Elder Services
Solicitation number 21220-15-2088314
Publication date
Closing date and time 2014/09/08 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 Inuk Program Elder/Inuit Support Worker shall expose Inuit offenders to traditional Inuit ways of life through workshops and counselling for the benefit of both offenders and staff; and assist and monitor the participation of Inuit offenders in Aboriginal programming. As needed and at the discretion of the Project Authority, the Inuk Program Elder/Inuit Support Worker will be expected to provide services to other Institutions in the Atlantic Region such as Nova Institution, Atlantic Institution and Springhill Institution on an as needed basis. 1.2 Tasks: The Inuk Program Elder/Inuit Support Worker shall assist Inuit offenders toward opportunities to further develop an understanding of the Inuit Way of Life, while exposing them to traditional ceremonies and belief systems by: • Providing spiritual services and sharing various traditional ceremonies either in-groups or individually such as land based healing, tea ceremony, 10 aspects of the Way of Life • Providing teachings (Programs) and counseling to Inuit offenders regarding Inuit spirituality and culture that will enhance an offender’s understanding of traditional beliefs and values, including emergency situations, if necessary. • Providing advice/information to staff and management, locally, regionally and nationally on issues of Inuit 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. 1.3 Expected results: Provision of Aboriginal programs and Inuit Support Services to Dorchester Penitentiary and other institutions (Nova Institution, Springhill Institution and Atlantic Institution) Inuit offender population. 1.4 Performance standards: As the services provided pursuant to this contract are being provided in the penitentiary setting, the Contractor will conform to the institutional hours and policies, unless otherwise directed by the Project Authority, or his designate. 1.5 Deliverables: 1.5.1 Provision of Elder Support for Aboriginal programs and Inuit Support Worker services to Dorchester Penitentiary Inuit inmate population, as well as other institutions which house Inuit offenders in the Atlantic Region. 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: a. Atlantic Institution 13175 Route 8, P. O. Box 102 Renous, NB E9E 2E1 b. Nova Institution for Women 180 James Street Truro, Nova Scotia B2N 6R8 c. Springhill Institution 330 McGee Street P.O. Box 2140 Springhill, NS B0M 1X0 d. Regional Headquarters 1045 Main Street Moncton, New Brunswick 1.6.2 Language of Work: The contractor must perform all work in English and be able to speak and provide a certain level of services to the Inuit population to a point that some communication in Inuktitut occurs. 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 Inuit people and be acknowledged and respected by the Inuit communities for the work he/she has completed in the communities and supported by an Inuk Elder. Academic qualifications: No Academic qualifications identified. Professional designation, accreditation and/or certification: Not applicable. Confirmation from Inuk Elder of cultural competency 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 of Aboriginal Initiatives and discussions with our Regional Inuk Elder, the contractor is deemed to be the only Inuk Elder /Inuit support Worker who would be able to fulfill the expected duties and who has a minimum of six months experience working with Inuit people. 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) years, is $308,676.03 including HST/GST at the amount of $44,244.84. 12. Name and address of the pre-identified supplier Name: Lisa Webb Address: 158 Vicky Crescent, Eastern Passage, NS, B3G 1T3 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 September 8, 2014 at 2:00 p.m. ADT. 15. Enquiries and submission of statement of capabilities Enquiries and statement of capabilities are to be directed to: Andrea Nugent Regional Contract Officer 1045 Main Street, 2nd Floor Moncton, NB E1C 1H1 Telephone: 506-851-6977 Facsimile: 506-851-6327 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
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Nugent, Andrea
- Phone
- 506-851-6977
- Address
-
1045 Main Street, 2nd FloorMoncton, NB, E1C 1H1CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.