Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Канады


21301-26-4938427 / 21301-26-4938489 - Satellite Apartments (Канада - Тендер #61869651)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Канада (другие тендеры и закупки Канада)
Организатор тендера: www.merx.com
Номер конкурса: 61869651
Дата публикации: 26-02-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Basic Information

Reference Number

cb-888-18609656

Issuing Organization

Correctional Service Canada

Solicitation Type

ACAN - Advance Contract Award Notice (Formal)

Solicitation Number

21301-26-4938427 / 21301-26-4938489

Title

Satellite Apartments

Source ID

PWGSC

Agreement Type

None

Details

Location

Quebec

Dates

Publication

2025/02/25 12:00:00 AM EST

Closing Date

2025/03/12 02:00:00 PM EDT

Contact Information

Eloïse Clément-Ferland

(514) 234-6283

eloise.clement@csc-scc.gc.ca


Description

Files number: 21301-26-4938427_La Petite Ferme de l’Auberge
21301-26-4938489_Maison St-Dominique

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 self-managed hosting service, 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 who have mental health issues.

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.

1.3 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, their managers, employees and subcontractors shall be legally bound to comply with all applicable laws and regulatory requirements at the territorial, provincial, municipal and local levels.

They must also comply with all zoning, health, safety, construction and fire protection codes and regulations, as well as all Commissioner’s directives (CD), Standard Operating Practice on Official Languages and any other CSC standards.


1.5 Deliverables:

1.5.1 Hosting and support services.

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, presenting a mental health issue.

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 and presenting a mental health issue.

Organization is a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.

Professional designation, accreditation and/or certification:

The organization must be subject to a community assessment by CSC representatives. The district director will subsequently approve the use of the targeted organization.

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

The period of the proposed contracts is mentioned here below; SEE THE VALUES GIVEN IN ARTICLE 12 of this document.

11. Cost estimate of the proposed contract

The estimated value of these contracts is mentioned here below; SEE THE VALUES GIVEN IN ARTICLE 12 of this document.

12. Name and address of the pre-identified supplier

Name: La Petite Ferme de l’Auberge (Appartement Satellites)
Address: 728 chemin Bachand, Roxton Falls, Québec, J0H 1E0
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: $ 223 400.38 (GST/HST extra)

Name: Maison St-Dominique (Appartement Satellites)
Address: 20 rue Guilbault Est, Montréal, Québec, H2X 1A1
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: $ 1 041 057.71 (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

See more Disclaimer Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on canadabuys.canada.ca/en/tender-opportunities, the authoritative location for GC tenders.

You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through canadabuys.canada.ca/en/tender-opportunities.

This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the canadabuys.canada.ca/en Terms and Conditions for more information.

Contains information licensed under the Open Government license - Canada. Contains data reproduced and distributed with the permission of the Government of Canada, on an "as is" basis.

Источник закупки

Перейти

Импорт - Экспорт по стране Канада

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru