Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

Indigenous Cultural Reintegration Support Services

Solicitation number 21206-24-4383862

Publication date

Closing date and time 2023/06/01 13:00 EDT

Last amendment date


    Description

    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 Jamieson Community Correctional Centre (CCC), Railton House Community Residential Facility (CRF), Marguerite Center CRF, Sir Sanford Flemming House CRF and Nehiley House CRF in the Halifax and Dartmouth, Nova Scotia (NS) areas. The work will involve the following:

    1.1 Objectives:

    To provide traditional teachings, ceremonies, spirituality and guidance to Indigenous offenders who reside at the Jamieson CCC, Railton House CRF, Marguerite Center CRF, Sir Sanford Flemming House CRF and Nehiley House CRF, in the Halifax and Dartmouth, NS areas.

    1.2 Tasks:

    The Contractor must deliver sessions on traditional teachings, ceremonies, spirituality and guidance to the Indigenous offenders on parole in the Halifax and Dartmouth, NS areas, which includes the following:

    • Visiting with offenders at CCC, CRFs and offenders on parole.
    • Providing phone counseling and video conferencing to offenders.
    • Providing one-on-one counseling to offenders.
    • Transporting offenders to ceremonies, when required.

    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 Halifax and Dartmouth, NS 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:

    Jamieson CCC
    21 Morris Drive
    Dartmouth NS B3B 0M3

    Railton House CRF - Salvation Army
    318 Windmill Road, PO Box 457
    Dartmouth, NS B2Y 3Y8

    Sir Sanford Fleming House CRF - St. Leonard's Society of Nova Scotia
    2549 Brunswick Street
    Halifax, NS B3K 2Z5

    Marguerite Centre CRF
    3178 St Margaret's Bay Rd
    Timberlea, NS B3T 1J1

    Nehiley House CRF - St. Leonard's Society of Nova Scotia
    3170 Romans Ave
    Halifax, NS B2L 3W9

    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 the 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 of contract award 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: Toby Condo
    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 June 1, 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

    Contract duration

    The estimated contract period will be 33 month(s), with a proposed start date of 2023/06/05.

    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

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    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
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 0 2023/05/16
    001 FR 0 2023/05/16
    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    New Brunswick
    Region of opportunity
    New Brunswick
    Contract duration
    33 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: