SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, September 28 from 8:00 pm until September 29 12:00am (EDT) 

Theatre Program – Grand Valley Institution for Women

Solicitation number 21465-23-2759794

Publication date

Closing date and time 2018/02/20 13:00 EST

Last amendment date


    Description

    Theatre Program – Grand Valley Institution for Women

    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 specialized programming to women offenders to support reintegration as well as to address women offender needs within a holistic framework during incarceration. The development and implementation of a theatre program is a specialized intervention at Grand Valley Institution.

    The work will involve the following:

    1.1   Objectives:

    To develop and deliver a theatre program designed to support reintegration through meaningful experiences of personal growth and reflection, contributing to the forging of a pro-social identity for participants.

    1.2   Tasks:

    The contractor must provide an initial cycle of programming (approximately one year in length), and then build upon this framework by making variations in specific theatrical content for each additional year of programming in coordination with Grand Valley Institution (GVI).

    The program must be comprised of program components over the span of a 12-month programming cycle that will include:

    1. Introduction to Theatre Workshop Series

    2. Specialized Theatre Intensives & Performances involving guest facilitators in specialized instruction such as physical theatre, playwriting, and other artistic mediums, as well as a Forum Theatre workshop series.

    3. Performance of a published script.

    4. Creation of a new devised play

    5 Newcomer Nights: specialized introductory workshops

    1.3 Expected results:

    1.3.1 “Introduction to Theatre” workshops

    Facilitators will spend time promoting the program and developing a trusting theatre ensemble of participants through theatre workshops that incorporate group games, acting technique, and scene studies. The supplier will collaborate with pre-existing programs on site delivered by community-based partners to host small performance opportunities for women at GVI to watch, to garner interest in the program, and/or potentially host guest performers to give the population more exposure to professional theatre performance.

    1.3.2 Specialized Theatre Intensives and Performances

    To provide instruction in theatrical forms that participants are interested in and/or open to learning. Trained and qualified theatre artists will provide intensives in two or more topics of the participants’ choosing per year. The following types of intensive workshops include but are not limited to: puppetry, dance and physical theatre, forum theatre, playwriting, musical theatre.

    1.3.3 Performance of a Published Script

    Facilitators will take the experiences the participants have had with other theatre program components and apply it to the production of a scripted, traditional piece of theatre. The contractor will provide a published playwright to find a Canadian script and story that resonates with the women and work towards a final product. This component will include character studies and a regimented rehearsal period in order to experience a professional creation process. Productions will provide individuals who are not interested in performing the opportunity to be involved using/developing other specialized skills, such as stage management, costume design and set design.

    To stage a full-scale production of an existing play that is engaging and meaningful for both participants involved in the process, as well as the general audience of the offender population and staff.

    1.3.4 Creating a New Devised Play

    This final project of the program cycle will bring the theatre program full circle, returning to the process of creating an original play based on participant’s personal stories and passions as a collaborative group. Although this project is not to be clinical in nature, this process will focus on the experiences, emotions, and personal growth of the participants involved. After a year spent exploring theatrical forms and honing performance skills, the process will provide participants with the opportunity to use these new skills to tell stories that matter to them. Professional theatrical artists will facilitate the creation of this play and a culminating production.

    1.3.5 Newcomer Nights

    To provide up to 4 Newcomer Nights annually (or as needed) outside of normal programming to engage new participants and to expand the impact of the program. The Newcomer Night will be occasional workshops aimed at individuals who are not involved in the current project at that time. This night will be built as an introduction workshop for those with minimal or no experience in theatre. It will also give those who have not had the chance or might feel intimidated by the longer workshops the opportunity to explore theatre. Long-time participants will be encouraged to invite their friends or any individuals who are new to the institution or unaware of the program, or who are interested in trying it out without long-term commitment.

    1.4   Performance standards:

    Adherence to annual program cycle sequencing and timelines (as noted under 1.3 Expected Results).

    Delivery and performance schedule to be coordinated with Grand Valley Institution to meet operational requirements of the site.

    Variations in specific theatrical components and content must occur in coordination with Grand Valley Institution.

