Reintegration Support for Indigenous Offenders in Urban Centres – PSAB

Solicitation number 21120-19-3149029-A

Publication date

Closing date and time 2019/07/05 16:00 EDT

Last amendment date


    Description

    Request for Standing Offer for the Reintegration Support for Indigenous Offenders in Urban Centres – PSAB (21120-19-3149029-A)

    Note: Solicitation 21120-19-3149029-A (PSAB) is being solicited concurrently with solicitation 21120-19-3149029-B (Non-PSAB) for the same requirement.

    This requirement is for: The Correctional Service of Canada, in the Pacific, Prairie, Ontario, Québec and Atlantic regions.

    Trade agreement:

    This procurement is not subject to any trade agreement.

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy:

    Compliant bid with the highest combined score of technical merit and price.

    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). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a bid.

    Comprehensive Land Claim Agreement:

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements:

    This Standing Offer includes security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    The Correctional Service Canada has a requirement to deliver services that support the reintegration needs of Indigenous offenders to urban centres.

    Objectives:

    To improve CSC’s ability to reintegrate Indigenous offenders to urban areas. The intent is to increase CSC’s capacity to acquire the services of Contractors in the release planning process. Contractors will identify and coordinate reintegration support for Indigenous offenders in urban areas, as this is one of the greatest challenges for Indigenous offenders returning to urban centres is identifying traditional Indigenous support and services.

    Multiple Standing Offers may be awarded as a result of this Request for Standing Offer. See list below for the minimum / maximum number of Standing Offers that may be awarded for each identified location.

    Solicitation 21120-19-3149029-A (PSAB) is being solicited concurrently with solicitation 21120-19-3149029-B (Non-PSAB) for the same requirement. Preference will be given to the responsive/compliant bids for the PSAB solicitation 21120-19-3149029-A. Bids from the Non-PSAB solicitation (21120-19-3149029-B) will only be considered if no responsive bids per institution are received for the PSAB requirement and/or if the list of PSAB suppliers by the institution has been exhausted to fulfil the need for the number of required SO’s per institution.

    Institution Name / Aboriginal Intervention Centre (AIC)

    Minimum number of SO’s to be awarded per institutional site

    Maximum number of SO’s to be awarded per institutional site

    1.Nova Institution for Women - Truro, Nova Scotia

    1 minimum, 2 maximum

    2.Springhill and Dorchester Institutions - Nova Scotia and New Brunswick

    1 minimum, 2 maximum

    3.Joliette Institution for Women - Joliette, Quebec

    1 minimum, 2 maximum

    4.Archambault Institution - Sainte-Anne-des-Plaines, Quebec

    1 minimum, 2 maximum

    5.Joyceville Institution - Kingston, Ontario

    1 minimum, 2 maximum

    6.Grand Valley Institution for Women - Kitchener, Ontario

    1 minimum, 2 maximum

    7.Stony Mountain Institution - Winnipeg, Manitoba

    1 minimum, 3 maximum

    8.Saskatchewan Penitentiary - Prince Albert, Saskatchewan

    1 minimum, 3 maximum

    9.Okimaw Ohci Healing Lodge - Maple Creek, Saskatchewan

    1 minimum, 2 maximum

    10.Edmonton Institution for Women - Edmonton, Alberta

    1 minimum, 2 maximum

    11.Drumheller Institution - Drumheller, Alberta

    1 minimum, 2 maximum

    12.Pacific Institution - Abbotsford, British Columbia

    1 minimum, 2 maximum

    13.Fraser Valley Institution - Abbotsford, British Columbia

    1 minimum, 2 maximum

    If more than one standing offer per identified location is awarded for use based on a reasonable expectation of business activity such that a single offeror would lack the capacity to meet the demands, then the ranking methodology will be that of ‘Right of First Refusal’. 

    Scope:

    The Contractor must provide outreach and engagement with Indigenous offenders, urban community contacts, and CSC personnel, including but not limited to Parole Officers and Aboriginal Community Liaison Officers. The Contractor will be responsible to provide intervention services in Aboriginal Intervention Centres (AIC) at CSC Institutions and the Okimaw Ohci Healing Lodge, and to support the reintegration of Indigenous offenders in urban centres.

    The Contractor must provide services including but not limited to delivering trauma or addictions counselling or life skills training or providing support to either prevent affiliation or promote disaffiliation from a gang. The Contractor must also ensure that the offender’s needs (i.e. trauma, addictions, life skills counselling or gang prevention/exit strategies) continue to be met during and after their transition to a community. This obligation may require making arrangements to support another service provider to meet with the offender in their community. Therefore, special attention should be given to this matter during the development of the release plan. It will not be sufficient to merely provide telephone support to an offender who has reintegrated to a community that is a significant distance from the Institution or Healing Lodge where they were incarcerated.

    • The Contractor must assist with urban release planning for Indigenous offenders that includes life skills development or preventing affiliation and/or promoting disaffiliation from a gang, or trauma or addictions counselling.
    • Urban reintegration success must be enhanced through short and long term planning with Contractors that includes assistance with obtaining culturally appropriate interventions for addictions, trauma or mental health issues, including preventing affiliation or promoting disaffiliation from a gang. Indigenous offenders will also receive assistance to learn life skills, including employment and budgeting skills, how to find transportation and housing, how/where to obtain identification and purchase/prepare nutritious food, and other kinds of life skills as needed.
    • Reintegration support services must be provided in institutions to support the transition to the urban community, as well as within urban communities to provide ongoing support to Indigenous offenders upon release.

    The Contractor must provide specialized expertise in at least one of the following stream areas:

    Stream 1:

    Delivering trauma, addictions counselling, or life skills training to Indigenous offenders.

    Stream 2:

    Providing support to Indigenous offenders to either prevent gang affiliation or promote disaffiliation.

    Deliverables:

    Stream 1: Delivering trauma, addictions counselling, or life skills training for Indigenous offenders

    The Contractor must collect information and prepare quarterly reports in Microsoft Word or Excel on:

    • Communication and work completed with CSC personnel, which includes but is not limited to Parole Officers or Aboriginal Community Liaison Officers.
    • the delivery of trauma and/or addictions counselling and/or life skills training for Indigenous offenders at CSC’s Aboriginal Intervention Centres in its Institutions or the Okimaw Ohci Healing Lodge.
    • services provided to Indigenous offenders once they are released to a community.

    Stream 2: Preventing gang affiliation and promoting gang disaffiliation for Indigenous offenders

    The Contractor must collect information and prepare quarterly reports in Microsoft Word or Excel) on:

    • Communication and work completed with CSC personnel, which includes but is not limited to Parole Officers or Aboriginal Community Liaison Officers.
    • how they are assisting with preventing gang affiliation or promoting gang disaffiliation for Indigenous offenders in the Aboriginal Intervention Centres at CSC Institutions and the Okimaw Ohci Healing Lodge.
    • services provided to Indigenous offenders once they are released to a community.

    Term of Standing Offer:

    Period of the Standing Offer: The Work is to be performed from date of Standing Offer award to May 31, 2020 with the option to renew for two (2) additional one-year periods.

    File Number: 21120-19-3149029-A

    Contracting Authority: Claudette Chabot

    Telephone number: 306-659-9255

    E-mail: Claudette.Chabot@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    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
    Chabot, Claudette
    Phone
    306-659-9255
    Email
    claudette.chabot@csc-scc.gc.ca
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    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
    007
    English
    20
    007
    French
    4
    006
    English
    7
    006
    French
    0
    005
    English
    8
    005
    French
    0
    004
    English
    17
    004
    French
    4
    003
    English
    10
    003
    French
    0
    002
    English
    30
    002
    French
    3
    001
    English
    46
    001
    French
    9
    000
    English
    156
    000
    French
    22

    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
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    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: