CSC - Integrated Correctional Program Model (ICPM) - Community
Maintenance Program - Multi Target

Solicitation number 21280-150001/A

Publication date

Closing date and time 2014/03/27 12:30 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: 
    John Howard Society Of Newfoundland
    426 Water Street
    St. John's Newfoundland and Labrador
    Canada
    A1C1E2
    Nature of Requirements: 
    CSC - Integrated Correctional Program Model (ICPM) - Community
    Maintenance Program - Multi Target (CMP_MT) - Zones A and B.
    
    Definition of requirement
    Correctional Service of Canada, Moncton, New Brunswick has a
    requirement for the provision of services as specified under
    "Background" below. The purpose of this Advance Contract Award
    Notice (ACAN) is to signal the government's intention to award a
    contract for these services to John Howard Society of
    Newfoundland, St. John's, NL.  Before awarding a contract,
    however, the government would like to provide other suppliers
    with the opportunity to demonstrate that they are capable of
    satisfying the requirements set out in this Notice, by
    submitting a statement of capabilities during the 15 calendar
    day posting period.  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.
    
    
    Background
    
    Public Works and Government Services Canada on behalf of
    Correctional Service of Canada has a requirement for the
    delivery of a contract to provide an Integrated Correctional
    Program Model (ICPM) - Community Maintenance Program - Multi
    Target (CMP_MT) - Zones A and B.
    
    As part of its mandate, the Correctional Service of Canada (CSC)
    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. 
    Candidates who meet the selection criteria shall be referred to
    the Contractor by the Correctional Service of Canada (CSC).
    
    The ICPM - Community Maintenance Programs - Multi-target is an
    integrated self-management program 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.  
    
    Criteria for Assessment of Statement of Capabilities
    
    Demonstrate that their firm/organization have at least one (1)
    year of experience within the last five (5) years in project(s)
    involving counselling and/or intervention services with at-risk
    clients in an organization that delivers services to persons who
    have been referred to them by a professional or federal or
    provincial department.
    
    Demonstrate that the proposed facilitator(s) have at least one
    (1) year of experience within the last five (5) years in
    assessing human behaviour. 
    
    Demonstrate that the proposed facilitator(s) have at least one
    (1) year of experience within the last five (5) years in
    intervening with individuals and/or providing individual or
    group interventions aimed at changing human behaviour with
    various clientele, such as individuals who had: mental illness,
    been involved in the criminal justice system, been homeless,
    financial or personal problems which interfered or prevented
    them from functioning at work. 
    
    Demonstrate that the proposed Facilitator(s) is a graduate from
    a recognized university in a field that focuses on understanding
    and assessing human behaviour (such as a BA in the area of 
    Psychology, Sociology, Social Work, Criminology or Education); 
    - OR -
    
    Demonstrate that the proposed Facilitator(s) is a graduate from
    a recognized university and an additional combination of post
    secondary studies in a field that focuses on understanding and
    assessing human behaviour.
    
    Include complete résumés for each proposed facilitator(s)
    
    
    Applicability of the trade agreement(s) to the procurement 
    None
    
    Comprehensive Land Claims Agreement(s)
    None
    
    Justification for the Pre-Identified Supplier 
    The proposed contractor is the only known organization capable
    of successfully completing this work.  No other organization
    possesses the necessary infrastructure , experience or working
    knowledge to deliver this project.
    
    Government Contracts Regulations Exception:
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6(d) - only one
    person is capable of performing the work.
    
    Exclusions and/or Limited Tendering Reasons 
    None
    
    Ownership of Intellectual Property.
    Canada intends to retain ownership of intellectual property
    rights arising from the performance of the work under the
    resulting contract on the following grounds:  Statutes,
    regulations or previous obligations of Canada to a third party
    or parties preclude contractor ownership of the Intellectual
    Property Rights in Foreground information.
    
    The period of the proposed contract or the delivery date(s).
    
    The proposed contract is for a period of one year from April 1,
    2014 to March 31, 2015 with options to renew for four separate
    and additional one year periods at April 1, 2015, 2016, 2017 and
    2018.
    A cost estimate of the proposed contract. 
    The estimated value of the contract is $514,932.85 HST included.
    Name and address of the pre-identified supplier:
    John Howard Society of Newfoundland
    426 Water Street
    St. John's, NL   A1C 1E2
    
    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.
    
    The closing date for a submission of a statement of
    capabilities. 
    The closing date and time for accepting statements of
    capabilities is :
    March 27, 2014 at 2:00 p.m. NST.
    
    Inquiries and statements of capabilities are to be directed to:
    Janice Baird, Supply Specialist
    Public Works and Government Services Canada
    The John Cabot Building
    10 Barter's Hill, Box 4600
    St. John's, NL   A1C 5T2
    
    Telephone:  709-772-8667
    Facsimile:  709-772-4603
    E-mail:  janice.baird@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
    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
    Baird, Janice
    Phone
    (709) 772-2999 ( )
    Fax
    (709) 772-4603
    Address
    Cabot Place, Phase II, 6th Floor
    Box 4600
    St. John's, NL, A1C 5T2

    Buying organization(s)

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

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Newfoundland and Labrador
    Procurement method
    Non-Competitive
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.