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) 

Community Elder Services Program

Solicitation number 21801-16-0041

Publication date

Closing date and time 2016/03/23 17:00 EDT

Last amendment date


    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 by legislation 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. Aboriginal Liaison Support Services 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.

    The work will involve the following:

    1.1 Objectives:

    To provide Aboriginal Liaison support services to Aboriginal offenders within the Prince George Parole District including but not limited to providing ceremony and one on one counselling.

    1.2 Tasks:

    The contractor must assist Aboriginal offenders toward opportunities to further develop understanding of traditional spirituality while exposing them to traditional ceremonies and belief systems.

    1.21. Provide Aboriginal Liaison Support services to offenders in the Prince George Parole District and as directed by the Project Authority. This shall be at locations determined by the Project Authority and shall include providing ceremony and one on one counselling to offenders. (3 days per week in “Aghelh Nebun and 2 days in Prince George Parole District),

    1.2.2. Prior to accessing community resources, discuss all selected personnel with the Project Authority. The recommendation of the Project Authority shall be considered part of the selection process.

    1.2.3. Have the service provider assist in the safe transition of offenders as directed by the Project Authority.

    1.2.4. Assist the Aboriginal offenders toward opportunities to further develop an understanding of traditional spirituality while exposing them to traditional ceremonies and belief systems by:

    1. Providing information to offenders who are currently under supervision in the community and residing at ‘Aghelh Nebun and/or Activators CRF, through group discussions (circles) and individual discussions.
    2. Conducting spiritual services and various traditional ceremonies either in-group or individually such as smudging using sacred medicines, (e.g., sweet grass, tobacco, sage, cedar), fasts, family spiritual services, sweat lodges, longhouse ceremonies, etc.
    3. Conducting workshops for the Aboriginal offenders regarding traditional and cultural beliefs using visual aids and other media.
    4. Providing 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.
    5. Conducting group discussions on fundamental objects and ceremonies of Aboriginal spirituality.
    6. Arranging and preparing for various tribal group Aboriginal Elders to attend Activators CRF or ‘Aghelh Nebun periodically or as needed.
    7. Providing advice/information to staff and management, locally, regionally, and nationally on issues of Aboriginal spirituality and its impact on offenders on release in the community.
    8. Providing counselling to offenders in emergency situations such as a death in the family.
    9. Liaising with Case Management staff, CRF staff and programs staff to assist in the correctional treatment processes and well as parole supervision.
    10. Providing Cultural Assessments as requested reporting on an offender’s progress and areas of need from an Aboriginal spiritual and cultural context as it relates to the offender’s risk to re-offended and safe reintegration.
    11. Other services as agreed between the Contractor and Project Authority, which may include escorting offenders.
    12. Exposing CRF and Case Management staff to various elements of traditional spirituality upon request and/or as deemed appropriate.
    13. Liaising with CSC staff and contractors who work in the institutions as needed.
    14. Primary responsibility of Aboriginal Liaison Support Services personnel is to attend all Aboriginal Programs & work 1 on 1 with offenders in programs at “Aghelh Nebun and in Prince George.

    1.2.5. Provide monthly reports to the Project Authority, verbal or written as requested by the Project Authority.

    1.3 Expected results:

    Provide Aboriginal cultural awareness and education to Aboriginal Offenders within the Prince George Parole Area.

    1.4 Performance standards:

    Service locations determined by the Project Authority and shall include providing ceremony and one on one counselling to offenders. (3 days per week in “Aghelh Nebun and 2 days in Prince George Parole District).

    1.5 Deliverables:

    Provide Aboriginal cultural awareness and education to Aboriginal Offenders within the Prince George Parole Area. Aboriginal Liaison Support Services 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.

    1.5.1 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:

    1. The Contractor must perform the work at:
      1. Prince George Parole Office 201 - 280 Victoria Street Prince George, BC V2L 4X3
      2. 'Aghelh Nebun Community Residential Facility
      3. Locations as determined by the Project Authority

    b. Travel

    1. Travel to the following locations will be required for performance of the work under this contract:
      1. 'Aghelh Nebun Community Residential Facility
      2. Locations as determined by the Project Authority

    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:

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    1. The Contractor/Offeror 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.
    1. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
    1. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    1. The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide (if applicable), attached at Annex D;

    (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:

    Experience:

    CSC requires Elders Services for federal offenders on supervision. The Elder or organization must have 2 years of experiencein the last 5 years of working with federal or provincial offenders within the Prince George Area.The Elder or organization must be recognized by the local First Nation community in the Prince George area.

    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) (https://www.aadnc-aandc.gc.ca/eng/1100100032802/1100100032803). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.

    This restriction does not apply to contracts with individuals who are Aboriginal Elders.

    5. Comprehensive Land Claims Agreement (s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    Prince George Activator Society has a historyof 5 years of working with federal offenders within the Prince George Area. Prince George Activator Society is recognized by the local First Nation community in the Prince George area. The Pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    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

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 1 year (April 1, 2016 – March 31, 2017) with 3 – one year option years.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $318,840.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Prince George Activator Society

    Address: Prince George 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 21, 2016 at 2:00 PM PST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Jason Kwan

    100-33991 Gladys Avenue

    Abbotsford, BC

    V2S 2E8

    Telephone: 604-870-2512

    Facsimile: 604-870-2444

    E-mail: Jason.Kwan@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
    Kwan, Jason
    Phone
    604-870-2512
    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
    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: