Aboriginal Liaison Services

Status Awarded

Contract number 21280-15-2134069

Solicitation number 21280-15-2134069

Publication date

Contract award date

Contract value

CAD 68,995.17

    Description

    This contract was awarded to:

    Mi'kmaw Legal Support Network
    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 meet 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 Aboriginal Liaison Services in the province of Nova Scotia. The work will involve the following:
    
    1.1 Objectives:
    
    Provide support to Aboriginal offenders on conditional release in the province of Nova Scotia by assisting them to connect with Aboriginal communities in their area and to assist them in a safe transition into the community. 
    
    1.2 Tasks:
    
    Community Aboriginal liaison services shall be provided to offenders referred by the Correctional Service of Canada (CSC) (ie. Federal and Provincial offenders who have applied for parole or who are under supervision by CSC)
    
    •	Conducting client intakes
    
    •	Determining a suite of services applicable to offenders needs, including treatment, counselling, and support options available
    
    •	Facilitating linkages to community resources (ie. Cultural and Spiritual) and other related support mechanisms in the community
    
    •	Promoting, coordinating, and organizing offender support circles
    
    •	Assisting the Aboriginal Community Development Officer (ACDO) in establishing section 84 processes of the Corrections and Conditional Release Act (CCRA) as required by the ACDO
    
    •	Follow up with Parole staff on offenders progress as needed or immediately if there is an escalation in risk
    
    •	Participating in case conferences with case management team/Institutional Aboriginal Liaison Officer to support release planning and identify opportunities for establishing a plan for release via conference calls/video conference and/or by travelling to institutions including Dorchester Minimum and Medium Complex in New Brunswick
    
    •	Establishing working relationships with offenders to frequently review progress and service interventions upon release
    
    •	Provide support to CSC staff and Community Residential Facility (CRF) staff by providing information to enhance their cultural competency in aboriginal culture.
     
    Assist the ACDO in section 84 process of the CCRA as required. 
    
     
    1.3 Expected results:
    Connecting Aboriginal Offenders with Aboriginal communities in their area and assist them to safely transition into the community.
    
    1.4 Deliverables:
    
    1.4.1	A monthly report shall be provided with the monthly invoice to ensure that the scope of work is being undertaken.  The monthly report shall include the following:
    
    •	Time sheets or a report of dates, times, and number of hours worked each day
    
    •	Number of case conferences with Parole Officers/Aboriginal Liaison Officer conducted citing purpose of conference 
    
    •	Provide names of offenders for whom assistance was provided for case planning and services provided
    
    •	All contacts with ACDO, for Section 84 of the CCRA, shall be included in the monthly reports
    
    1.4.2	The Contractor shall complete a written report on every contact/collateral that has taken place for or on behalf of each offender.  
    
    1.4.3	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 in the province of Nova Scotia
    
    b.	Travel to the following locations will be required for performance of the work under this contract: throughout the province of Nova Scotia as well as Dorchester Minimum and Medium Complex, 902 Main Street, Dorchester, New Brunswick, E4K 2Y9
    
    1.5.2	Language of Work:
    
    The contractor must perform all work in English.
    
     
    1.5.3 Security Requirements:
    
    This contract includes the following security requirements:
    
    1. 	The Contractor/Offeror must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.
    
    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 Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    3. 	Processing of PROTECTED materiel electronically at the Contractor/Offeror's site is NOT permitted under this Contract/Standing Offer.
    
    4. 	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/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 C;
    (b) 	Industrial Security Manual (Latest Edition).
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    •	Be part of a First Nations community and have direct access to all First Nations Communities in Nova Scotia
    
    •	Obtain PWGSC security clearance to the level of reliability status at the time of contract award
    
    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 set-aside for an Aboriginal Supplier in accordance with the government's Procurement Strategy for Aboriginal Business (PSAB). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.
    
    
    5. Comprehensive Land Claims Agreement (s)
    
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    6. Justification for the Pre-Identified Supplier
    
    Mi’kmaw Legal Support Network is the only aboriginal organization in Nova Scotia that has a network of connections within the various bands as well as the associated agencies throughout the province of NS.  The organization meets the minimum essential requirements.
    
     
    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
    
    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
    
    10. The period of the proposed contract or the delivery date(s)
    
    The proposed contract is for a period of one (1) year, from April 1st, 2015 to March 31st, 2016 with an option to extend the contract for one (1) additional one-year period.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $179,987.40 (HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Mi’kmaw Legal Support Network
    PO Box 7703, 29 Medicine Trail Road, Eskasoni, NS, B1W 1B2
    
    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. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    14. The closing date and time for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of capabilities is March 27, 2015 at 2:00 PM AST.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Josee Belliveau
    1045 Main, 2nd Floor, Moncton, NB, E1C 1H1
    Telephone: (506) 851-3923
    Facsimile: (506) 851-3305
    E-mail: josee.belliveau@csc-scc.gc.ca
    Business address
    29 Medicine Trail
    PO Box 7703
    Eskasoni, Nova Scotia, B1W 1B2
    Procurement method
    Competitive - Limited Tendering
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G103B - Social Rehabilitation Services for Prisoners
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Belliveau, Josee
    Phone
    506-851-3923
    Address
    1045 Main Street
    2nd Floor
    Moncton, NB, E1C 1H1

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Date modified: