SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

WILLOW CREE HEALING LODGE COMMUNITY RELATIONS

Status Awarded

Contract number 2523746

Solicitation number 52400-17-2523746

Publication date

Contract award date

Contract value

CAD 266,666.64

    Description

    This contract was awarded to:

    Beardy's and Okemasis # 96 and # 97

    Community Relations

    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 original proposal for the Willow Cree Healing Lodge articulated a vision, philosophy, and purpose for a community based healing facility to be built on Beardy’s and Okemasis First Nations (hereinafter “Beardy’s and Okemasis”) territory in partnership with the Correctional Service of Canada (hereinafter “CSC”).

    1.1 Objectives

    A Memorandum of Understanding (hereinafter the “MOU”) and a Memorandum of Agreement (hereinafter “MOA”) were negotiated so that the development and operation of the Willow Cree Healing Lodge (hereinafter the WCHL) will have Beardy’s and Okemasis community input and a meaningful participation in the facility.

    1.2 Tasks:

    The Board of Directors are delegated by the Chief and Council of Beardy’s and Okemasis to administer the Elders and Elders Helpers contract on any subject matter between the two entities.

    Participate in up to 12 regularly scheduled Board of Directors meetings per fiscal year. 

    Participate in activities that may include, but are not limited to meetings, selection processes; preparation, interviews, reference checks, evaluation of candidates and selection. 

    Participate in meetings and/or information sessions, with Regional or National Headquarters and other stakeholders at the request of the Project Authority.

    1.3 Expected results:

    Operation of the Willow Cree Healing Lodge (hereinafter the WCHL) will have Beardy’s and Okemasis community input and a meaningful participation in the facility.

    1.4 Deliverables:

    The Board of Directors shall provide time sheets to verify the services provided at two-week intervals. The time sheets will include the activities carried out during each hour of work provided.

    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).

    1.6 Constraints:

    1.6.1 Location of work:

    a. The Contractor must perform the work at Willow Cree Healing Lodge, Duck Lake, Saskatchewan. 

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract: Saskatoon, Saskatchewan.

    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:

    The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    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 CISD/PWGSC.

    3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror 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 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:

    • Must be delegated by the Chief and Council of Beardy’s and Okemasis to administer the Elders and Elders Helpers contract(s).
    • Must have available resources to participate in up to 12 regularly scheduled Board of Directors meetings per fiscal year.
    • Must be Member(s) of Beardy’s and Okemasis Band No. 96 and 97. 

    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

    A Memorandum of Agreement exists between Beardy’s and Okemasis and the Correctional Service of Canada to ensure that the Beardy’s and Okemasis Band would have community input and meaningful participation in the facility. This contract will ensure that that WCHL meets the obligations of the MOA. 

    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

    Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis:

    2. Statutes, regulations, or prior obligations of the Crown to a third party or parties

    preclude Contractor ownership of the Foreground;

    10. The period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of four years, from May 1, 2017 to April 30, 2021

    11. A cost estimate of the proposed contract

    The estimated value of the contract is $266,666.64

    12. Name and address of the pre-identified supplier

    Beardy’s and Okemasis Band No. 96 and 97

    PO Box 340

    Duck Lake, Saskatchewan

    S0K 1J0

    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 17th at 10:00 AM CST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Regional Contracting Specialist

    Correctional Service Canada

    Regional Headquarters – Prairies

    Box 9223, 3427 Faithfull Avenue

    Saskatoon, Saskatchewan

    S7K 3X5

    Phone: 306-659-9252

    Fax: 306-659-9317

    Email: 501Contracts@csc-scc.gc.ca

    Business address
    Box 340
    Duck Lake, SK, S0K 1J0
    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
    Nelson, Janet
    Phone
    306-653-9252
    Address
    3427 Faithfull Ave
    Saskatoon, SK, S7K 8H6
    CA

    Buying organization(s)

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