    1.5   Deliverables:

    1.5.1 The contractor must facilitate a theatre program (as outlined under 1.3 Expected Results) and provide informal written evaluation of each program component within 2 weeks of completion of each component. As part of administrative tasks, the informal evaluation and recommendations for each component shall use a range of creative assessment tools and incorporate feedback from staff and participants.

    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 Grand Valley Institution for Women at 1575 Homer Watson Blvd and 520 Manitou Drive, Kitchener, Ontario.

    b. Travel

    i.  Travel to the following locations will be required for performance of the work under this contract: Grand Valley Institution for Women at 1575 Homer Watson Blvd and 520 Manitou Drive, Kitchener, Ontario.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    a. 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).

    b. 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.

    c. 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.

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

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

    i Security Requirements Check List described in Annex C;

    ii  Industrial Security Manual (Latest Edition).

    2. Criteria for assessing the statement of capabilities (minimum essential requirements):

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

    Experience:

    The Contractor must be an established theatre company dedicated to the empowerment and reintegration of offenders with at least 4 years of experience in touring plays and workshops that promote social/restorative justice. The contractors approach must be in keeping with CSC's Restorative Justice programs and the spirit of Creating Choices (1990) which calls for a holistic approach to meet the unique needs of women offenders, based on principles empowerment, meaningful and responsible choices, respect and dignity, supportive environments, and shared responsibility.

    Lead facilitators must have at least 2 years experience with delivering art programming in a criminal justice setting.

    Personnel must possess 4 years of experience in acting and directing theatre in the past 10 years.

    Personnel must have completed 4 theatre-based projects in the past 10 years.

    Personnel must demonstrate at least 2 years experience in a compassionate and trauma-aware approach and a facilitation style rooted in anti-oppressive practice, popular education, and circle pedagogy to create a process for participants to take leadership and ownership from.

    Academic qualifications:

    All personnel must possess an undergraduate degree from a recognized university in relevant fields such as theatre, performance, counselling, social work, psychology or an acceptable combination of education, training and/or experience.

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    Professional designation, accreditation and/or certification:

    The Contractor must be a registered business in the Province of Ontario.

    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

    Theatre of the Beat (TOTB) is a registered charity and theatre company that has received critical acclaim for its unique brand of social justice theatre. Rooted in principles of Restorative Justice, the pre-identified supplier, Theatre of the Beat (TOTB), creates applied theatre pieces for and with individuals who might not typically be exposed to theatre, in an effort to positively affect both personal and social change. TOTB is dedicated to the empowerment and reintegration of offenders demonstrated by the company’s previous work in touring plays and workshops that promote the concepts of Restorative Justice. As such, TOTB’s work and approach is in keeping with CSC's Restorative Justice programs and the spirit of Creating Choices (1990) which calls for a holistic approach to meet the unique needs of women offenders, based on principles empowerment, meaningful and responsible choices, respect and dignity, supportive environments, and shared responsibility.

    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

    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 approximately 10 months, from March 1, 2018 to December 31, 2018 with an option to extend the contract for four (4) additional one (1) year periods.

    11.  Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is approximately $115,227.00 (GST/HST extra).

    The yearly contract ceiling of $22,493.00 (HST excluded) is based on approximately 759 hours of service per year. Different hourly rates apply between the Lead Theatre Facilitator and Assistant Theatre Facilitator. This ceiling also includes additional costs for Props and Supplies, Travel and Script Royalties.

    12.  Name and address of the pre-identified supplier

    Theatre of the Beat Inc.

    6379 Main Street

    P.O. Box 1477

    Stouffville, Ontario

    L4A 8A3

    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 February 20, 2018 at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Shane Collins

    Regional Contract Administrator

    Correctional Service Canada

    P. O. Box 1174
    443 Union St. West
    Kingston, ON K7L 4Y8

    Telephone: 613-536-4570

    Facsimile: 613-536-4571

    E-mail address: Shane.Collins@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
    Collins, Shane
    Phone
    613-536-4570
    Email
    shane.collins@csc-scc.gc.ca
    Fax
    613-536-4571
    Address
    443 Union Street West
    PO Box 1174
    Kingston, ON, K7L 4Y8
    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
    Ontario (except NCR)
    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: