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 21301-15-2011691

Publication date

Closing date and time 2014/03/28 14:00 EDT

Last amendment date


    Description
    21301-15-2011691 – Elder Services
    
    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 services to the Quebec Region Federal 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 lessons to offenders through group discussions (circles) and individual discussions, mainly to offenders in population, including those aboriginal offenders held in segregation, Special Handling Units, regional psychiatric centres, and in particular assessment units and, occasionally, those under community supervision.
    •	conduct spiritual services and various traditional ceremonies either in-groups or individually such as smudging using sacred medicines, (e.g., sweet grass, 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 weekly basis, the Aboriginal Elder using the assistance and coordination of the Aboriginal Liaison 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 a weekly basis. These will be submitted to the Project Authority for review.
    
    1.5 Deliverables:
    
    •	Sessions of 7.5 hours each.
    
    •	On a weekly basis, the Aboriginal Elder using the assistance and coordination of the Aboriginal Liaison 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:
    
    a)	The Contractor must perform the work at any of the following locations: 
    
    INSTITUTIONS LOCATION
    Établissement Montée St-François
    600, Montée St-François
    Laval (Québec) H7C 1S5
    Centre fédéral de formation
    205, Montée St-François
    Laval (Québec) H7C 1P1
    Établissement Ste-Anne-des-Plaines 
    244, Montée Gagnon
    Ste-Anne-des-Plaines (Québec) J0N 1H0
    Centre régional de réception
    246, Montée Gagnon
    Ste-Anne-des-Plaines (Québec) J0N 1H0
    Établissement Joliette
    400, rue Marsolais
    Joliette (Québec) J6E 8V4
    Établissement La Macaza
    321, Chemin de l’Aéroport
    La Macaza (Québec) J0T 1R0
    Établissement Cowansville
    400, Fordyce
    Cowansville (Québec) J2K 3N7
    Établissement Drummond
    2025, boul. Jean-de-Brébeuf
    Drummondville (Québec) J2B 7Z6
    Établissement Donnacona
    1537, route 138
    Donnacona (Québec) G3M 1C9
    Établissement Port-Cartier
    1, Rue de l’Aéroport
    Port-Cartier (Québec) G5B 2W2
    
    b)	Travel
    
    Travel to any of the above locations of work 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 or French.
    
    1.6.3 Security Requirements:
    
    1	The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC or Correctional Services Canada (CSC). 
    
    2	The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction. 
    
    3	Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC.
    
    4	The Contractor must comply with the provisions of the:
    
    a)	Security Requirements Check List, described in Annex;
    
    		b)  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:
    
    • be recognized as Aboriginal within the meaning of the Act 
    • have experience as a senior or Aboriginal Spiritual Advisor.
    
    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.
    
    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 some community members, the Regional Administrator, Aboriginal Initiatives and other CSC’s Elders, it appears that only Elders / Spiritual Advisors 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 of 1 year, from 2014-04-01 to 2015-03-31.
    
    11. A cost estimate of the proposed contract
    
    The estimated value of these markets is indicated in Article 12 (GST/HST extra).
    
    12. Name of the pre-identified supplier:
    
    Market N°	Contractor	Institutions	Market Value
    (excluding harmonized sales tax – HST)
    21301-15-2011691	Bevan Skerratt	Cowansville	               47 578,60  $ 
    21301-15-2011696	Catherine Cheezo	Drummond	               61 181,20  $ 
    21301-15-2011699	Charles Api Bellefleur	Port-Cartier	               86 501,00  $ 
    21301-15-2011700	Dallacy Augiak	Centre fédéral de formation	               71 262,93  $ 
    21301-15-2011702	Elizabeth Alikashuak	La Macaza	               32 052,40  $ 
    21301-15-2011704	Jean Ethel Stevenson & Delbert Sampson inc.	Cowansville	               95 157,20  $ 
    21301-15-2011706	Roger Echaquan	La Macaza	37 368.06 $
    21301-15-2011709	Melissa Lee Graber	Sainte-Anne-des-Plaines	               76 226,50  $ 
    21301-15-2011716	Culture Knowledge and Traditions	Centre regional de réception	               73 736,13  $ 
    21301-15-2011720	Production Kwé Kwé	La Macaza	               86 315,51  $ 
    21301-15-2011722	Centre Wendat Arenatsi	Donnacona	               51 078,60  $ 
    21301-15-2011726	Steve McComber	Centre fédéral de formation et Montée Saint-François	               47 578,60  $ 
    21301-15-2016996	Gilles Kovacs	Donnacona	46 578,60 $
    21301-15-2017059	Colette Sabourin	Joliette	56 432,00 $
    21301-15-2038814	Sylvie Aveline	La Macaza	34 886,28 $
    
    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 28th, 2014 at 2:00 p.m., EDT.
    
    15. Enquiries and submission of statement of capabilities
    
    Enquiries and statement of capabilities are to be directed to:
    
    Manon Paulin
    Contracting and Procurement Regional Officer
    Regional Services Center
    Material Management
    Correctional Service Canada 
    250, Montée St-François
    Laval (Quebec) H7C 1S5
    manon.paulin@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
    Paulin, Manon
    Phone
    450-664-6612
    Fax
    450-664-6626
    Address
    250, Montée Saint-François
    Laval, QC, H7C 1S5
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    French
    4
    English
    4

    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, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding

    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: