Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Suppliers on permanent list or able to meet qualification requirements Attachment: Nons.
The Treatment Centre must have written plans for dealing with fire, medical emergencies (including pandemic situations) and natural disasters, and the staff must be trained accordingly. The Treatment Centre must provide a copy of these plans to the Project Authority.
The Treatment Centre must ensure that staff members, volunteers and students have the qualifications required and receive proper training and orientation prior to assuming responsibility for their duties. The Treatment Centre must also provide ongoing training to staff/volunteers/students essential for their assigned duties and responsibilities. The Treatment Centre must ensure that staff/volunteers/students have reached the age of majority in the province of operation.
If applicable and where required, the Hostel will provide a strategy to accommodate diverse cultures and spiritualities, including, but not limited to, Aboriginal culture and spirituality.
1.5 Deliverables:
Provision of three meals per day which follow the Canada Food Guide. Provision of security services, including the monitoring of resident activities and destinations while away from the facility. Provide assistance to 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.
Provide a Substance Abuse Program Component Provide ongoing liaison with local police, community agencies and Correctional Service Canada
Monthly Utilization Reports indicating total utilized beds by resident's name, FPS number and gender;
Monthly Living Allowance Report by resident's name, FPS number and gender;
Incident/occurrence reports, as they occur; including monthly Resident Action Plans
Annual Audited Financial Statements;
Other reports, requested by Correctional Service Canada; including monthly Resident Action Plans
All logs or other documented information on offenders when requested by Correctional Service Canada
1.5.2 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:
Location of work:
The Contractor must perform the work at various locations in the Ontario Region
Travel to Federal institutions will be required to participate in institutional fairs and to assess applicants who request admission into the facility.
1.6.2 Language of Work:
The contractor must perform all work in English, to deliver the services and deliverables.
1.6.3 Security Requirements:
This contract includes the following security requirements:
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CISD/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.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
5. The Contractor/Offeror must comply with the provisions of the:
(a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
(b) Industrial Security Manual (Latest Edition)
2. Minimum essential requirements:
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
A. 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;
B. 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.
3. Applicability of the trade agreement (s) to the procurement
This procurement is not subject to any trade agreement.
4. Set-aside under the Procurement Strategy for Aboriginal Business
This procurement is not subject to any set-asides for Aboriginal Suppliers.
5. Comprehensive Land Claims Agreement (s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
There is a restricted number of qualified service providers in the areas specified under 1.6.1 Location of work who are willing and available to provide residential services to offenders on conditional release in order to meet CSC's offender accommodation needs in the community.
7. Government Contracts Regulations Exception(s)
The following exception to the
Government Contracts Regulations
is invoked for this procurement under subsection:
(d) only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. The period of the proposed contract or the delivery date(s)
The proposed contracts are for a period of 6 months, from
October 1, 2016 to March 31, 2017
, with an option to extend the contract for 1, 2 and 5 additional one-year periods.
11. A cost estimate of the proposed contract
Maison Decision House - the estimated value of the contract, including option(s), is approximately
$1,241,854.70
(GST/HST extra).
North Bay Recovery Home – the estimated value of the contract, including option(s), is
Approximately
$1,517,648.86
(GST/HST extra).
Seven South Street Treatment Centre – the estimated value of the contract, including option(s),
is approximately
$1,670,364.69
(GST/HST extra).
Stonehenge Therapeutic Community – the estimated value of the contract, including options(s),
is approximately
$1,853,692.14
(GST/HST extra).
12. Name and address of the pre-identified supplier
Maison Decision House
37 Irving Ave.
Ottawa, Ontario
K1Y 1Z2
North Bay Recovery Home
393 Oak Street West
North Bay, Ontario
P1B 2T2
Seven South Street Treatment Centre
7 South Street
Orillia, Ontario
L3V 3T1
Stonehenge Therapeutic Community
60 Westwood Road,
Guelph, Ontario
N1H 7X3
13. 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 and time of this notice. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. The closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is
Friday, September 30th, 2016 at 1400 hours.
15. Enquiries and submission of statement of capabilities
Enquiries and statement of capabilities are to be directed to:
Ryan McGonegal
Contracting Officer
one Competitive Procurement Strategy: Best Overall
Proposal Comprehensive Land Claim Agreement: No Nature of Requirements:
TBIPS -
Application/Software Architect, Programmer Analyst, Business Transformation Architect
M7594-150909/A Durigan, Angela Telephone No. - (819) 956-5879
Fax No. - (819) 956-5925
This requirement is for: Royal Canadian Mounted Police (RCMP)
This requirement is open only to those Task Based Informatics Professional Services (TBIPS) Supply Arrangement Tier 2 Holders who qualified under the Task-Based Informatics Professional Services.
The RFP is issued against the (TBIPS) Supply Arrangements (SA) PWGSC file number EN578-055605/E.
All terms and conditions of the SA apply & shall be incorporated into any resulting contract.
Description of requirement
The Royal Canadian Mounted Police (RCMP) requires Informatics Professional Services of the following category of personnel, on an "as and when requested" basis, to assist with the ongoing development and deployment of the Integrated Information Service (IIS) application.
The IIS is a query tool designed to provide Royal Canadian Mounted Police (RCMP) operational members with the ability to search multiple data systems from a single point, including both structured and unstructured data. The underlying data infrastructure for the IIS solution has been developed using IBM's DataStage and Change Data Capture/Change Data Delivery (CDC/CDD) software.
Additionally, the IIS infrastructure is being leveraged to provide a feed to the Identity Insight software, an entity and association resolution tool.
RESOURCE CATEGORY LEVEL OF EXPERTISE ESTIMATED NUMBER OF RESOURCES REQUIRED
Application/Software Architect (DataStage) Level 3 1 Application/Software Architect (Change Data Capture) Level 3 1 Programmer/Analyst Level 1 5 Business Transformation Architect Level 2 1
Proposed period of contract
The proposed period of contract shall be from contract award for a period of one year, with the option to extend the contract by up to 2 additional one-year periods.
Delivery Date: Above-mentioned
The Crown retains the right to negotiate with suppliers on any procurement.
Documents may be submitted in either official language of Canada.