Community skills development

Solicitation number 21120-18-2619460

Publication date

Closing date and time 2017/08/23 14:00 EDT


    Description

    Title: Community skills development

    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 has a requirement to provide community functioning skills development to CSC’s marginalized population. Marginalized populations are defined as populations excluded from any given society’s mainstream social, economic and cultural life.

    1.1. Objectives:

    To promote an entrepreneurial and creative society that supports an urban agricultural social enterprise business in achieving economic and clean growth through sustainable practices regulated by local municipal and provincial government partners.

    To enhance collaborative community initiatives that enable CSC to engage constructively and thoughtfully with key stakeholders particularly, survivors, in the public safety agenda through openness, transparency, and accountability

    To restore trust and hope, and encourage participation of local survivors and Aboriginal communities to ensure greatest positive impact in the lives of Canadians.

    To address gaps and barriers for institutionalized and aging offenders through a peer-based model of service delivery while ensuring participating offenders achieve an increased sense of social responsibility through access to restorative opportunities that promote community participation and improve mental health, all of which positively contribute to their gradual and successful reintegration. 

    1.2 Tasks and Deliverables:

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

    1. Project Management Services
    2. Community Escort Services
    3. Support Group Services
    4. Festival’s
    5. Social Innovation Activities

    Adhere to all applicable regional and national departmental policies, standards, and guidelines established for correctional interventions and reintegration.

    Provide direct supervision and monitoring of all offenders at all times.

    Coordinate staff and volunteer training with CSC for non-security accompaniments, as applicable.

    1. Project Management Services

    The estimated level of effort under the contract is up to a maximum of 175 hours per month. The tasks to include, but not limited to:

    • Activities associated with standard farm operation
    • Maintenance of Farm and required equipment
    • Activities associated with the operation and securing of group meetings
    • Activities associated with ensuring appropriate farm/group and escort supervision of offenders (appropriate personnel with correct security/training requirements
    • All associated administrative tasks
    • Engage local Aboriginal communities and Elders to prepare and plant a medicine garden which will host Elders to deliver cultural teachings and provide mentorship to Aboriginal offenders.
    • Expand partnerships with local community growers and gardens to enable offenders to gain varied skills and knowledge such as, beekeeping, installing drip irrigation, and other agricultural infrastructure.
    • Provide hands on opportunity for offenders to participate in restorative opportunities that allow the offender to give back to the community and heal.
    • Providing education and information regarding nutrition, food preparation, and food security to offenders attending Emma’s Acres
    • Based on individual interest, support offenders to explore and pursue educational and/or vocational upgrading in horticulture as well as collect hours towards a horticultural apprenticeship approved by industry standards.
    • Maintain regular contact with the Parole Officer and ensure timely information sharing of services rendered to meet client-specific needs.
    • Produce an evaluation report that provides an assessment of the impacts of the initiative on offenders, victims, community building, and food security in the Fraser Valley Regional District.

    2. Community Escort Services

    The estimated level of effort under the contract is up to a maximum of 40 escorts per month. The tasks to include, but not limited to:

    • Travel within the Fraser Valley area to meet with incarcerated offenders and those under community supervision to facilitate program participation.
    • Provide direct supervision including, monitoring sight and sound of offenders, during program participation
    • Assist in monitoring the offender’s adherence to their conditions of release (ETA, UTA, Work Release, Day Parole, Full Parole, Statutory Release and/or Long Term Supervision Order) and immediately report any signs of deterioration or concerns to the Department. This includes medication non-compliance, substance abuse relapse, mental health, and overall stability.
    • Provide direct supervision including, monitoring sight and sound of offenders, during program participation and at farm location
    • Assist in monitoring the offender’s adherence to their conditions of release (ETA, UTA, Work Release, Day Parole, Full Parole, Statutory Release and/or Long Term Supervision Order) and immediately report any signs of deterioration or concerns to the Department. This includes medication non-compliance, substance abuse relapse, mental health, and overall stability.
    • Provide intensive individualized support for participating offenders to make positive progress against his/her Correctional Plan and achieve desired release outcomes.
    • Provide access to culturally sensitive and relevant supports including, Elder resources and teachings, to bridge the continuum of care from institution into the community.

    Assist offenders in developing knowledge on how to access and connect with community resources (housing, clothing, food, volunteering, employment, education, substance abuse, mental health, and recreational agencies).

    3. Support Group Activities

    The estimated level of effort under the contract is up to a maximum of 8 group sessions at 2.5 hours per session. The tasks to include, but not limited to:

    • Provide direct supervision including, monitoring sight and sound of offenders, during program participation.
    • Life skills assistance and peer-based individual and group learning in the areas of health, hygiene, social skills development, interpersonal skills development essential to job readiness and retention, money management and budgeting, conflict resolution, anger management, appropriate coping mechanisms, and other relevant issues relating to reducing the impacts of institutionalization which positively contribute to successful reintegration.
    • Assist and motivate participating offenders to change.
    • Assist and motivate participating offenders to understand socially responsible behaviour and accountability of one’s actions.
    • Enhance participation in restorative opportunities that allow the offender to give back to the community and heal.
    • Provide support to assist the offender in his/her reintegration.
    • Promote a model of resiliency that positively contributes to reintegration and community involvement

    4. Festivals

    The estimated level of effort under the contract is up to a maximum of 2 festivals as per basis of payment. The tasks to include, but not limited to:

    • Arrange community-based events attended by local stakeholders including, survivors and Aboriginal communities, and CSC staff, to enhance communication and collaboration in an open, transparent, and responsible manner.

    5 Outreach Support

    The estimated level of effort under the contract will be demonstrated by submitting the log of activities to the Project Authority as the level of need many vary with each offender. A monthly allotment not to exceed $500.00 will be paid upon a copy of log entries submitted and approved by the Project Authority. The tasks to include, but not limited to:

    • Provide support (basic/essential need) to offenders with no community contact/Next of Kin upon immediate transition into the community. Examples of services but not limited to are locating temporary housing, food items, accompaniments to release destinations (when the support does not show) and other emergency tasks.
    • Assist offenders in developing knowledge on how to access and connect with community resources (housing, clothing, food, volunteering, employment, education, substance abuse, mental health, and recreational agencies).
    • Initiate referrals to community resources and agencies as applicable. 
    • Assist offenders in exploring volunteer, social, and recreation activities that enhance community involvement.
    • Meet with the assigned Case Management Team at regular intervals to identify case needs, ensure continuity of care, conduct case conferences, and ensure a consistent approach towards meeting the objectives of measurable progress against the offender’s Correctional Plan.
    • Provide crisis intervention as required.
    • Maintain a log of activities and services provided to each offender including, the screening date, service start and end dates, number of contacts with the offender, type of interactions, and reintegration needs.

    6. Social Innovation Activities

    The estimated level of effort under the contract is up to a maximum of 1 Digital story or

    25 stories/information sessions on social/paper media outlet/via public presentations or any other combination thereof. The stories/information sessions shall be discussed and preapproved by the Project Authority. The tasks to include, but not limited to:

    • Produce a digital story in collaboration with the Regional Communications Manager that features CSC’s support and involvement in this innovative community initiative.
    • Promote social innovation activities through extensive networking, use of multiple social/news media, and communication materials developed in collaboration with various partners including, CSC.
    • Promote knowledge of CSC functions including but not limited to restorative justice, interventions, reintegration and rehabilitation through public presentations.

    1.3.2 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).

    1.4.1 Location of work:

    a. The Contractor must perform the work at the Contractor's place of business.

    b. Travel

    The Contractor will be reimbursed for preapproved travel as reasonably and properly incurred in the performance of the work in accordance with the National Travel Directive to a maximum of $4,000 for such expenses. Any additional cost to travel must be consumed by the Contractor and will not be reimbursed by CSC.

    1.4.2 Language of Work:

    The Contractor must perform all work in English.

    1.4.3 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).

    2. 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.

    3. 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.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    1.  Security Requirements Check List and security guide (if applicable),
    2.  Industrial Security Manual (Latest Edition).

      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.

      2. Minimum essential requirements:

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

    1. The Contractor must have at minimum three (3) years of experience within the past eight (8) years preceding the bid closing date, providing skills development training to Marginalized populations* to assist in safe and successful reintegration.
    1. The Contractor must have at minimum three (3) years of experience within the past eight (8) years preceding the bid closing date, working on urban agribusiness initiatives with local community stakeholders.
    2. The Contractor must have at minimum three (3) years of experience within the last eight (8) years preceding the bid closing date, providing education on food security and training to Marginalized populations*.

    Marginalized populations* are defined as populations excluded from any given society’s mainstream social, economic and cultural life.

    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 not subject to any set-asides for Aboriginal Suppliers.

    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 Contractor is a professional recruitment organization. The supplier is the only known Canadian company 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 supplier meets the minimum essential qualifications.

    7. Government Contracts Regulations Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection: 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

    There are no intellectual property terms in the contract.

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

    The periods of the proposed contracts are indicated under section 12. Name and address of the pre-identified supplier.

    11. A cost estimate of the proposed contract

    The estimated values of the proposed contracts, not including all applicable options, are indicated under section 12. Name and address of the pre-identified supplier.

    12. Name and address of the pre-identified supplier

    Name: L.I.N.C. Society

    Address: 33270 14th Avenue,

    Mission BC,

    V2V4Z7

    Period of the proposed contract: From contract award date to March 31, 2018 with an option to extend the contract for three (3) additional one-year periods.

    Cost estimate of the proposed contract: $ 104,800.00 (Applicable Taxes and option periods extra)

    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 23, 2017 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

    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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
    Email
    owen.nicholl@csc-scc.gc.ca
    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

    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
    English
    12
    French
    12

    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: