Community Residential Facility - Saskatoon

Solicitation number 21551-125137/A

Publication date

Closing date and time 2012/05/22 16:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Meewasinota Community Residence Facility Ltd.
    265 Ave B S
    Saskatoon Saskatchewan
    Canada
    S7M1M3
    Nature of Requirements: 
    Community Residential Facility - Saskatoon
    
    21551-125137/A
    Mack, Wayne
    Telephone No. - (306) 975-4004 (    )
    Fax No. - (306) 975-5397
    
    To provide a Community Residential Facility (CRF) in Saskatoon,
    SK  for Correctional Services Canada, Saskatoon Area Parole
    Office, Saskatoon, Saskatchewan, as detailed under Annex "A",
    Statement of Work attached to the Request for Proposal document,
    during the period of the Contract from 01 August 2012 to 31 July
    2015. The CRF will house offenders under federal jurisdiction
    who have been released to the community on Unescorted Temporary
    Absences, Work Release, Day Parole, Full Parole, Statutory
    Release, Statutory Release with Residency and those subject to
    Long Term Supervision Orders.  The CRFs provide accommodation,
    twenty four hour supervision and general support,  and
    assistance in reintegrating the offender into the community.
    These facilities may also have an enhanced programming component
    to the services they provide.CRFs are a bridge to the community
    and exist to promote the successful re-integration of offenders
    into the community, while maintaining an acceptable level of
    risk suited to each individual.  A CRF contributes to the
    management of that risk by providing  suitable accommodation,
    monitoring and intervention, and contributing to social and
    economic support that assists conditionally released individuals
    to become law-abiding citizens. There is a security requirement.
    
    Sole source Justification: 
    1)  Meewasinota is the only available facility is Saskatoon that
    accomodates male and female offenders
    
    This requirement is for a Community Residential Facility (CRF)
    in Saskatoon that accomodates male and female offenders. Year to
    date CSC has on average 23 federal offenders in a CRF in
    Saskatoon at any given time.  There are only 2 CRFs in
    Saskatoon: The Salvation Army and Meewasinota. The Salvation
    Army only accepts male offenders and CSC already have a contract
    with them and they are presently operating at 1/3 capacity. They
    have a limited capacity of 15 beds. The physical structure of
    their building would make it difficult to physically separate
    the two genders.  In CSC's discussions with them, they do not
    have the current desire to make the changes required to
    accommodate women offenders.
    
    CSC used to have a CRF contract with Elizabeth Fry but the
    management of the CTR (Community Training Residence), which was
    operated by Elizabeth Fry, was being taken over by the
    Provincial Government.  As such, the contract with Elizabeth Fry
    was no longer valid as they no longer had a facility to provide
    the services required.
    
    Meewasinota is the only facility available in Saskatoon that
    accepts both federal male and female offenders and is the only
    facility with sufficient capacity available to meet the average
    demand. They have 24 beds for men which could increase to 32 if
    required and  8 beds for women which could increase to 11 if
    required.  They offer a physical space for programming which the
    other facilities do not. CSC also contracts with Meewasinota for
    the services of a Reporting Center.  This service is possible
    because of the CRF structure.  Meewasinota also has an
    Aboriginal Room which can be accessed for specific Aboriginal
    programming purposes.
    
    2) A number of CRFs in the city are required. It is not
    sufficient to only have one contract in Saskatoon.
    
    a) Demand exceeds supply.
    
    The Correctional Service Canada recently conducted A Review of
    Community-based Residential Facilities in Canada  and "it was
    thought that there would be an increasing demand for
    accommodation services that cater to offenders serving life
    sentences, sex offenders, substance abusers, and those subject
    to Long-Term supervision Orders (LTSOs)."  To ensure mechanisms
    are in place with respect to these demands, CSC must contract
    with an agency/organization who already has the infrastructure
    and operation in place." The "demand" for CRF usage is a fluid
    number and could exceed the bed capacity in the city.
    
    b) the availability of two or more CRF's provide options
    regarding the management of offenders; thereby, addressing
    public safety needs. At times, there could be incompatible
    issues which would dictate the location of the offender's
    residence. For example, two offenders may not be able to coexist
    in the same facility. With both of the offenders having a
    condition to reside in a CRF and without another CRF option, one
    of those offenders would need to move to a different city (and
    hopefully the CBRF in that city would accept them). Another
    example, an offender may need a substance abuse program which
    one CRF may offer, but another CRF does not.
    
    3) Lack of interest and sources for providing this service due
    to strict CSC conditions imposed. Presently, there are no
    facilities in the process of becoming approved service providers
    in Saskatoon.
    
    Ensuring CRFs meet CSC standards is time consuming and not very
    many agencies/organizations are willing to contract with CSC
    given the bureaucratic requirements regarding CSC standards.
    "CRFs are governed by a set of minimum standards that have been
    established by the CSC.  These standards have been created to
    promote consistency of operation across the country, and to
    ensure that critical security features, staffing, intake
    procedures, and support systems are in place at each facility. 
    CRFs are audited against these standards at least once every
    three years. (…as CSC standards generally exceed any local or
    municipal by-laws in place for residential facilities offering
    services to the general public, it can be quite challenging to
    contract with existing agencies that-despite the fact that they
    may offer excellent service in the community at large - have a
    difficult time being fully compliant with CSC expectations)"
    [Review of Community-based Residential Facilities in Canada].
    Stating that, the number of existing agencies able to meet these
    expectations is low.
    
    
    
    4) importance of continuity of CRF service provider
    
    There is an increasing demand for accommodation services that
    cater to offenders serving life sentences, sex offenders,
    substance abusers, and those subject to Long-Term supervision
    Orders (LTSOs). The CRF must now deal with the specific
    requirements of LTSO's.  CSC has identified/developed these
    skills and to ensure the appropriate management of the released
    offenders, CSC needs to share this knowledge with CRF's.  This
    "sharing" develops over time and is imperative to meeting public
    safety. The Saskatoon Parole Office has contracted with the
    Meewasinota CRF since, approximately 1999-2000. Since the
    beginning of this fiscal year, this CRF has also provided
    services consistent with a Reporting Center.
    
    
    Proposed Contractor Name/Address:
    Meewasinota Community Residence Facility Ltd
    265 Avenue B South
    Saskatoon, SK
    S7M 1M3
    
    
    GCR Exemption:
    d) only one supplier (person or firm) is capable of performing
    the contract. 
    
    Total Cost for 3 years: $3,476,970.37 GST included
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any
    procurement.
    
    Documents may be submitted in either official language of Canada.

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Mack, Wayne
    Phone
    (306) 975-4004 ( )
    Fax
    (306) 975-5397
    Address
    #910, 410 - 22nd Street East
    Saskatoon, Sask., S7K 5T6

    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
    Saskatchewan

    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: