Cultural Intervention Sessions

Solicitation number 21847-17-0063

Publication date

Closing date and time 2017/07/26 17:00 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 programming and cultural opportunities to meet the specific needs of Aboriginal offenders. CSC is legislated to provide these opportunities to further develop Aboriginal Offender’s understanding of traditional Aboriginal spirituality and healing which in turn will help address risk factors. This will support Call to Action points (#36) outlined in the Truth and Reconciliation Committee Report. The work will involve the following:

    1.1 Objectives:

    To provide a two (2) day per week program, that is no less than twelve (12) weeks in length, and provides Aboriginal Offenders with cultural teachings and healing through group discussions.

    Up to two programs may be delivered annually.

    1.2 Tasks:

    The contractor must provide a program and service delivery which is governed by Snowoyel, which is rooted in local aboriginal culture and guided by the teachings of their elders and ancestors. 

    The Contractor must provide a merging of cultural programming with western educational workshops. 

    Topics to include:

    • Addictions Management
    • Living Skills/Life Management
    • Anger Management
    • Intimacy and Relationships
    • Relapse Prevention
    • After-Care Planning

    Traditional Group Therapy Sessions should include:

    • Aboriginal teachings and gatherings
    • Medicine Wheel teachings
    • Seven laws of life
    • Sweat Lodge
    • Healing Circles
    • Drum Therapy
    • Cedar Bark Weaving
    • Seasonal Activities (fishing, Longhouse)

    1.3 Expected results:

    The Contractor must provide the information above (1.2 tasks) to the residents of Kwikwexwelhp Healing Village through group discussions regarding traditional Aboriginal Culture and Spirituality and who will develop a deeper understanding of risk factors and culturally appropriate methods to minimize/resolve them.

    1.4 Performance standards:

    • Location of service will be within 60km distance of Kwikwexwelhp Healing Village.
    • Program times must be between 0900hrs and 1500hrs.
    • Program space must be provided in a Treatment Centre on First Nations or Band Territory.
    • The contractor must ensure program seats are available for up to five (5) minimum security offenders. 
    • The Contractor must provide certified counsellors and/or Elders during each daily session.
    • The Contractor must be responsible for offenders at all times.

    1.5 Deliverables:

    1.5.1 

    The Contractor must provide the information to a maximum of five (5) residents (per session) of Kwikwexwelhp Healing Village through group discussions regarding traditional Aboriginal Culture and Spirituality. 

    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 their place of business. Location must be within 60km of Kwikwexwelhp Healing Village. (16255 Morris Valley Road)

    Kwikwexwelhp will provide transportation for participants to attend sessions at the place of business.

    b. Travel

    ii. No travel is anticipated for performance of the work under this contract.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Minimum essential requirements:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Qualifications:

    Counsellors;

    • Valid certification in Addictions, as provided by the Indigenous Certification Board of Canada and
    • Have at least two (2) years experience in conducting/facilitating Aboriginal group programs in the past five (5) years.

      Elders/Spiritual Advisor;

    • Must provide letter of support from the territorial First Nations or Band authority and
    • Have participated in group program delivery in the past two (2) years and
    • Must have two (2) or more years Sto:lo /Coast Salish teachings.

      Location;

    • Must be approved through a Community Assessment as conducted by the Correctional Service Canada.

    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.

    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 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 eight (8) months, from August 1, 2017 to March 31, 2018, with an option to extend the contract for three (3) additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $80,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Sts’ailes Development Corporation

    Address: 4690 Salish Way, Agassiz 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 July 26, 2017 at 2:00 PM PDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Sandra Wilford

    Regional Procurement & Contracting Officer

    100-33991 Gladys Avenue

    Abbotsford BC V2S 2E8

    Telephone: 604-870-2603

    Facsimile: 604-870-2444

    E-mail: Sandra.Wilford@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
    Wilford, Sandra
    Phone
    604-870-2603
    Email
    Sandra.Wilford@csc-scc.gc.ca
    Address
    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: