Canada - Support and Assistance for Women under Judicial Control Services (21301-20-3225920)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
24 October 2019
Opportunity publication date
09 October 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

21301-20-3225920 - Support and Assistance for Women under Judicial Control Services
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 requirement:
The Correctional Service Canada has a requirement to provide Support and Assistance for Women under Judicial Control Services. The work will involve the following:
Objectives: Enable women, in federal custody, to maintain significant and positive relationships with the community in general and with their children. Via this contract a structure shall be put in place to reply to the needs of women in the process of community reintegration, more specifically relating to support and assistance for a successful return to the community so that the women may properly assume their parenthood situation. The main activities will occur in the institutions and in the community with the targeted women. The purpose of the activities shall be to have the women acquire tools to develop and maintain proper functioning in the community, improve their social skills, promote developing their parenting skills and ultimately improve their autonomy.

1.2 Tasks:
The Contractor undertakes to provide the following services:
– Individual orientation sessions to meet women offenders' specific needs (in the institution and/or community) in preparation for their return (or during their return) to the community, especially with respect to the following:

Coaching on administrative procedures (help in resolving court cases, child custody, welfare and/or health insurance and/or social insurance requests);
Help with food service resources;
Help with resources providing personal and family financial assistance;
Job search assistance; and
Assistance in finding lodgings.

– Individual counselling sessions to help offenders with their communication, personal behaviour and parenting skills.
– Telephone help and support service for the target clientele.
– A location (drop-in centre, service location or other sites) where the clientele can go to access the services listed above.
– Visits to Joliette Institution — at least quarterly or more depending on needs — to familiarize women offenders with the services the organization offers as part of this contract and to encourage them to proactively prepare for reintegrating in the community.
The Contractor shall:

undertakes to obtain the necessary personnel for the execution of the work. In case of volunteers, they must have reached the age of majority and will be required to take CSC certified training in volunteer coaching
be responsible for the security screening of the proposed volunteers in accordance with Security Requirements ;
submit the list of volunteers recruited to carry out the activities with the offenders;
undertakes to give the CSC-certified training within thirty (30) days of the signing of the contract; the volunteer personnel must have been trained before work commences. The Contractor shall ensure that the training given enables the volunteers to interact with the offenders and their family members appropriately, responsibly, safely and in accordance with CSC directives currently in force.
The Contractor shall include with the monthly invoice a detailed report on the activities undertaken with the clientele served (at Joliette Institution and in the community on the island of Montreal).

Performance standards: The Contractor’s service location shall meet the following criteria:


Be located on the Island of Montreal and be easily accessible via public transportation (metro and bus);
Receive and counsel the clientele at the location at least four (4) day a week (Monday to Sunday);
Provide at least thirty-two (32) hours of accessible service at the location during, at a minimum, four (4) days a week (Monday to Sunday) for women offenders and/or their children and/or their family members;
Ensure the presence of at least one caseworker (a trained volunteer and/or qualified employee) during operating hours at the service location.

Sessions undertaken with the clientele to provide assistance and support shall enable the women offenders to acquire and improve the following abilities:

Communication skills: improve the ability to send a verbal or non-verbal message constructively and effectively, encourage a response from the other person, and, depending on the latter, modify how the message is conveyed.
Autonomy: acquire the tools to enable making one's own choices and decisions, take responsibility for one's actions with a view to managing one's life in a healthy manner.
Problem-solving ability: acquire the means to recognize, objectively analyze and find a solution to a problem situation, and implement the action(s) to resolve it.
Parenting ability/skills: especially meet the needs of the woman offender's child, provide proper answers and sufficient emotional commitment to the child, carry out one's parental role appropriately and meet the child's intellectual and educational needs.

One meeting session only may not necessarily satisfy all the above-mentioned requirements; nevertheless the Contractor undertakes to maintain an up-to-date registry with the following information:

First name and family name of the individuals who received counseling/support/assistance services;
Date of the activity;
Kind of activity (done by telephone or in person); and
The skills worked on during the activity.

The Contractor shall provide this up-to-date registry to CSC upon request. There must be at least fifteen (15) calendar days between CSC's consultation request for access to the registry.
Deliverables:
1.4.1 Each month the Contractor shall provide CSC the centre's opening hour’s schedule (32-hour per week), the number of interventions (30-minute interaction per month) with the clientele, the number of visits by women offenders and/or their family members that month, and the number of women offenders under a federal warrant.
1.4.2 Planned meetings
Regular communication between the project manager and the Contractor is expected in order to guarantee mutual agreement and appropriate project progress. 
The project manager reserves the right to call meetings as needed, based on how the project is progressing.
The Contractor must immediately inform the project manager, by telephone or email, of any problem arising during the activities that could affect their progress. Only the first name of the persons (with the initial of the surname) must be indicated on this correspondence.
1.4.3 Location of Work
a) Activities shall be held with and services provided to women under a federal warrant of committal or who have had problems with the justice system. The Contractor shall perform the work at Joliette Institution and in the community of the island of Montreal using qualified personnel and/or volunteers trained to meet the contract requirements.
b) Travel
The Contractor must go to the following locations to perform the work set out in the contract:
Joliette Institution
400 Marsolais Street
Joliette, Quebec J6E 8V4
In the community on the island of Montreal.
1.4.4 Language of Work
The contractor must perform all work in French or English.
1.4.5 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), issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC ) .
2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/ PWGSC .
3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/ 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 _____ (to be specified in the contract) ;
b) Industrial Security Manual (Latest Edition).
2. Criteria for assessing 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 :
The Contractor must have significant experience (a minimum of five (5) years) in the field of assisting and supporting a female and/or male clientele, having had problems with the criminal justice system, experiencing or having trouble in social adjustment and having to intervene in correctional or community environment.
Academic qualifications:
The person proposed by the Contractor to coordinate activities with the offenders must have a recognized Canadian university degree in Psychology / Criminology / Social Sciences / Helping Relationships. The person must have one (1) year's experience in delivering services to women offenders or women who have or have had difficulties with the criminal justice problems.
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
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 the delivery date(s)
The proposed contract is for a period of two (2) years, from November 1, 2019 to October 31, 2021 with an option to extend the contract for three (3) additional one-year periods.
11.Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $ 780 000.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Continuité Famille auprès des Détenues (CFAD)
Address: 5128, West Notre-Dame St.
Montreal (Quebec) H4C 1T3
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 October 24th, 2019 at 2:00 PM EDT.
15. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Véronique Fortin
Regional Procurement Officer
Correctional Service of Canada
250, Montée Saint-François
Laval (Quebec) H7C 1S5
Telephone: 450-661-9550, ext. 3302
Facsimile: 450-664-6626
E-mail: Veronique.Fortin@csc-scc.gc.ca

Opportunity closing date
24 October 2019
Value of contract
to be confirmed

About the buyer

Address
Correctional Service of Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?