Aboriginal Liaison Services

Solicitation number 21206-18-2696882

Publication date

Closing date and time 2017/12/08 14:00 EST


    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 meets 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 Aboriginal Liaison Services in the provinces of Nova Scotia and New Brunswick. The work will involve the following:

    1.1 Objectives:

    The contractor shall provide Aboriginal Liaison services throughout Nova Scotia and as required for In-Reach specific program to the Dorchester Complex in New Brunswick.

    1.2 Tasks:

    1. Community Aboriginal liaison services shall be provided to clients referred by the Correctional Service of Canada (CSC) (ie. Federal and Provincial offenders who have applied for parole or who are under supervision by CSC):
      • Conducting client intakes.
      • Determining a suite of services applicable to client needs, including treatment, counselling, and support options available.
      • Facilitating linkages to community resources (ie. Cultural and Spiritual) and other related support mechanisms in the community.
      • Promoting, coordinating, and organizing client support circles.
      • Assisting the Aboriginal Community Development Officer (ACDO) in establishing section 84 processes as required by the ACDO. Section 84 is a legislative process of establishing a release plan for Indigenous offenders who requests assistance from an Indigenous community or organization on their release.
      • Follow up with Parole staff on client progress as needed or immediate if there is an escalation in risk.
      • Participating in case conferences with case management team/Institutional Aboriginal Liaison Officer to support release planning and identify opportunities for establishing a plan for release via conference calls/video conference and/or by travelling to institutions including Dorchester Minimum and Medium complex in New Brunswick.
      • Establishing working relationships with offenders to frequently review progress and service interventions upon release.
      • Provide support to CSC staff and Community Residential Facility (CRF) staff by providing information to enhance their Cultural competencies in aboriginal culture.
    2. Assist the Aboriginal Community Development Officer (ACDO) in Section 84 process of the CCRA as required.

    1.3 Expected results:

    Connecting Aboriginal Offenders with Aboriginal communities in their area and assist them to safely transition into the community.

    1.4 Deliverables:

    1.4.1 A monthly report shall be provided with the monthly invoice to ensure that the scope of work is being undertaken. The monthly report shall include the following:

    • Time sheets or a report of dates, times, and number of hours worked each day.
    • Number of case conferences with Parole Officers/Aboriginal Liaison Officer conducting citing purpose of conference.
    • Provide names of offenders for whom assistance was provided for case planning and services provided.
    • All contacts with ACDO, for Section 84 of the CCRA, shall be in the monthly reports included.

    The Contractor shall complete a written report on every contract/collateral that has taken place for or on behalf of each offender.

    1.4.2 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).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The Contractor must perform the work in the province of Nova Scotia and part of the province of New Brunswick.

    b. Travel

    The Contractor shall travel on behalf of CSC throughout Nova Scotia and to Dorchester Minimum and Medium Complex to provide the services, as outlined in the deliverables.

    1.5.2 Language of Work:

    The contractor must perform all work in English.

    1.5.3 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:

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

    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:

    • Be part of a First Nation community and have direct access to all First Nations Communities in Nova Scotia.
    • Obtain PWGSC security clearance to the level of reliability status at the time of contract award.

    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 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

    Mi’Kmaw Legal Support Network is the only aboriginal organization in Nova Scotia that has a network of connections within the various bands as well as the associated agencies throughout the province of NS.

    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:

    • 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. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 1 year, from January 1st, 2018 to December 31st, 2018 with an option to extend the contract for one (1) additional one (1) year period.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option (s), is $119,991.60(GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Mi’kmaw Legal Support Network

    Address: PO Box 7703, 29 Medicine Trail Road, Eskasoni, NS, B1W 1B2

    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. The Statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is December 8th, 2017 at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Blanchet

    1045 Main Street, 2nd Floor, Moncton NB E1C 1H1

    Telephone: 506-851-7690

    Facsimile: 506-851-6327

    E-mail: danielle.blanchet@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
    Blanchet, Danielle
    Phone
    506-851-6970
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Fax
    506-851-6327
    Address
    1045 Main Street, 2nd floor
    Moncton, NB, E1C 1H1

    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
    New Brunswick
    ,
    Nova Scotia
    Region of opportunity
    New Brunswick, Nova Scotia, Prince Edward Island
    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: