SAP Ariba system maintenance

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

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

Elder Services

Solicitation number 21220-14-0034

Publication date

Closing date and time 2014/03/10 13:00 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 provide 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. The work will involve the following: 
    
    
    1.1	Objectives:
    
    The Aboriginal Elder shall expose offenders to traditional Aboriginal ways of life through workshops, teachings and counselling and by facilitation of traditional ceremonies for the benefit of both offenders and staff; and monitoring the participation of offenders in Aboriginal programming.
    
    1.2	Tasks:
    
    The Aboriginal Elder shall assist Aboriginal offenders toward opportunities to further develop an understanding of traditional Aboriginal spirituality while exposing them to traditional ceremonies and belief systems by: 
    
    •	Conducting spiritual services and various traditional ceremonies either in-groups or individually such as smudging using sacred medicines, (e.g., sweet grass, sage, cedar), fasts, family spiritual services, sweat lodges, longhouse ceremonies. 
    •	Providing teachings and counseling to Aboriginal offenders regarding the areas of Aboriginal spirituality and culture that will enhance an offender’s understanding of traditional beliefs and values, including in emergency situations, if necessary. 
    •	Providing advice/information to staff and management, locally, regionally and nationally on issues of Aboriginal spirituality and its impact on the Institution as well as providing information to Case Management staff as part of the Case Management Team. 
    •	Providing other services as agreed between the Contractor and Project Authority including participation in programs including Pathways.
    
    1.3 Expected results:
    
    Provision of Aboriginal programs and Elder services to Dorchester Penitentiary inmate population (including the Pathways population)
    
    1.4 Performance standards:
    
    Not applicable 
    
    1.5 Deliverables:
    
    1.5.1	Provision of Aboriginal programs and Elder services to Dorchester Penitentiary inmate population (including the Pathways population)
    
    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 at 
    Dorchester Penitentiary
    Correctional Service Canada
    4902 Main Street N.B. E4K 2Y9
    
    		b.	Travel
    
    			Travel to the following locations will be required for performance of the work under this contract: 
    
    i.	To other institution in the Atlantic Region as per statement of work.
    ii.	To Regional Head Quarters in Moncton NB 
    iii.	To National Head quarters in Ottawa ON
    iv.	Across the country for National meeting for NEWG training
    
    			
    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 personnel requiring access to sensitive work site(s) must EACH hold a valid reliability status granted or approved by CISD/PWGSC or Correctional Service Canada..   
    
    b.	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC. 
    
    c.	The Contractor must comply with the provisions of the: 
    Security Requirements Check List;
    Industrial Security Manual (Latest Edition)
    Centre (CPIC) at the institutions’ entrances
    
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    Experience: 
    
    Must have a minimum of six months experience working with Aboriginal people and must have a minimum of two years experience in the delivery of Elder Services to Aboriginal people.
    
    Academic qualifications:
    
    No Academic qualifications identified.
    
    Professional designation, accreditation and/or certification:
    
    Provide proof of being recognized as an Aboriginal Elder.
    
    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
    
    Following discussions with community people, Regional Administrator Aboriginal Initiatives and discussions with our Regional Elder the contractor is the only Elder who would be able to fulfill the expected duties.
    
    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
    
    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 from date of contract award to March 31, 2015 with an option to extend the contract for 3 additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option (s), is $326, 560.00 (GST/HST extra). 
    
    12. Name and address of the pre-identified supplier
    
    Joseph Paul
    115 Despres Street
    Cocagne, NB E4R 2M2
    
    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 10, 2014 at 2:00 p.m. ADST.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Andrea Nugent
    Regional Contract Officer
    Correctional Service Canada
    1045 Main Street, 2nd Floor
    Moncton, NB  E1C 1H1
    Telephone: 506-851-6977
    E-mail: andrea.nugent@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Nugent, Andrea
    Phone
    506-851-6977
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1
    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
    New Brunswick
    Region of opportunity
    New Brunswick
    Procurement method
    Competitive - Limited Tendering
    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: