Community Housing Center and Special Needs Services

expired opportunity(Expired)
From: Canada(Federal)
21301-24-4322155

Basic Details

started - 15 Mar, 2023 (13 months ago)

Start Date

15 Mar, 2023 (13 months ago)
due - 29 Mar, 2023 (13 months ago)

Due Date

29 Mar, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
21301-24-4322155

Identifier

21301-24-4322155
Correctional Service of Canada

Customer / Agency

Correctional Service of Canada
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

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) is the federal organism responsible for administering sentences of two (2) years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on
an ongoing basis, CSC defines its needs and concluded into contractual arrangements with community residential facilities are able to meet its requirements. Community Residential Facilities contribute to the management of that risk by ensuring that suitable accommodation, social and economic support systems, monitoring and intervention are in place, thereby assisting conditionally released federal offenders.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 tasks to be performed by the Contractor under the contract include, but are not limited to the following:Residential services for federal offenders on conditional release;Provision of security services, including the monitoring of resident activities and destinations while away from the facility;Assisting residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident’s individual requirements;Providing ongoing liaison with local police agencies.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 Community Housing Centres (CHC) and their 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 CHC must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The CHC premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.1.5 Deliverables:1.5.1 Accommodation services, specialized services for offenders with special needs, enhanced residential interventions (ERI), supervision, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders1.5.2 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 at his place of work; b. Travel No travel is anticipated for performance of the work under this contract.1.6.2 Language of Work:The contractor that assures the direct case surveillance must provide all services in the official language (English or French) asked by the offender, and that, including the writing of the report. The contractor that does not assure a direct surveillance, has to, in his case, provide the services in the official language (English or French) asked by the offender, but is not required to assume the translation costs of the report.1.6.3 Security Requirements:This contract includes the following security requirements:SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE No. 21301-24-43221551. The Contractor must, at all times during the performance of the Contract, 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 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 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 must comply with the provisions of the: (a) Security Requirements Check List and security guide reproduced for this contract; (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: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;Must have a minimum of two (2) years of 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.Organization must be a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.3. Applicability of the trade agreement(s) to the procurementThis procurement is not subject to any trade agreement.4. Set-aside under the Procurement Strategy for Indigenous BusinessThis 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 SupplierThe 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: paragraph (d) only one person is capable of performing the contract.8. Exclusions and/or Limited Tendering ReasonsThis procurement is not subject to any trade agreement.9. Ownership of Intellectual PropertyThere are no intellectual property terms in the contract.10. Period of the proposed contract or delivery dateThe proposed contract is for a period of one (1) year, from April 1 st, 2023 to March 31 st, 2024 with an option to extend the contract for three (3) additional one-year periods.11. Cost estimate of the proposed contractThe estimated value of the contract, including option(s), is $ 2 349 535.06 (GST/HST extra).12. Name and address of the pre-identified supplierName: Résidence Lafleur inc.Address: 101, rue Lac Lambert Sainte-Angèle-de-Prémont (Québec) J0K 1R013. Suppliers' right to submit a statement of capabilitiesSuppliers 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 capabilitiesThe closing date and time for accepting statements of capabilities is March 29 th, 2023 at 2:00 PM EDT.15. Inquiries and submission of statements of capabilitiesInquiries and statement of capabilities are to be directed to:Manon PaulinRegional OfficerContracting and Materiel ServicesCorrectional Service of Canada250 Montee Saint-FrançoisQuebec, Quebec H7C 1S5Telephone: 514-235-9056Facsimile: 450-664-6626E-mail: Manon.Paulin@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 Contracting organization Organization Correctional Service of Canada Address 340 Laurier Ave W Ottawa, Ontario, K1P0P9 Canada Contracting authority Paulin, Manon Phone 514-235-9156 Email manon.paulin@csc-scc.gc.ca Address 250, Montée Saint-François Laval, QC, H7C 1S5 CA Buying organization(s) Organization Correctional Service of Canada Address 340 Laurier Ave W Ottawa, Ontario, K1P0P9 Canada

340 Laurier Ave W Ottawa, Ontario, K1P0P9 CanadaLocation

Address: 340 Laurier Ave W Ottawa, Ontario, K1P0P9 Canada

Country : CanadaState : Ontario

You may also like

RFP: Vision Services

Due: 06 May, 2024 (in 4 days)Agency: Chicago Public School

Home and Community based Services

Due: 28 Jun, 2024 (in 1 month)Agency: Delaware Department of Health and Social Services

COMMUNITY NURSING HOME FOR WINDSOR HEALTHCARE CENTER - PROVIDE SERVICES TO VETERANS IN THIS AREA.

Due: 31 Mar, 2026 (in 23 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.