini bar contents, snack items, long distance telephone calls and

      television specialty channels;

    2. damage to the room;
    3. loss or damage to the room contents;
    4. Newspapers and other complimentary items;
    5. Any other amenities and services not covered by this agreement that CSC has not approved in advance.

    Facility Requirements (GENERAL)

    The Contractor must provide, at a minimum:

    • Parking included in the recruits’ room rate for the entire stay;
    • Laundry Facilities: Common self-serve (user-pay) laundry facilities on-site and accessible 24/7 that accommodate the number of recruits;
    • Provide access to gym, health facility / weight room or pool or both, free of charge unless such activities and access are precluded due to Health Authority directions for pandemic response.

    BREAKFAST Meal Requirements

    • The Contractor must provide breakfast and dining facilities that can accommodate all recruits simultaneously in one seating, while respecting social distancing measures, for when recruits are not at the training location.
    • Should Public Health protocols not allow for dining in a group, the contractor must provide a service where the breakfast meal can either be delivered to the recruits rooms or brought to an area where recruits can pick them up while adhering to social distancing and Public Health protocols.
    • Contractor must supply hot breakfast items, as part of their daily/weekly menu.
    • At CSC’s request, the Contractor must be able to accommodate special dietary and allergy needs; CSC will provide this information a minimum of 7 days prior to the recruit’s start date.
    • The Contractor must make every reasonable effort to permit the observance of religious practices by individual members.
    • The Contractor must provide, a list of menu food items to the CSC point of contact (POC) on request.

    BREAKFAST

    • Monday to Friday (Statutory holidays excluded): Breakfast between 6:00am - 7:00am;
    • Saturday, Sunday & Statutory Holidays: Breakfast between 7:00a – 9:00am
    • The Contractor must allow CSC to opt out of any or all meal provisions with a minimum of 7 days notice.
    • The Contractor must provide a separate, private area, for an outside meal contractor to deliver the lunch and dinner meals to. This area needs to be in such a location that the recruits are able to pick up the meals at their own (timely) leisure.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of August 30, 2022 to April 5th, 2023 with the option to renew for one (1) additional six-month period.

    File Number: 21802-22-0042

    Contracting Authority: Amber Hupper

    Telephone number: 236-380-1379

    Facsimile number: 604-870-2444

    E-mail: Amber.Hupper@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)

    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
    Hupper, Amber
    Email
    Amber.Hupper@csc-scc.gc.ca
    Address
    33991 GLADYS AVE
    ABBOTSFORD, BC, V2S 2E8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    45
    000
    French
    5

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    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: