Indigenous Cultural Reintegration Support Services

Status Awarded

Contract number 21206-24-4383166

Solicitation number 21206-24-4383166

Publication date

Contract award date

Contract value

CAD 163,265.66

    Description

    This contract was awarded to:

    Christopher Brooks

    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 Canada has a requirement to deliver Cultural Reintegration Support Services to Indigenous offenders residing at the Parrtown Community Correctional Centre (CCC), Hart House Community Residential Facility (CRF), Carleton Center Community Residential Facility for Women in the Saint John area and Island View Community Based Residential Facility (CBRF) in Fredericton, New Brunswick.

    The work will involve the following:

    1.1 Objectives:

    To provide traditional teachings, ceremonies, spirituality and guidance to all Indigenous offenders who reside at the Parrtown CCC, Hart House CRF, Carleton Center Community Residential Facility for Women in the Saint John, NB area and Island View CBRF in Fredericton, New Brunswick.

    1.2 Tasks:

    The Contractor must deliver sessions on traditional teachings, ceremonies, spirituality and guidance to the Indigenous offenders on parole in the Saint John and Fredericton, NB areas, which includes the following:

    • Visiting the Saint John, NB area CCC and CBRFs 1.5 days every second week.
    • Providing telephone counselling and video conferencing to offenders in the Saint John area.
    • Visiting the Island View CBRF 2.5 days per week.
    • Transporting offenders to ceremonies in St. Mary’s First Nation.
    • Providing one-on-one counseling to offenders on parole in the Saint John and Fredericton areas.

    This will allow offenders to continue to gain a deeper understanding of their cultural values, beliefs and connection with traditional ceremonies.

    1.3 Expected results:

    The Contractor must provide 1,014 hours/year of traditional teachings, ceremonies, spirituality and guidance to Indigenous offenders on parole in the Saint John and Fredericton, NB areas.

    1.4 Deliverables:

    1.4.1 The Contractor must provide written details of all the services delivered with each invoice.

    1.4.2 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).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The contractor must perform the work at:

    Parrtown CCC/Parole Office
    23 Carleton Street
    Saint John, New Brunswick
    E2L 2Z2

    Hart House Community Residential Facility
    120 Carleton Street
    Saint John, New Brunswick
    E2L 2Z7

    Carleton Centre Community Residential Facility (for Women)
    148 Waterloo Street
    Saint John, New Brunswick
    E2L 3R1

    Island View House Community Based Residential Facility
    65 Brunswick Street
    Fredericton, New Brunswick
    E3B 1G5

    b. Travel

    i. No travel is anticipated for performance of the work under this contract.

    1.5.2 Language of Work:

    The Contractor must perform all work in English.

    1.5.3 Institutional Access Requirements

    Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Contractor personnel, at any time.

    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:

    The supplier must be recognized by their community as an Elder/Cultural Advisor within that community.

    Experience:

    The supplier must have a minimum of five (5) years of experience obtained in the past 10 years prior to the ACAN closing date in delivering spiritual and cultural services and teachings to Indigenous people.
    This experience must include:

     providing counselling and guidance according to the traditions and teachings of their own community; and

     being familiar with and able to conduct a variety of ceremonies with a focus on healing according to their own teachings.

    The supplier must be familiar with and able to provide guidance to staff and offenders regarding the protocols surrounding the use, disposition, and searching of traditional medicines and spiritual effects.

    The supplier must meet with a circle of Elders already under contract with CSC where they will be able to share their experiences and where the Elders will be able to determine the validity of the statement of capabilities.

    CSC reserves the right, at its own discretion, to request that supplier provide a reference letter and/or resume, in addition to their statement of capabilities, to support the knowledge and experience claimed.

    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 set-aside for an Indigenous Supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities. This restriction does not apply to contracts with individuals who are Elders.

    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 available to provide cultural reintegration support services to meet the reintegration needs of CSC Indigenous offenders on parole.

    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

    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. Period of the proposed contract or delivery date

    The proposed contract is from date awarded to March 31, 2024, with an option to extend the contract for two (2) additional 1-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $141,970.14 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Christopher Brooks
    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 May 29, 2023 at 2:00 PM ADT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Claudia Landry, Regional Contract Officer
    1045 Main Street, 2nd Floor
    Moncton, NB E1C 1H1
    Telephone: 506-378-8722
    Facsimile: 506851-6327
    E-mail: claudia.landry@csc-scc.gc.ca

    Business address

    Contractor's place of business

    Fredericton, New Brunswick, E3A 2S7
    Canada
    Notice type
    Advance Contract Award Notice
    Procurement method
    Advance Contract Award Notice
    Language(s)
    English
    Selection criteria
    Not applicable
    Region(s) of delivery
    New Brunswick

    Contract duration

    The contract will be for a period of 33 month(s), from 2023/06/05 to 2026/03/31.

    Commodity - UNSPSC

    • 85122100 - Rehabilitation services

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Service Canada
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C1H1
    Canada
    Contracting authority
    Claudia Landry
    Phone
    (506) 378-8722
    Email
    claudia.landry@csc-scc.gc.ca
    Fax
    (506) 851-6327
    Address

    1045 Main Street

    Moncton, New Brunswick, E1C1H1
    Canada
    Date modified: