ICPM - Moncton, Fredericton, Saint John

Solicitation number 21280-23-4190402

Publication date

Closing date and time 2023/01/13 13:00 EST

Last amendment date


    Description

    Integrated Correctional Program Model (ICPM) – Community Maintenance Program-Multi Target (CMP-MT) and Community Maintenance Program – Sex Offender (CMP-SO)

    This requirement is for: The Correctional Service of Canada, in the Moncton, Fredericton, and Saint John, New Brunswick areas,

    Trade agreement: This procurement is not subject to any trade agreement.

    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 standing offer includes security requirements.

    Nature of Requirements:

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

    The Correctional Service Canada has a requirement for the delivery of programs to offenders. These programs play an essential role in the successful reintegration of offenders as productive law-abiding citizens. The Correctional Service of Canada (CSC) will refer candidates who meet the selection criteria to the Contractor .

    Objectives: ICPM - Community Maintenance Programs (Multi-Target and Sex Offender) are integrated self-management programs for moderate or high-risk offenders who completed an ICPM program (non-transition offenders) or have participated in the former cadre of Correctional Programs (transition offenders). The main goal of maintenance is to review and refine core self-management skills and apply them to real-life situations, obstacles, and high-risk situations to reduce risk to re-offend, including a focus on sexual deviancy if the need for a sex offender stream arises.

    Deliverables:

    • Provide delivery and delivery space of the requested number of ICPM sessions (CMP MT or CMP SO) to offenders referred by CSC, depending upon the need and according to national directives, policy and guidelines;
    • Obtain necessary program materials and prepare lesson plans;
    • Complete program interimand final reports within (8) working days from the last day of the Offender's attendance and input data into the CSC Offender Management System (OMS). Note: when OMS is not available, the Contractor must referred to section "Transmission of Casework Records and Program Reports on Computer Media";
    • Consult or provide feedback, as required, with each participant’s parole officer with reference to the conduct, attendance, the clients' response to individuals in group and individual treatment;
    • In the event of a non-scheduled absence from group or individual sessions, provide a written casework record in the Offender Management System within a 24 hour period. Should the circumstances surrounding the absence be deemed a possible security concern, the parole officer, program manager or National Monitoring Center must be immediately notified by phone or email;
    • The facilitator is expected to enter a casework record per session for each regularly attending participant. This record of attendance should be entered within 24 hours of the offender participating in the program in the Offender Management System (OMS); the Contractor must forward the attendance log along with the monthly invoice to the Project Authority and the casework record entries are verified;
    • Participate in the Correctional Intervention Board (CIB) to provide consultation in regards to CSC Core Program entry criteria and opinion on specific case direction and program involvement as requested by the Program Manager.
    • Generic Program Performance Measure (GPPM) related data must be entered for each offender as per program material/policy

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Term of Standing Offer and Time Frame for Delivery:

    Period of the Standing Offer: The Work is to be performed during the period of July 1st, 2023 to June 30th, 2024 with the option to renew for four (4) additional one-year periods.

    File Number: 21280-23-4190402

    Contracting Authority: Jolaine Amos

    Telephone number: 506-269-3787

    E-mail: jolaine.amos@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

    • 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
    Amos, Jolaine
    Phone
    506-851-6118
    Email
    jolaine.amos@csc-scc.gc.ca
    Address
    1045 Main St, 2nd floor
    Moncton, NB, E1C 1H1
    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
    18
    000
    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
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    New Brunswick
    Region of opportunity
    New Brunswick
    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: