SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Community Residential Facility (CRF) - John Howard Society of Peterborough

Solicitation number 21120-23-4116173

Publication date

Closing date and time 2022/10/19 14:00 EDT

Last amendment date


    Description

    Advanced Contract Award Notice (ACAN)

    CRF John Howard Society of Peterborough

    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 of Canada (CSC), as part of the criminal justice system and respecting the rule of law, contributes to public safety by actively encouraging and assisting offenders to become law-abiding citizens, while exercising reasonable, safe, secure and humane control.

    This includes:

    • Management of offenders during their transition from the institution to the community, and while on supervision; and,
    • Ensuring the safety and security of members of the public, victims, staff and offenders in the community.

    While decisions on the conditional release of offenders fall under the responsibility of the Parole Board of Canada, CSC is responsible for supervising offenders under federal jurisdiction on conditional release in the community until the end of their sentences and offenders subject to Long-Term Supervision Orders.

    Community Residential Facilities (CRFs) provide a bridge between the institution and the community, ensuring that suitable accommodation, support systems and monitoring are in place to assist conditionally released offenders to become law-abiding citizens.

    The statement of work for CRFs includes, but is not limited to the following:

    1.1 Objectives:

    Provide accommodation, 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.

    1.2 Tasks:

    The CRF must provide twenty-four (24) hour residential services to adult offenders. These services include, but are not limited to, the following:

    1.  Providing beds to offenders referred by CSC and accepted by the CRF;
    2.  Providing three (3) meals a day. Meals must meet health and nutritional requirements in accordance with Canada’s Food Guide;
    3.  Developing a Resident Action Plan and monitoring and supporting offender activities against the Community Strategy, Resident Action Plan and Correctional Plan;
    4.  Assisting offenders in areas including but not limited to: crisis management, personal or family problems, education, literacy, employment, budgeting, life skills;
    5.  Assisting offenders to secure services appropriate for their needs or for public safety requirements, such as substance abuse services, income support, employment services, medical (including mental health) and dental services;
    6.  Providing offenders with a supportive group living environment;
    7.  Providing first aid services to offenders including having a first aid kit available and ensuring at least one staff member on each shift has valid St-John’s Ambulance and CPR certifications;
    8.  Recording and incorporating pertinent information on individual offenders into the offender case file. Treating all sensitive or protected offender information in accordance with the security requirements of the contract;
    9.  Providing static and dynamic security services including having staff on-site and awake 24 hours per day, performing offender counts, monitoring offender activities and destinations, and notifying CSC when offenders’ behaviour deteriorates or when offenders abscond from the CRF or are unlawfully at large;
    10.  Providing Monthly Utilization Reports, Monthly Living Allowance Reports, Incident/occurrence reports as they occur, as requested by CSC;
    11.  If applicable and where required, the CRF must ensure that the accommodations are suitable and safe for children residing in the CRF with their legal guardian in accordance with CSC policies;
    12.  In accordance with its needs and at its own discretion, CSC may request that the CRF provide enhanced or specialized services to support the placement of high needs offenders. The services to be provided will be negotiated on a case-by-case basis.

    Depending on the CRF/location, the work may also include the following;

    1. Delivery of a residential substance-abuse treatment program;
    2. Delivery of the Integrated Correctional Program Model;
    3. Provision of classroom space for program delivery;
    4. Provision of a personal escort, as required, to accompany offenders outside the facility;
    5. Provision of personal support worker services for offenders with mental health issues;
    6. Supervision of the collection of urine samples and forwarding them for analysis;
    7. Provision of In-Reach services;
    8. Provision of reporting centre services; and
    9. Provision of Aboriginal Spiritual Advisory services.

    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 CRF and its 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.

    The CRF must have written plans for dealing with fire, medical emergencies (including pandemic situations) and natural disasters, and the CRF staff must be trained accordingly. The CRF must provide a copy of these plans to the Project Authority.

    The CRF must ensure that staff members, volunteers and students have the qualifications required and receive proper training and orientation prior to assuming responsibility for their duties. The CRF must also provide ongoing training to staff/volunteers/students essential for their assigned duties and responsibilities. The CRF must ensure that staff/volunteers/students have reached the age of majority in the province of operation.

    If applicable and where required, the CRF must provide a strategy to accommodate diverse cultures and spiritualties, including, but not limited to, Aboriginal culture and spirituality.

    1.5 Deliverables:

    1.5.1 To provide twenty-four (24) hour residential services to adult offenders that include, but are not limited to:

    1. Beds and meals and/or meal allowances;
    2. Referral services to community support groups and other agencies;
    3. Storage and access of offenders to their medication and personal effects;
    4. Static and dynamic security;
    5. Staff orientation, training and development;
    6. Reporting; and
    7. Enhanced Services as requested by CSC.

    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 Peterborough, Ontario.

    b. Travel

    1. 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, French or both official languages as required by the offenders.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:

    PWGSC FILE No. 21120-23-4116173

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), and obtain approved Document Safeguarding Capability 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. The Contractor/Offeror MUST NOT utilize its facilities to process, produce, or store PROTECTED information or assets until the CSP, PWGSC has issued written approval.

    4. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce, or store PROTECTED information until the CSP, 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).

    5. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

    6. The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide (if applicable), attached at Annex A;

    (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:

    1. 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.
    2. 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 providing accommodation 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 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 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 Supplier is the only Canadian organizations that can perform the scope of work, given its history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This Supplier is uniquely positioned to provide these services given its specific mandate to provide accommodation, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, and those subject to Long-Term Supervision Orders. 

    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 one (1) year, from date of Contract Award to one (1) year later with an option to extend the contract for four (4) additional one (1) year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $1,038,352.00.

    12. Name and address of the pre-identified supplier

    Name: John Howard Society of Peterborough

    Address: 305 Stewart St, Peterborough, ON, K9J 3N2

    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 Wednesday, October 19th, 2022 EDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Cameron

    Manager/Team Leader, Contracting and Materiel Services

    Telephone: (343) 542-9350

    E-mail: danielle.cameron@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
    Cameron, Danielle
    Phone
    343-542-9350
    Email
    Danielle.Cameron@csc-scc.gc.ca
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    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
    English
    9
    French
    1

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Ontario (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: