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)  

Elder Services 2017-2018

Status Awarded

Contract number 21301-18-2556348

Solicitation number 21301-18-2556348

Publication date

Contract award date

Contract value

CAD 967,526.22

    Description

    This contract was awarded to:

    COMMANDO CHARLES

    21301-18-2556348 – Elder Services 2017-2018

    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 of Canada is committed to providing programs and opportunities to meet the Spiritual Needs of the Aboriginal populations within the institutions as per Commissioner Directive (CD) 702. The Correctional Service of Canada is legislated to provide Aboriginal offenders with the opportunity to further develop their understanding of traditional Aboriginal spirituality while allowing others to practice their beliefs and values systems.

    The Correctional Service Canada has a requirement to provide Elder services to the Quebec Region Federal Institution. "Elder" means any person recognized by the Aboriginal community as having knowledge and understanding of the traditional culture of the community, including the physical manifestations of the culture of the people and their spiritual and social traditions. 

    1.1 Objectives:

    As required by the CCRA and individual correctional plans, Elders are engaged to ensure the accommodation of Aboriginal spiritual practices. They assist Aboriginal offenders in their traditional healing journey, to further develop an understanding of traditional Aboriginal culture through teachings, guidance, counselling. Further, they utilize traditional ceremonies and practices they have been given the responsibility to carry, to promote healing and balance.

    1.2 Tasks:

    The Aboriginal Elder will provide the following services as follows:

    1.2.1 Ceremonial and Spiritual Services:

    The Elder will provide (in-group or individual) counseling, teachings and ceremonial services to Aboriginal offenders. This includes the following:

    1.2.1.1 Providing guidance and teachings through group sessions (circles) and individual discussions to offenders in the institution.

    1.2.1..2 Conducting spiritual services and various traditional ceremonies based on Elder’s teachings.

    1.2.1.3 Assisting offenders following a healing path in support of their correctional plan.

    1.2.1.4 Elders may be requested, by agreement, to escort offenders on Escorted Temporary Absences (ETAs) for ceremonial and other spiritual purposes.

    1.2.2 Advice and Guidance:

    The Elder will, upon request:

    1.2.2.1 Provide advice/information to staff and management, locally, regionally and nationally on issues of Aboriginal spirituality and cultural practices.

    1.2.2.2 Introduce institutional staff to various elements of traditional spirituality as deemed appropriate based on their teachings.

    1.2.2.3 Provide advice to the Institutional Head regarding ceremonies, ceremonial objects, traditional practices and protocols, traditional medicines, or sacred ground within the institution including the collection and storage of ceremonial objects and traditional and ceremonial medicines.

    1.2.3 Case Management:

    The Elder will:

    1.2.3.1 Participate in case conferences as requested.

    1.2.3.2 Provide the Case Management Team with verbal information regarding the offender's participation in a healing path as requested as part of the offender’s progress report. This may include progress on an offender’s participation in Pathways, in Aboriginal Correctional Programs, or in other cultural and spiritual activities as appropriate.

    1.2.3.3 Upon receiving a referral/request from Case Management team, the Elder will provide initial information and updates verbally to the Aboriginal Liaison Officer or Parole Officer for documentation and may include initial observations; whether the offender has agreed to continue working with the Elder through Aboriginal Specific interventions; provide information about offender progress in addressing his or her needs; and provide verbal information about an offender’s readiness for the possible transition into the community.

    1.2.4 Regional and National Meetings:

    1.2.4.1 The Elder may be asked to provide advice, guidance, information, or recommendations regionally or nationally on issues of Aboriginal spirituality and cultural practices.

    1.2.4.2 This may also include participation, by agreement, on regional or national advisory bodies, such as the National Elders Working Group, or the National Aboriginal Advisory Committee.

    1.3 Expected results:

    The contractor will promote healing and pro-social behaviour and reintegration success of Aboriginal offenders. Culture and spirituality based interaction will be provided to the Aboriginal offenders.

    1.4 Performance standards:

    Hours of Work and activities undertaken will be documented by the contractor on a weekly basis. These will be submitted to the Project Authority for review.

    1.5 Deliverables:

    • Sessions of 7.5 hours each.

    • On a weekly basis, the Aboriginal Elder using the assistance and coordination of the Aboriginal Liaison workers shall report to the Project Authority.

    1.5.1 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:

    1. The Contractor must perform the work at any of the following locations:

    INSTITUTIONS LOCATION

    Federal Training Center – Site 600

    600, Montée St-François

    Laval (Québec) H7C 1S5

    Federal Training Center – Site 6099

    6099, Montée St-François

    Laval (Québec) H7C 1P1

    Archambault – Minimum Unit

    244, Montée Gagnon

    Ste-Anne-des-Plaines (Québec) J0N 1H0

    Archambault – Medium Unit

    242, Montée Gagnon

    Ste-Anne-des-Plaines (Québec) J0N 1H0

    Regional Reception Center

    246, Montée Gagnon

    Ste-Anne-des-Plaines (Québec) J0N 1H0

    Joliette Institution

    400, rue Marsolais

    Joliette (Québec) J6E 8V4

    La Macaza Institution

    321, Chemin de l’Aéroport

    La Macaza (Québec) J0T 1R0

    Cowansville Institution

    400, Fordyce

    Cowansville (Québec) J2K 3N7

    Drummond Institution

    2025, boul. Jean-de-Brébeuf

    Drummondville (Québec) J2B 7Z6

    Donnacona Institution

    1537, route 138

    Donnacona (Québec) G3M 1C9

    Port-Cartier Institution

    1, Rue de l’Aéroport

    Port-Cartier (Québec) G5B 2W2

    b. Travel

    Travel to any of the above locations of work will be required by the contract. On request of the CSC, there may be requirements to travel within Canada to locations not listed in the above locations of work.

    1.6.2 Language of Work:

    The contractor must perform all work in English or French.

    1.6.3 Security Requirements:

    1. The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC or Correctional Services Canada (CSC).
    1. The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    2. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC.
    3. The Contractor must comply with the provisions of the:
    1. Security Requirements Check List, described in Annex;

    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 recognized as Aboriginal within the meaning of the Act
    • have a minimum of one (1) year experience as an Elder or Aboriginal Spiritual Advisor
    • qualifications will be validated by the Regional Administrator, Aboriginal Initiatives
    • two (2) letters of reference will be required

    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) (https://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities. This restriction does not apply to contracts with individuals who are Aboriginal 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

    Following discussions with some community members, the Regional Administrator, Aboriginal Initiatives and other CSC’s Elders, it appears that only Elders / Spiritual Advisors who would be able to fulfill the expected duties.

    The pre-identified suppliers meet 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. The period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of one (1) year, from 2017-04-01 to 2018-03-31.

    11. A cost estimate of the proposed contract

    The estimated value of these markets is indicated in Article 12 (GST/HST extra).

    12. Name of the pre-identified suppliers

    Market N°

    Contrator

    Institutions

    Market Value

    (excluding PST/HST)

    21301-18-2556690

    Colette Sabourin

    Joliette

    $49,928.56

    21301-18-2556699

    Bevan Skerratt

    Cowansville

    $64,904.74

    21301-18-2556711

    Catherine Cheezo

    Drummond

    $64,904.74

    21301-18-2557171

    Charles Api Bellefleur

    Port-Cartier

    $89,250.93

    21301-18-2557189

    Charles Commando

    Federal Training Center – Sites 600 and 6099, and Cowansville

    $45,909.19

    21301-18-2557206

    Dallacy Augiak

    Federal Training Center – Site 6099

    $80,880.92

    21301-18-2557209

    Gilles Kovacs

    Donnacona

    $48,928.56

    21301-18-2557325

    Melissa Graber

    Archambault – Minimum

    $80,880.93

    21301-18-2556348

    Michael McDonald - Culture Knowledge and Traditions

    Regional Reception Center

    $80,880.93

    21301-18-2556395

    Production Kwé Kwé

    La Macaza

    $97,857.12

    21301-18-2556438

    Centre Wendat Arenatsi

    Donnacona

    $55,219.00

    21301-18-2557462

    Roger Echaquan

    La Macaza

    $40,940.46

    21301-18-2557574

    Solamon Wawatie

    Archambault - Medium

    $78,407.72

    21301-18-2557601

    Steve McComber

    Federal Training Center – Sites 600 et 6099

    $48,928.56

    21301-18-2557607

    Sylvie Aveline

    La Macaza

    $39,703.86

    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 30, 2017 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Isabelle Gravel

    Contracting and Procurement Regional Officer
    Regional Services Center
    Material Management
    Correctional Service Canada
    250, Montée St-François
    Laval (Quebec) H7C 1S5

    Telephone: 450-661-9550, ext. 3300

    Facsimile: 450-664-6626

    E-mail: Isabelle.Gravel@csc-scc.gc.ca

    Business address
    21301-18-2557189
    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
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Gravel, Isabelle
    Phone
    450-661-9550
    Address
    250 Montée St-François
    Laval, QC, H7C 1S5
    CA

    Buying organization(s)

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