Seabird Island Visiting Elder

Solicitation number 21833-13-0222

Publication date

Closing date and time 2013/10/11 14:00 EDT


    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 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 for the provision of cultural Services to Aboriginal offenders in the Pacific Region. The work will involve the following:
    
    1.1	Objectives:
    
    The Correctional Service of Canada “The Correctional Service of Canada (CSC), as part of the criminal justice system and respecting the rule of law, contributes to public safety by actively encouraging and assisting offenders to become law-abiding citizens, while exercising reasonable, safe, secure and humane control.”
    
    The contractor furthers the commitment of the Correctional Service of Canada to continue meet the Spiritual Needs of the Aboriginal populations within the institutions as per CD 702.
    
    The Correctional Service of Canada is committed to providing programs and opportunities to meet the needs of Aboriginal offenders.  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.
    
    Seabird Island Band is geographically the closest neighbouring First Nation to Mountain Institution.  The Aboriginal Corrections Accountability Framework mandates the building of horizontal relationships and enhancing relationships with community.  Giving federal offenders the opportunity to learn traditional ways of the local Seabird Island people allows them the opportunity to build relationships to enhance reintegration.
    
    1.2 Tasks:
    
    The contractor shall provide Coast Salish cultural teachings which may take the form of teaching circles, crafts, and other approved cultural activities (eg. Ceremonies) for inmates engaged in the Pathways initiative.  In consultation with Pathways Elder, residents, and Seabird Island, craft activities will be identified and placed on calendar.
    
    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:
    
    Include performance standards that the Contractor must meet, such as:
    
    Accessibility of the contractor – The contractor will be accessible for service as needed by the   Project Authority.
    
    
    
    
    1.5 Deliverables:
    
    1.5.1	These services shall be provided at the prescribed times as approved by the Project Authority in consultation and agreement with the Contractor.
    		
    		These services shall be delivered in sessional format.  A session shall be considered up to 4 hours.  Contractor to deliver up to maximum of 30 sessions in the first year and 51 sessions each of the two (2) option years.
    
    		The contractor is to provide all supplies necessary in the delivery of these tasks.
    
    
    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:
    
    		The Designated Institutional Staff must be notified of all supplies needed for entry into the institution and all supplies must be approved prior to entry into the institution.  Cultural foods and consumable items will be permitted as per institutional policy and only with prior approval.  As per the contract, all materials produced by this contract become the property of the project authority.  Should the Pathways residents, staff, or management wish to proceed with a gifts to residents will be permitted.  Communications between Mountain Institution (Project Authority) and Seabird Island will be conducted in order to ensure that the Project Authority on-site supervision and Seabird Island services are aware of changes, cancellations, and requests in a timely manner.  A minimum of 1 week notice by either party will be expected and appreciated.
    
    Reporting/Invoicing will be conducted on a monthly basis, as per the contract.  This monthly reporting will address invoicing, supplies, activities, concerns, and status of remaining contract sessions.  This meeting will involve a management representative as well as a minimum of one representative from Seabird Island and the Mountain Pathways Team.
    
    1.6.1	Location of work:
    
    	a.	The Contractor must perform the work at Mountain Institution (4732 Cemetery Road, Agassiz, BC V0M 1A0)
    
    		b.	Travel
    
    			No travel is anticipated for performance of the work under this contract.
    
    		c. Dates to be arranged between Project Authority and Contractor.
    		d. Times to be arranged between Project Authority and Contractor.
    		e. Pathways ALO will provide supervision.
    
    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:
    
    a.	The Contractor must, at all times during the performance of the Contract, hold a valid Reliability Status Security Screening, issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
     
    b.	The Contractor personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status granted or approved by CISD/PWGSC.   
    
    c.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    d.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    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:
    
    Experience:
    • A minimum of 2 years experience in providing cultural teachings to aboriginal male inmates from a variety of Aboriginal cultures and backgrounds within an institutional environment. 
    • A minimum of 2 years experience in providing lessons in various forms of traditional arts and crafting such weaving, sewing, appliqué, and felting. 
    • A minimum of 10 years experience in sharing the culture of the local people of this traditional territory Coast Salish (Sto:lo) to a wide variety of people from various cultures and backgrounds.
    • Experience in providing ceremony relevant to the Coast Salish and Sto:lo people of this territory; for example blanketing.
    • A minimum of 5 years experience working with large groups of individuals with varying skill and education levels.
    • A minimum of 5 years experience delivering cultural teachings, stories, art forms, songs, language and traditions of coast Salish (Sto:lo) people.
    • Ability to speak Hul’q’umi’num’ language.
    Academic qualifications: Would not be applicable in this case as teachings are passed from Elders and community. 
    
    Professional designation, accreditation and/or certification: This would not be applicable however good standing and demonstration of the above essentials with the community and band of Seabird island for the Coast Salish nation of Sto:lo would be essential. Ms. Peters is a respected Elder within her community for her knowledge of traditions, art and ceremony.
    
    
    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
    
    Seabird Island Visiting Elder provide Coast Salish cultural teachings which may take the form of teaching circles crafts and other approved cultural activities for inmates engaged in the Pathways initiatives. 
     Seabird Island has a minimum of 2 years of experience in providing cultural teachings within an institutional environment. Seabird Island provides the service of Elders who have varying years of experience providing cultural teachings to individuals and groups of people, mainly of aboriginal descent.  A Seabird Island Elder has provided cultural teachings within Mountain Institution for the past two years.
    Seabird Island has a minimum of 2 years of experience providing lessons. Seabird Island has 2 years experience attending the Correctional Service of Canada institutions to deliver cultural teachings, traditional art, crafts and ceremony.   Seabird Island has provided lessons and teachings through traditional arts and drafts such as weaving, sewing, appliqué and felting.
    Seabird Island has a minimum of 10 years of experience sharing the culture.  Seabird Island Elders provide cultural teachings of the local people from the territory of Coast Salish (Sto:lo). Seabird Island has provided ceremony relevant to the Coast Salish and Sto:lo within their community by inviting various groups, other Nations to their land for this purpose.  
    Seabird Island has a minimum of 5 years experience working with large groups of people with varying skill level and educational backgrounds.  Seabird Island hosts cultural/traditional craft sessions weekly within their community.  
    Seabird Island has a minimum of 5 years of experience in the delivery of cultural teachings, stories, art forms, songs, language and traditions. Seabird Island hosts Aboriginal Spiritual/Cultural events (such as their annual canoe race) throughout the year open to the general public as well as neighboring Nations.
    Seabiard Island speaks the Hu’q’umi’num’ language and has experience in teaching the language.
    7. Government Contracts Regulations Exception(s)
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: 
    
    (d) That 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 of 1 (One) years, from 2013-10-15 to 2013-03-31 with an option to extend the contract for 2 additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $ 45,540.00, including all options.
     ($2,277.00 GST/HST extra).
    
    12. Name and address of the pre-identified supplier
    
    Name: Seabird Island Band – Evelyn Peters
    Address: PO Box 650, Agassiz, BC V0M 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. 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 October 11, 2013 at 2:00 PM EST.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Liliane Matheson
    A/Procurement and Contracting Specialist
    PO Box 4500
    33991 Gladys Ave
    Abbotsford, BC V2T 6W3	
    Telephone: 604-870-2521
    Facsimile: 604-870-2444
    E-mail: Liliane.Matheson@CSC-SCC.GC.CA

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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 Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Matheson, Liliane
    Phone
    604-870-2521
    Fax
    604-870-2444
    Address
    PO Box 4500, Unit 100, 33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    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, French
    Region(s) of delivery
    British Columbia
    Region of opportunity
    British Columbia
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: