Files number: 21301-26-4935187_ Répit du Passant (CHC)
21301-26-4935087_ Point de Rencontre CHC)
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 Based-Residential Facilities are able to meet its requirements. Community Based-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.
The work will involve the following:
1.1 Objectives
Provide accommodation, 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 following scope of work applies for all contracts. Work to be performed under the contract includes, but is not limited to the following:
1.2.1 Offer residential services for federal offenders on release.
1.2.2 Provide residents with support and guidance in their reintegration efforts, providing them with basic information so they can contact community support groups and other organizations according to their individual needs.
1.2.3. 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.
1.2.4 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
Community Based-Residential Facilities, 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.
They must also comply with all zoning, health, safety, construction and fire protection codes and regulations, as well as all Commissioner’s directives (CD), Standing Operating Practice on official languages and any other CSC standards.
1.5 Deliverables:
1.5.1 Hosting and support services, administrative requirements including reporting obligations, and the supervision of higher-risk offenders within the community.
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:
1.6.1 Location of work:
a. The Contractor must render the services 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 and French) asked by the offender. The contractor that does not assure a direct surveillance, has to, in his case, provide the services in the official language (English and 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:
1. 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 (if applicable), attached at Annex C;
(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:
Experience:
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.
The organization that runs an ERC must be a legal entity, such as a non-profit organization or a private for-profit enterprise and is governed by a board of directors whose members are drawn from the community.
Academic qualifications:
Professional designation, accreditation and/or certification:
The organization must be certified by representatives of federal and provincial authorities (CSC and SCQ). Certification is based on compliance standards that have been approved by CSC, the Quebec Correctional Services (QCS) and the Association des services de réhabilitation sociale du Québec (ASRSQ).
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 Indigenous Business
This 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 Supplier
There is a restricted number of qualified service providers in the area 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.
The Suppliers are the only Canadian organizations that can perform the scope of work, given their history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This Suppliers are uniquely positioned to provide these services given their specific mandate to provide accommodation, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, and those subject to Long-Term Supervision Orders.
The 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:
(d) Only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. Period of the proposed contract or delivery date
See section 12. Name and address of the supplier selected in advance.
11. Cost estimate of the proposed contract
See section 12. Name and address of the supplier selected in advance.
12. Name and address of the pre-identified supplier
EAST-WEST QUEBEC DISCTRICT
Name: Répit du Passant (CHC)
Address: 205, rue St-Cyprien, Rimouski, Québec, G5L 3J4
Period of the proposed contract: one-year, from April 1, 2025 to March 31, 2026 with an option to extend the contract for 5 additional one-year periods.
Cost estimate of the proposed contract including options: $ 1 740 582,49 (GST/HST extra)
Name : Point de rencontre (CHC)
Address : 619, rue de l’Hôpital, Baie Comeau, Québec, G5C 3H2
Period of the proposed contract: one-year, from April 1, 2025 to March 31, 2026 with an option to extend the contract for 5 additional one-year periods.
Cost estimate of the proposed contract including options: $ 967 444,02 (GST/HST extra)
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. 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 capabilities
The closing date and time for accepting statements of capabilities is March 12, 2025, 2:00 PM (EDT).
15. Inquiries and submission of statements of capabilities
Eloïse Clément
Regional Officer, Contracting and Materiel Services
Service correctionnel du Canada
250, Montée St-François
Laval (Québec) H7C 1S5
Telephone: 514-234-6283
E-mail: eloise.clement@csc-scc.gc.ca