Tender Details
Title

Urinalysis Collection Services - Greater Toronto/Hamilton and surrounding area

Country
Language
English
Organization
Published Date
17.10.2024
Deadline Date
04.11.2024
Overview
Correctional Service Canada Urinalysis Collection Services - Greater Toronto/Hamilton and surrounding area Urinalysis Collection Services - Greater Toronto/Hamilton and surrounding area - 21480-28-4811365 | PhoneCall Us: (800) 964-6379 / (613) 727-4900   Canadian Tenders U.S. Tenders Private Construction   Offering Pricing Buyers  ​ 21480-28-4811365 - Urinalysis Collection Services - Greater Toronto/Hamilton and surrounding area This solicitation is OPEN Notice Categories Notice Categories Print Share Basic Information Reference Number cb-314-40210896 Issuing Organization Correctional Service Canada Solicitation Type ACAN - Advance Contract Award Notice (Formal) Solicitation Number 21480-28-4811365 Title Urinalysis Collection Services - Greater Toronto/Hamilton and surrounding area Source ID PWGSC Agreement Type None Details Location Ontario Dates Publication 2024/10/17 12:00:00 AM EDT Closing Date 2024/11/04 02:00:00 PM EST Contact Information Monika Alexander (647) 234-2934 monika.alexander@csc-scc.gc.ca Description 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 has a requirement to provide Urinalysis Collection Services for male offenders in the Greater Toronto/Hamilton and surrounding area. The work will involve the following: Objectives: Consistent with the Mission Statement and Strategic Objectives of the Correctional Service of Canada (CSC), the contractor must provide a Urinalysis Collection Program for the Greater Toronto/Hamilton and surrounding area. 1.2 Tasks: 1.2.1 The Contractor must: 1. Upon referral, collect urine samples from federally released male offenders. These collections may occur in the Parole Office, Reporting Centre, Community Based Residential Facility (CBRF), Community Correctional Centre (CCC), the offender’s private residence, or in an area designated by CSC. 2. Provide a collector that must be of the same gender as the offender providing the sample. 3. Accurately label and store/package samples to prevent contamination or tampering. 4. Record necessary information, including time of collection, participant identification, and other required documentation. 5. Explain the urinalysis process clearly and professionally to participants, maintaining a calm and respectful demeanor. 6. Handle potentially sensitive or uncomfortable situations with discretion and empathy. 7. Ensure the integrity of the sample by confirming required security seals are in place on the container, obtain signatures on the container, and prepare the container for shipment to the specified laboratory for testing. 8. Ship the samples with a bill of lading to the approved laboratory for testing. 9. Collect samples in compliance with Section 66(1) of the CCRA regulations, and CD 566/566-11, or updated policy with the maintenance of privacy, confidentiality and non-disclosure as to the identity of the donor. The contractor must provide the protective gloves to the collectors. 10. Present the offender with form 1064-1 (Community Notification to Provide a Urine Sample) prior to the initial test or at the beginning of a new frequency of urine collection if CSC requests one, obtain the offender’s signature, complete the Chain of Custody Form 1065 for every sample collected and distribute copies of the form as directed. 11. Complete the urinalysis log sheets monthly, or provide a detailed invoice, or both, and forward them to the respective office responsible for the supervision of the offender. 12. Attend court hearings, meetings with auditors, or meet with CSC managers as requested. 13. For all cases assessed by CSC to meet the tandem supervision policy, ensure the collector has tandem partner accompaniment whenever a urine sample is collected in the offender’s private residence or in an isolated community location (CD 715). 14. Immediately notify the CSC supervising parole office in the event of an offender’s refusal or inability to provide a sample, or any suspicious behaviour, or both are noted. If this occurs outside the established working schedule, the contractor must follow National Monitoring Centre protocol. 1.2.2 Collection Schedule: 1. Normally, the contractor must perform collections during regular working hours, Monday to Friday, between 0700 hours and 1800 hours. 2. CSC may request that the contractor collect urine samples, from time to time, on weekends and after normal working hours. 3. CSC may request that the contractor collect urine samples on an emergency basis. The contractor must respond within 3 to 4 hours of being notified of the emergency requirement. 4. The contractor must respond within 24 hours’ notice for any non urgent requests to schedule collection. 1.2.3 Continuity of Services 1. The collector must provide 24 hours’ notice for cancellation of collections. The contractor must provide the notice to the Area Director or Office Urinalysis Coordinator. 2. The contractor must provide a back-up for urinalysis collection, in case of illness, vacation, leave, or the inability to provide urinalysis collection services for a given period. The Departmental Representative or Project Authority will have to approve the back-up. The back-up must complete the CSC Urinalysis Collectors Orientation Program (at the contractor’s expense) before the back-up begins providing any urine collection services. 1.2.4 Support the Contractor CSC will: 1. Ensure that the contractor is provided with all necessary documentation including Regulations, Directives, and Guidelines for compliance to be maintained. 2. Provide procedural instruction in the surveillance, procurement and shipment of samples. 3. Refer offenders for urinalysis testing. 4. Establish procedures for shipment of samples to the CSC specified laboratory for testing. 5. Facilitate the process of securing Reliability Status security clearance for persons providing the services. 6. Provide the required paperwork, sample containers, courier bags, courier bills of lading, cooler to store the collections and an appropriate security storage container for paperwork and referrals. 7. Provide a complete CSC Urinalysis Collectors Orientation Program prior to the collector commencing any urine collection services. The orientation will include safety procedures about reporting to the CSC supervising parole office regarding negative offender behaviour, and the National Monitoring Centre protocol. 1.2.5 Cancellations The contractor must not charge CSC when CSC provides at least 24 hours of notice of cancellation of collections. The Area Director or Office Urinalysis Coordinator will normally provide this notice. When CSC provides less than 24 hours notice of cancellation of collection, the contractor may charge one-half of the collection rate. The Area Director or Office Urinalysis Coordinator will provide the cancellation notice by Telephone notification or telephone message to the contractor. 1.3 Expected results: Successful collection of urine in The Greater Toronto/Hamilton and surrounding area. 1.4 Performance standards: The program must be in compliance with the Corrections and Conditional Release Act, Corrections and Conditional Release Regulations, and Guidelines and Policy under the Act. 1.5 Deliverables: 1.5.1 The contractor must collect urine at various locations in Greater Toronto/Hamilton and surrounding areas. 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 perform the work in the Greater Toronto/Hamilton and surrounding area Parole Offices, Reporting Centre, Community-Based Residential Facility (CBRF), community correctional Centres (CCC), offenders’ private residences and surrounding areas. LOCATIONS: BPO: Brantford Parole Office 195 Henry Street, Unit 6D Brantford, ON N3S 5C9 HPO: Hamilton Parole Office 55 Bay Street North Hamilton, ON L8R 3P7 SCOP: St. Catharines Parole Office 32 Church Street, Suite B St. Catharines, ON L2R 3B6 KCCC: Keele Community Correctional Centre 330 Keele Street, 2nd Floor Toronto, Ontario M6P 2K7 KPO: Keele Parole Office 330 Keele Street, Main Floor Toronto, Ontario M6P 2K7 TWPO: Toronto West Parole Office 350 Rutherford Road South, Plaza 1, Unit 1, Brampton, ON L6W 3P6 TEPO: Toronto East Parole Office 2240 Midland Avenue, 2nd Floor Scarborough, ON M1P 4R8 DPO: Durham Parole Office 40 King Street West, 1st Floor Oshawa, ON L1H 1A4 DTPO: Downtown Parole Office 415 Yonge Street, 5th Floor Toronto, ON M5B 2E7 b. Travel i. No travel is anticipated for performance of the work under this contract. 1.6.2 Language of Work: The contractor must perform all work in English. 1.6.3 Security Requirements: This contract includes the following security requirements: SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: PWGSC FILE No. 21480-28-4811365 1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), 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 remove any PROTECTED information or assets from the identified site(s), and the Contractor 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, PWGSC. 5. The Contractor must comply with the provisions of the: a) Security Requirements Check List and security guide (, 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 at least one year of experience in the last five years prior to ACAN closing date, in conducting urinalysis collections in accordance with established protocols. This includes informing individuals about the process and explaining it to them prior to sample collection, ensuring proper labelling and sealing of urine samples, and conducting urinalysis in a secure and supervised environment. • Must have at least one year of experience in the last five years prior to ACAN closing date, in handling clientele with non-compliance situations, such as refusals to provide a sample or attempts to tamper with the process and must be familiar with protocols for documenting and reporting such incidents. • Must have at least one year of experience in the last five years prior to ACAN closing date, working with privacy-sensitive information or in environments with rigorous legal compliance. • Must have at least one year of experience in the last five years prior to ACAN closing date, in working in community corrections. • Must have at least one year of experience in the last five years prior to ACAN closing date, with urinalysis procedures and understanding of the entire urinalysis collection process, including protocols for ensuring the integrity of the sample. • Must have at least one year of experience in the last five years prior to ACAN closing date, with relevant legal standards, CCRA and Commissionaire Directive relating to urinalysis, such as Chain of Custody procedures. • Must have at least one year of experience in the last five years prior to ACAN closing date, the demonstrated ability to accurately label and store/package samples to prevent contamination or tampering. • Must have at least one year of experience in the last five years prior to ACAN closing date, the demonstrated ability to accurately record necessary information, including time of collection, participant identification, and other required documentation. • Must have at least one year of experience in the last five years prior to ACAN closing date, the demonstrated ability to explain the urinalysis process clearly and professionally to participants, maintaining a calm and respectful demeanor. • Must have at least one year of experience in the last five years prior to ACAN closing date, in handling potentially sensitive or uncomfortable situations with discretion and empathy. Academic qualifications: • Must possess post secondary education in healthcare, criminology, laboratory science, law enforcement/justice studies, or related field. The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada. The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site. 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 limited number of suppliers willing and available to provide urinalysis collection services for male offenders in the greater Toronto/Hamilton and surrounding area. 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 proposed contract is for a period of three years, from December 1st, 2024 to November 30, 2027. 11. Cost estimate of the proposed contract The estimated value of the contract, including option(s), is $416,550.00 (GST/HST extra). 12. Name and address of the pre-identified supplier Name: Ansel Descanzo Address: contractor’s place of business 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 November 4, 2024 at 14:00 EST. 15. Inquiries and submission of statements of capabilities Inquiries and statement of capabilities are to be directed to: Name: Monika Alexander Title: Regional Procurement Officer Correctional Service Canada, Regional Headquarters, Ontario Region Telephone: 647.234.2934 E-mail address: monika.alexander@csc-scc.gc.ca
NAICS
Business Justice Regulation Securities Justice Highway Construction Pulp Other Justice Regulation Highway Scenic and Sightseeing Transportation Colleges Colleges International Courts Agriculture Colleges Courts Highway Photographic Film Environment Other Justice Agencies Construction Process Logging
CPVS
Laboratory, optical and precision equipments (excl. glasses) Collection, transport and disposal of hospital waste Construction work for pipelines, communication and power lines, for highways, roads, airfields and ra... Other containers Microscope eyepieces, condensers, collectors, tubes, stages and covers Mains Command and control system, printing, graphics, office automation and information-processing equipmen... Control, safety, signalling and light equipment Sections Construction, foundation and surface works for highways, roads Publications Wells construction work Office, school and office equipment cleaning services Records Labels Safety cases Seals Other community, social and personal services Construction work Ships Supports Foundation work for highways, roads, streets and footpaths Construction work for highways, roads Paper, printing and bookbinding machinery and parts Intelligence, surveillance, target acquisition and reconnaissance Forms Parts of chain Chain Large containers Gloves Lifting, handling, loading or unloading machinery Rings, seals, bands, sticks and grout packers Installation services of equipment for measuring, checking, testing and navigating Laboratory, hygienic or pharmaceutical glassware Sheets Logs Sheeting work Other services Posts Work gloves Goods used in construction Architectural, construction, engineering and inspection services Security, fire-fighting, police and defence equipment Manuals Storage containers Plates, sheets, strip and foil related to construction materials Dates
UNSPSC
Logs Tampers Post Chains Protective gloves Awards Business cases Labels Storage General goods storage Printing Trade agreements Double room Suite Case making services Seals High school University Securities Tent, for office use Airport Maps, Networks (GIS), Studies Suction pump, manual
Regions
APEC Countries North America Northern America
Sectors
Civil Works Healthcare and Medicine Environment and Pollution-Recycling Automobiles and Auto Parts Non-Renewable Energy Supply Solar Photovoltaic PV Energy Security Services Postal and Courier Services Roads and Highways-Bridge Infrastructure Law and Legal Printing and Publishing Services Travel and Tourism Cement and Asbestos Products Railways-Rail-Railroad Education and Training Defence and Security Electricity Construction Energy-Power and Electrical Computer Hardwares and Consumables Paper and Packaging Laboratory Equipment and Services Construction Materials Marine
URL
Share
To be notified
when a tender matching your filter is published
To Follow
Tenders
Add New Tender Alert
To Follow
Contracts
Add New Contract Alert
To Follow
Fairs
Add New Fair Alert