SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Elder Services

Solicitation number 21849-14-0050

Publication date

Closing date and time 2014/03/24 18:00 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 of Canada is committed to providing programs and opportunities to meet the Spiritual Needs of the Aboriginal populations within the institutions as per CD 702.  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 Correctional Service Canada has a requirement to provide Elder and Spiritual Advisor services to the Pacific Region Institution. "Elder" means any person recognized by the Aboriginal community as having knowledge and understanding of the traditional culture of the community, including the physical manifestations of the culture of the people and their spiritual and social traditions.  
    
    The work will involve the following:
    
    1.1 Objectives:
    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. Also, to provide advice/information to staff and management, locally, regionally and nationally on issues of Aboriginal spirituality and its impact on the Institution as well as provide information to Case Management as part of the Case Management Team.
    
    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:
    
    •	providing information to offenders through group discussions (circles) and individual discussions, mainly to offenders in population, including those offenders held in segregation, Special Handling Units, regional psychiatric centres, and in particular assessment units and those under community supervision.
    •	conduct spiritual services and various traditional ceremonies either in-groups or individually such as smudging using sacred medicines, (e.g., sweetgrass, tobacco, sage, cedar), fasts, family spiritual services, sweat lodges, longhouse ceremonies.
    •	conduct workshops for the Aboriginal Offenders regarding traditional and cultural beliefs using visual aids and other media.
    •	provide teachings to the Aboriginal Offenders regarding the areas of Aboriginal spirituality and culture that will enhance an offender's understanding of traditional beliefs and values.
    •	conducting group discussions on fundamental objects and ceremonies of Aboriginal spirituality.
    •	arranging and preparing for various tribal group Aboriginal Elders to attend the Institution periodically or as needed.
    •	providing advice/information to staff and management, locally, regionally and nationally on issues of Aboriginal spirituality and its impact on the Institution.
    •	providing counseling to offenders in emergency situations such as a death in the family.
    •	liaising with both Case Management staff and Aboriginal programs staff to assist offenders in the population management strategies and correctional treatment processes as well assisting parole applications and release planning.
    •	other services as agreed between the Contractor and Project Authority, which may include escorting inmates on temporary absences.
    •	expose institutional staff to various elements of traditional spirituality upon request and/or as deemed appropriate.
    •	Liaison with CSC and the community.
    •	On a monthly basis, the Aboriginal Elder using the assistance and coordination of the Aboriginal Liaison/Coordinator workers, shall report to the Project Authority.
    
    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:
    Hours of Work and activities undertaken will be documented by the contractor on bi-weekly or monthly basis. These will be submitted to the Project Authority for review.
    
    1.5	Deliverables:
    
    •	Estimated level of effort is 1717.5 hours per annum.
    •	On a monthly basis, the Aboriginal Elder using the assistance and coordination of the Aboriginal Liaison/Coordinator workers shall report to the Project Authority.
    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:
    
    The Contractor must perform the work at any of the following locations: 
    a.	Matsqui Institution (33344 King Rd, Abbotsford, BC V2S 4P3), 
    b.	Mission Institution (8751 Stave Lave Street, Mission, BC V2V 4L8) and 
    c.	Ferndale Institution (33737 Dewdney Trunk Road, Mission, BC V2V 4L8), 
    d.	Mountain Institution (4732 Cemetery Rd, Agassiz, BC V0M 1A0), 
    e.	Kent Institution (4732 Cemetery Rd, Agassiz, BC V0M 1A0), 
    f.	    Pacific Institution/Regional Treatment Centre (33344 King Road, Abbotsford, BC, 
    V2S 4P4), 
    g.	Fraser Valley Institution (33344 King Road, Abbotsford, BC, V2S 4P4), 
    h.	Ferndale Institution (33737 Dewdney Trunk Road, Mission, BC), 
    i.	   William Head Institution (6000 William Head Road, Victoria, BC, V9C 0B5)
    j.	    CSC Regional Headquarters Pacific (33991 Gladys Ave, Abbotsford, BC, V2S 2E8)
    k.	CSC National Headquarters (340 Laurier Avenue West, Ottawa, ON  K1A 0P9)
    
    
    
    
    		b.	Travel
    
    Travel to any of the above locations of work a. to k. will be required by the contract. There may be requirements to travel within Canada to locations not listed in the above locations of work.
    
    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.   
    
    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)
    
    2. Minimum essential requirements:
    
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    
    •	Minimum two (2) years experience in the provision of purification ceremonies
    •	Minimum one  (1) year experience in the deliverance of Coast Salish teachings . 
    •	Minimum one (1) year experience in the provision of traditional medicines ceremonies, 
    •	Minimum one (1) years experience in the deliverance of traditional Aboriginal teachings.
    •	Ability to work as part of an integrated team.
    
    
    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
    
    Mr. Harris is a recognized Elder who has significant experience with Coast Salish Long house teachings and the Coast Salish Community; knowledgeable and experienced in Coast Salish sacred mask dancers and associated teachings; and knowledgeable and experience in the etiquette, protocol and process for Coast Salish purification ceremonies. He speaks the Hul qu’minum language fluently. Mr Harris has provided services within a correctional environment  for the past five (5) years as part of an integrated team.
    
    
    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 of 1 year, from 2014-04-01 to 2015-03-31 with an option to extend the contract for four (4) additional one-year periods.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of the contract, including option years, is $305,560.00 in fees, $8,000.00 in travel  $5,000.00  Admin Fees (GST/HST extra).
    
    
    12. Name and address of the pre-identified supplier
    
    Name: George Harris
    Address: Chilliwack, BC
    
    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 24, 2014 at 14:00hours.
    
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    Ella Tromp
    Procurement and Contracting Specialist
    PO Box 4500
    33991 Gladys Ave
    Abbotsford, BC	
    Telephone: 604-870-2521
    Facsimile: 604-870-2444
    E-mail: Ella.Tromp@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
    Tromp, Ella
    Phone
    604-870-2521
    Fax
    604-870-2444
    Address
    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
    Procurement method
    Competitive - Limited Tendering

    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: