National Aboriginal Advisory Committee Members

Solicitation number 21120-17-2386247

Publication date

Closing date and time 2016/08/31 14:00 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 Contractor.

    1. Definition of requirement:

    The Correctional Service of Canada (CSC) has a legal mandate to ensure that correctional policies, programs and practices respect gender, ethnic, cultural and linguistic differences and are responsive to the special needs of women and Aboriginal peoples, as well as to the needs of other groups of offenders with special requirements. Additionally, with regard to Aboriginal offenders specifically, the Corrections and Conditional Release Act (CCRA) states that:

    "82.(1)The Service shall establish a National Aboriginal Advisory Committee and may establish regional and local Aboriginal advisory committees, which shall provide advice to the Service on the provision of correctional services to Aboriginal offenders.

    82. (2) For the purpose of carrying out their function under subsection (1), all committees shall consult regularly with aboriginal communities and other appropriate persons with knowledge of Aboriginal matters."

    1.  Objectives:

    Provide advice and recommendations to the Commissioner on the provision of correctional services to Aboriginal offenders.

    1.2 Tasks and Deliverables:

    The tasks and deliverables the Contractor must complete include, but are not limited to the following:

    • Contribute to the effective and efficient functioning of CSC’s Continuum of Care for Aboriginal corrections. This is accomplished through the review of initiatives and policies and the provision of recommendations and advice to the Commissioner.
    • Provide informed advice to the Commissioner in the following areas: 

    a) The establishment of Aboriginal research priorities;

    b) The establishment of national policies for Aboriginal Corrections;

    1. The review of Aboriginal initiatives and monitoring of correctional outcomes;
    2. Informing on the development of Aboriginal interventions;
    3. Developing human rights standards for the treatment of Aboriginal offenders;
    4. Ensuring/facilitating Aboriginal community involvement in Aboriginal corrections;
    5. Undertaking such other matters, as requested by the Commissioner.
    • Attend and participate in up to four meetings per year located in one of the CSC regions across Canada. 
    • Undertake any additional tasks resulting from NAAC meetings and discussions with the Commissioner. Participation may include but is not limited to: video-conference, teleconference, face to face meetings, institutional and/or community outreach, strategy / policy review.

    1.3 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).

    1.4 Constraints:

    Must be willing to travel up to four meetings per year located in one of the CSC regions across Canada. 

    1.4.1 Location of work:

    1. The work will be performed at the Contractor’s place of business. NAAC meetings will be held at CSC regional offices, institutions, and/or facilities located across Canada as determined by the Project Authority.
    1. The Contractor must attend the NAAC meetings which will be held up to four times a year and a minimum of twice a year. Each meeting may involve travel to one of the CSC regions. Meetings are most often held at institutional sites or community facilities. The location of the meetings will be determined by the Project Authority. The Contractor must allow for two days of meetings and two days of travel for each scheduled meeting.

    1.5 Language of Work:

    All the tasks and deliverables must be performed in either French or English.

    1.6 Security Requirements:

    NIL security screening is required as there is no access to sensitive information or assets. Contractor personnel will be escorted in specific areas of the institution / site as and where required by Correctional Service Canada personnel or those authorized by CSC to do so on its behalf.

    Contractor personnel shall submit to a Canadian Police Information Centre (CPIC) verification of identity / information by CSC, and must adhere to institutional requirement for the conduct of searches prior to admittance to the institution / site. CSC reserves the right to deny access to any institution / site or part thereof by any Contractor personnel, at any time.

    The Contractor must be able to obtain the minimum security clearance to enter CSC facilities. The Contractor is not required to access classified information (including the personal information of offenders) or assets or CSC computer systems for the purpose of this contract requirement.

    2. Minimum essential requirements:

    Any interested suppliers must demonstrate by way of a statement of capabilities that they meet all of the following requirements:

    2.1 The Contractor must demonstrate that they are recognized as a representative of an Aboriginal community and must provide a letter from an authorized representative from the Aboriginal community to this effect.

    2.2 The Contractor must have a minimum of five (5) years experience in the provision and/or implementation of community services and/or programs that address the needs of on-reserve, remote and/or urban Aboriginal communities.

    2.3 The Contractor must have a minimum of five (5) years experience providing advice and or recommendations to a federal, provincial or territorial government department on issues related to Aboriginal peoples within the criminal justice system.

    2.4 The Contractor must have a minimum of five (5) years experience working with an Aboriginal community resource, governing body or organization, committed to improving the quality of life of Aboriginal people.

    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

    The proposed Contractors are Aboriginal professionals who are recognized as credible and knowledgeable representatives by the Aboriginal community. The suppliers are the only Canadian First Nations, Métis or Inuit Professionals that can complete the scope of work, given the history, experience, and familiarity with the work required to complete the tasks identified in the scope of work. The identified suppliers meet the minimum essential qualifications.

    This requirement is set aside in accordance with the government's ‘procurement strategy for Aboriginal Business’. A statement(s) of capabilities from Aboriginal suppliers will only be considered.

    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

    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 contract is for a period of 3 years beginning on September 1st, 2016 and ending on September 1st, 2019.

    Ms. Christine George : The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    Ms. Rhoda Innuksuk: The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    Ms. Beverley Jacobs: The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    Mr. Joseph Keleutak: The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    Mr. Roy Louis: The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    Ms. Muriel Stanley Venne: The proposed contract is for a period of 3 years, from contract award date to September 1, 2019.

    11. A cost estimate of the proposed contract

    The estimated value of the contract is $ 636,889.40 $ (including GST/HST) broken down as follows:

    • Contract Period ($ 209,000 – Fees, $ 379,000 – Travel) - $ 636,889.40 including taxes ($ 48,889.40)
    • Ms. Christine George : $ 93,660.00
    • Ms. Rhoda Innuksuk : $ 95,550.00
    • Ms. Beverley Jacobs : $ 102,830.00
    • Mr. Joseph Keleutak : $ 140,729.40
    • Mr. Roy Louis : $ 95,550.00
    • Ms. Muriel Stanley Venne : $108,570.00

    12. Name and address of the pre-identified supplier

    It is intended to award one service contract to each of the following contractors:

    • Name: Ms. Christine George 
    • Name: Ms. Rhoda Innuksuk
    • Name: Ms. Beverley Jacobs
    • Name: Mr. Joseph Keleutak
    • Name: Mr. Roy Louis
    • Name: Ms. Muriel Stanley Venne

    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 August 31, 2016 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Owen Nicholl, Senior Procurement Officer

    340 Laurier Avenue West

    Ottawa, ON, K1A 0P9

    Telephone: 613-943-5219

    Facsimile: 613-992-1217

    E-mail: owen.nicholl@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
    Nicholl, Owen
    Phone
    613-943-5219
    Address
    340 Laurier Ave W
    Ottawa, ON, K1A 0P9
    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
    Canada
    Region of opportunity
    Canada
    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: