Community Case Management - GTA

Solicitation number 47419-196278/A

Publication date

Closing date and time 2017/10/17 14:00 EDT


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Government Objectives Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    The Toronto Bail Program
    27 Queen Street East.
    Suite 203
    Toronto Ontario
    Canada
    M5C2M6
    Nature of Requirements: 
    
    TITLE: Community Case Management and Supervision Services in the Greater Toronto Area Region as an Alternative to Detention for Canada Border Service Agency 
    
    1. Advance Contract Award Notice (ACAN)
    
    An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    2. Definition of the requirement
    
    2.1 Background
    
    As per the Immigration Refugee Protection Act (IRPA) and associated Regulations (IRPR) the Canada Border Services Agency (CBSA) is required to consider alternatives to detention (ATD) based on an individuals assessed risk level (low, medium and high), prior to any detention decisions being made, or at any subsequent assessment of the people subject to detention under the same Act. At present, the only nationally available tools within the current ATD framework are release to a bondsperson on a performance bond and/or a cash deposit, and the imposition of other conditions, such as regular reporting to the CBSA. 
    
    The Government of Canada (GoC) is committed to exercising its responsibility for detentions, with physical and mental health and well-being of detainees, as well as the safety and security of Canadians as the primary considerations.  In keeping with the objective that detention is a measure of last resort and to align with the United Nations High Commissioner for Refugees (UNHCR) international detention guidelines, it is a priority of the GoC and the CBSA to expand current release conditions to ensure there is national consistency and a broadened range in the availability of ATD programs. It is essential that, the appropriate level of intervention is incorporated in the programs, aligned with the individuals assessed level of risk and that, to the greatest extent possible, the number of minors in detention is reduced. 
     
    The Community Case Management and Supervision (CCMS) program, part of the broader ATD Framework, promotes either the successful reintegration of individuals into the community where removal is highly unlikely due to circumstances beyond the control of the detainee, or assists individuals to comply with release conditions until their removal, while maintaining the level of risk management considered appropriate for each individual. Case Management principles contribute to the management of that risk through the facilitation and coordination of necessary services, as documented in a supervision plan, based on a comprehensive assessment of the client’s risk and needs, and by providing for appropriate monitoring and intervention levels (low, medium, high) to allow for the release and supervision in the community of as many eligible individuals as possible. 
    
    2.2 Tasks 
    
    1. The Contractor must provide CCMS services for individuals requiring low, medium and high intervention programming, under direction of the CBSA, which includes programming for men, women, families and minors. 
    
    2. The scope of activities to be performed by the Contractor are articulated within the following phases: Eligibility Assessment Phase; Enrolment Services Phase; Case Management & Community Supervision Phase; Case Review Phase; and Performance and Contract Reporting Services. Additionally the Contractor must provide, under the Case Management & Supervision Phase support services to individuals enrolled in the CCMS program, which include but are not limited to: 
    
    a. Case management and compliance programming; 
    b. Health support;
    c. Mental health assistance;
    d. Addiction & substance abuse counselling and support;
    e. Housing and employment; and
    f. Child-related or family needs.
    
    3. Prior to the launch of the CCMS program and the Contract in-service date, the Contractor must participate in an onboarding phase, in conjunction with the CBSA to establish operations and protocols related to the administration of the CCMS program.
    
    4. The Contractor must have a physical presence and provide CCMS services at various locations across the Greater Toronto Area region, which is defined as a region with a geographical distribution extending to Oshawa Ontario to the East, Burlington Ontario to the West, Perry Sound to the North and bordered by Lake Ontario. 
    
    5. The Contractor must be available in-office between the core hours of Monday-Friday 8am-4pm and on-call via telephone, 24 hours a day, 7 days a week to respond to emergency situations related to the Contractors current CCMS enrolled caseload, as required by the CBSA. 
    
    6. The Contractor must ensure they have the capacity to accept all individuals referred to it by the CBSA and/or the Immigration Refugee Board (IRB) into the CCMS program.
    
    7. The CBSA anticipates an average of approximately 829 clients annually participating in low and medium intervention programming across Canada, with approximately 426 in the GTA to be serviced by this contract .This does not represent a program limit, as numbers of eligible clients can vary depending on immigration processes and flows. 
    
    3. 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. The Contractor must be a not-for-profit organization who has been operating as such for a minimum of ten (10) years. 
    
    2. The Contractor must be located in the Greater Toronto Area Region (GTAR) providing services in GTAR for a minimum of ten (10) years.
    
    3. The Contractor must have a minimum of ten (10) years of experience providing community case management and supervision services in both the immigration and criminal context (individuals currently or previously, detained under authority of the Canada Border Services Agency and Correctional Services Canada). 
    
    4. The Contractor must have a minimum of ten (10) years of experience providing community case management and supervision services which include enforcement of non-compliance conditions.
    
    5. The Contractor must have a minimum of ten (10) years of demonstrated experience working with federal and/or provincial and/or municipal governments. 
    
    6. The Contractor must have a minimum of five (5) years of experience in the last ten (10) years delivering services through a formalized agreement (e.g. contract, Grant, service level agreement) to the federal and/or provincial governments. 
    
    7. The Contractor must have a minimum of ten (10) years of experience managing individuals released to the community under their care and control who have been assessed as requiring low and/or medium level intervention case management and supervision services, and which include all of the following: 
    
    a. Providing health and mental health services or referrals to programs that provide health and mental health services
    
    b. Providing addiction counselling services or referrals to programs that provide addiction counselling services
    
    c. Providing information or referrals regarding housing and employment 
    
    d. Providing information or referrals regarding family or child related needs which could include childcare, education, etc.
    
    e. Providing services to allow for regular in-person reporting
    
    
    8. The Contractor must be able to provide services in English. 
    
    9. The Contractor must have, for a minimum of five (5) years, been part of a network of organizations that contribute to the management and care of individuals under CCMS programming.   
    
    10.  The Contact must have previous experience testifying or acting as a witness in court or tribunal proceedings as it relates to the imposition of release conditions on individuals.
    
    
    4. Justification for the Pre-Identified Supplier
    
    This vendor has significant experience delivering case management-focused release programming for immigration and criminal release clients in the GTAR. This experience contributes to a comprehensive understanding of community release and the applicable of case management principles, as it relates to the management of individuals subject to specific and restrictive conditions of criminal or immigration release.  
    This also provides assurance of experience in the enforcement and management of an individual’s non-compliance with conditions. 
    This vendor has demonstrated experience delivering community release programming in a safe, controlled and supervised manner, to individuals that pose some security risk to the public and require services related to health, mental health, addiction, housing, employment and child-related needs. 
    
    This vendor has demonstrated experience ensuring the integrity of the release of individuals under their care and has demonstrated that risks can be sufficiently and continually mitigated. This includes demonstrated statistics on client loss ratio and initiating actions to locate individuals if they do not appear for their required services. 
    
    This vendor has established and actively managed an extensive network of Not for profit (NFP) and Non-Government Organizations in the GTAR to provide for specific care and specialized needs of individuals in the community. This includes established relationships with organizations in the immigration continuum. 
    
    This vendor has a well-established partnership with correctional services (provincial) to deliver community release programming for individuals subject to criminal release conditions across the GTAR. Some individuals subject to immigration release may also be subject to release conditions imposed by a criminal court. In conjunction with CBSA’s ATD CCMS programming, parallel but complementary release conditions may be imposed on those who are released in the immigration context.  This vendor has extension knowledge of conditions as they relates to the criminal environment so as to ensure that any condition imposed by the CBSA or the IRB, as it relates to the administration of a CCMS supervision plan, does not counter or contradict any condition that may have been imposed in the criminal context, resulting in an accidental breach of conditions. This experience is imperative to minimize client loss and cost to the crown. 
    
    This vendor has extensive experience working with all levels of government to delivery community case management programming, and has established a solid track record and a reliable reputation working with individuals release into the community under a supervision agreement.  They have experience managing clients in accordance with privacy legislation and in accordance with prescribed government (federal and provincial) policies. 
    
    5. Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) - "only one person is capable of performing the work").
    
    6.  Period of the proposed contract
    
    The proposed contract is for a period of two (2) years and three (3) months, from Date of Contract Award with an option to extend the contract for three (3) one year periods.
    
    
    7. Cost estimate of the proposed contract
    
    The estimated value of the proposed contract is $ $6,882,564 (applicable taxes extra).
    
    8. Name and address of the pre-identified supplier
    
    The Toronto Bail Program
    27 Queen Street East
    Suite 203
    Toronto, ON
    M5C 2M6
    
    9. 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 of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    10. Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is October 17, 2017 at 14:00 hrs EDT
    
    11. Inquiries and statements of capabilities are to be directed to:
    
    Name : Tase Grozdanovski 
    Address: 33 City Centre Dr, Suite 480C, Mississauga, ON L5B 2
    Telephone: 905-615-2081
    E-mail: tase.grozdanovski@pwgsc.gc.ca
    
    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
    Grozdanovski, Tase
    Phone
    (905) 615-2081 ( )
    Email
    tase.grozdanovski@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature

    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: