SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Onkwehonwehneha Program Development, Ontario Region

Solicitation number 21406-27-4679884

Publication date

Closing date and time 2024/04/04 14:00 EDT

Last amendment date


    Description

    Onkwehonwehneha Program Development, Ontario Region

    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 of Canada (CSC) has a requirement to support Indigenous offender reintegration through targeted interventions within the Indigenous Continuum of Care.

    The work will involve the following:

    1.1 Objectives:

    Improve CSC’s ability to return Indigenous offenders to their home communities with Section 84 release plans through Reintegration Support in remote communities.

    Increase CSC’s capacity to engage Indigenous communities in the Section 84 process, and identify and coordinate community resources for offenders.

    1.2 Tasks:

    The Contractor must:

    Provide community education and information about Section 84 and Section 81 of the Corrections and Conditional Release Act (CCRA), and CSC’s Indigenous Continuum of Care and interventions.

    Identify resources and community contracts that may be used by CSC personnel when preparing a release plan for an offender.

    Work with communities and organizations to establish a process for CSC engagement on corrections.

    Provide information that will assist CSC personnel to develop a Section 84 release plan. CSC personnel may include the Parole Officer or Indigenous Community Development Officer (as per CSC policy CD 712-1).

    Work with CSC personnel, including but not limited to Indigenous Community Development Officers, Indigenous Community Liaison Officers, Indigenous Liaison Officers, and Parole Officers, as well as community contacts, to assist Indigenous offenders being released to their community(ies) or area.

    On mutual agreement, perform additional tasks as requested by the Project Authority.

    1.3 Expected results:

    - Increased culturally specific offender reintegration support;
    - Increase community awareness of Section 84 of the Corrections and Conditional Release Act (CCRA), and the interventions with the Indigenous Continuum of Care within CSC;
    - Identify and develop community resources such as housing, counselling, employment, education, and other resources that can be utilized to support offenders on a conditional release plan, under Section 84;
    - Community development activities as agreed to by the Project Authority and Contractor to advance offender reintegration.

    1.4 Performance standards:

    The Contractor must provide services as requested for the duration of the contract. The Contractor must be available for client service delivery Monday through Friday during CSC’s core business hours from 7 am to 5 pm.

    1.5 Deliverables:

    1.5.1 Prepare monthly reports on the following activities:

    - Contacts with CSC personnel
    - Community contacts, including names and contact information
    - An updated resource list, including, but not limited to, reintegration support services, such as addictions services, housing, Elder supports.
    - Collect and report on additional information upon request of the Project Authority.

    Identify resources and community contacts that may be used by CSC personnel when preparing a release plan for an Indigenous offender.

    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 within the contractor’s Indigenous community and places of business.

    b. Travel

    i. As part of the scope of work for this contract, the Regions will identify what travel is required within their Region. Any travel must be pre-authorized by the Project Authority and comply with the National Join Council Travel Directive.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    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:

    Experience: The Supplier must have at least 3 years experience, obtained within the last five years prior to the ACAN closing date, in Indigenous service delivery and providing Indigenous based support and social services to Indigenous community members.

    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.

    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 and willing to provide reintegration support consistent with Sections 81 and 84 of the CCRA to meet the reintegration needs of CSC indigenous offenders.

    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

    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 the delivery date(s)

    The proposed contract is for a period of one (1) year from April 8, 2024 – March 31, 2025 with an option to extend the contract for two (2) additional one (1) year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $288,081.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Mohawk Council of Akwesasne
    Address: P.O. Box 90, 15 Akwesasne Street
    Akwesasne, Quebec
    H0M 1A0

    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 April 1, 2024 at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, Regional Contract Administrator
    Correctional Service Canada, Ontario Region
    P.O Box 1174, 445 Union Street West
    Kingston, Ontario
    K7L 4Y8
    Telephone: 343-422-4831
    Facsimile: 613-536-4571
    Email: danielle.murdoch@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 11 month(s), with a proposed start date of 2024/04/08.

    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

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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 Services Canada
    Address

    445 Union Street

    Kingston, Ontario, K7L 4Y8
    Canada
    Contracting authority
    Danielle Murdoch
    Phone
    (343) 422-4831
    Email
    danielle.murdoch@csc-scc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    11 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: