SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Inuk Elder Services

Status Awarded

Contract number 21201-16-2156734

Solicitation number 21201-16-2156734

Publication date

Contract award date

Contract value

CAD 383,943.50

    Description

    This contract was awarded to:

    Sarah Anala
    ACAN
    21201-16-2156734
    Sarah Anala
    
    
    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 programs and opportunities to meet the needs of Inuit Aboriginal offenders. The Correctional Service of Canada is legislated to provide Inuit offenders with the opportunity to further develop their understanding of traditional Inuit spirituality while allowing others to practice their beliefs and values systems. The work will involve the following: 
    
    
    1.1	Objectives:
    
    The Inuk Elder shall expose offenders to traditional Inuit ways of life through workshops, teachings and counselling and by facilitation of traditional ceremonies for the benefit of both offenders and staff, and in the development of programs and services to meet the Inuit offender needs.
    
    1.2	Tasks:
    
    The Inuk Elder shall assist Inuit offenders toward opportunities to further develop an understanding of traditional Inuit spirituality while exposing them to traditional ceremonies and belief systems by: 
    
    The Inuk Elder shall assist Inuit offenders and CSC staff toward opportunities to further develop an understanding of traditional Inuit KaujimajatuKangit - Inuit Traditional Knowledge and the Inuit Makitautingit Teachings -  the ten Inuit Healing Philosophies, while exposing them to Inuit traditional ceremonies and belief systems by:
    
    	Providing cultural awareness information and/or sessions for Inuit offenders and Correctional Service of Canada staff as required.
    	Providing counseling to Inuit offenders in emergency situations such as a death in the family.
    	Assist the Inuit inmates in the development of Elder Reviews and the Case Management Team by entering Elder Reviews into OMS
    	Attend Parole Board Canada hearings as required
    	Provide Inuit-specific programs/Elder services within the institution or community
    	When required the contractor will complete a comprehensive report on each offender within the program timeframes that captures pertinent information, progress, relapse prevention and share the report with the offender and Parole Officer.
    	Providing other services as agreed between the Contractor and Project Authority, for institutional services which may include Inuit specific programs, escorting inmates, attending case conferences as services required by the institutions. 
    	Liaising with CSC and the Inuit community.
    	Providing advice/information to staff and management, locally, regionally and nationally on issues affecting Inuit offenders.
    	Assist in the development of Inuit specific programs/services as required by the Project Authority
    	May be required to travel on behalf of the Correctional Service of Canada to attend national conferences, regional meetings, visits to other Institutions and community correctional centers both in and outside of the Atlantic Region, and liaison trips to Inuit communities. Expenses for such will be reimbursed as per Treasury Board Policy.
    
    1.3 Expected results:
    
    Provision of Inuit programs and Elder services to Atlantic Region’s Inuit inmate population.
    
    1.4 Performance standards:
    
    As the services provided pursuant to this contract are being provided in the penitentiary setting, the Contractor will conform to the institutional hours and policies, unless otherwise directed by the Project Authority, or his designate.
    
    
    1.5 Deliverables:
    
    1.5.1	Provision of Inuit programs and Elder services to Atlantic Region’s inmate population.
    
    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 at
    Moncton Regional Headquarters
    1045 Main Street, 2nd Floor
    Moncton, NB  E1C 1H1
    
    		b.	Travel
    
    i.	Travel to the following locations will be required for performance of the work under this contract: 
    	Dorchester Medium or Minimum: Dorchester, NB  E4K 2Y9
    	Nova Institution: 180 James Street, Truro, Nova Scotia, B2N 6R8
    	Atlantic Institution: 13175 Route 8, P. O. Box 102 Renous, NB E9E 2E1
    	Moncton area, NB
    
    1.6.2	Language of Work:
    
    The contractor must perform all work in English and Inuktitut.
    
    
    1.6.3 Security Requirements:
    
    This contract includes the following security requirements:
     
    a.	The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status granted or approved by CISD/PWGSC or Correctional Service Canada..   
    
    b.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    c.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    Industrial Security Manual (Latest Edition)
    Centre (CPIC) at the institutions’ entrances
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    Experience
    
    a.	be recognized as an Inuit Elder
    b.	be able to write, speak and provide services in the Inuktitut language
    c.	have a minimum of six months experience working with Inuit people and must have a minimum of two years experience in the delivery of Elder Services to Inuit offenders.
    
    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
    
    Following discussions with community people, Regional Administrator Aboriginal Initiatives and discussions with our Regional Elders the contractor is the only Elder who would be able to fulfill the expected duties.
    
    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 from June 1, 2015 to March 31, 2016 with an option to extend the contract for 3 additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $383,943.50 (GST/HST extra)
    
    12. Name and address of the pre-identified supplier
    
    Name:  Sarah Anala 
    Address:  12 Katherine Avenue, Apt. 4, Moncton, NB  E1C 7M6
    
    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 April 27, 2015 at 2:00 p.m. ADT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Andrea Nugent
    Regional Contract Officer
    1045 Main Street, 2nd Floor
    Moncton, NB  E1C 1H1
    Telephone: 506-851-6977
    Facsimile: 506-851-6327
    E-mail: andrea.nugent@csc-scc.gc.ca
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G103B - Social Rehabilitation Services for Prisoners
    • G101A - Chaplain Services Miscellaneous
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Nugent, Andrea
    Phone
    506-851-6977
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1
    CA

    Buying organization(s)

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