Horse Teaching Program

Solicitation number 50623-19-3224694

Publication date

Closing date and time 2019/10/11 16:00 EDT

Last amendment date


    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 a Four Season Missatim Ki-Si-Nah-Ma-Too-Win (Horse Teaching) Program to the federally sentenced women of the Okimaw Ohci Healing Lodge (OOHL) according to the traditional teachings of the Nekaneet First Nation.

    The work will involve the following:

    1.1 Objectives:

    To provide a Four Season Missatim Ki-Si-Nah-Ma-Too-Win (Horse Teaching) Program to the federally sentenced women of the Okimaw Ohci Healing Lodge according to the traditional teachings of the Nekaneet First Nation. The six (6) week seasonal sessions will be delivered quarterly following the beginning of Spring, Summer, Fall and Winter.

    1.2 Tasks:

    • The Contractor must deliver the Horse Teaching program sessions consistently with the start of each Season. Should circumstances beyond the contractors control not allow him to begin the session at the start of the season, he must have approval from the Project Authority to alter the timeline of the session.

    • The contractor must provide the necessary horses, equipment, transportation, care and feed required for the delivery of the horse teaching program

    • It is the responsibility of the contractor to maintain the care and feed of the horses while they are on CSC property during the duration of the program.

    • The Contractor must ensure that the horses are sound, reliable and suitable for the participants of the program.

    •The contractor must supply the necessary instructor, facilitator, guest speakers, ceremonial Elders needed to facilitate each program

    • The contractor must complete the pre and post evaluation reports for each of the participants attending the program as per Annex A – Pre Program Assessment and Annex B Post Program Assessment

    •The Four Season Horse Teaching Program is 6 weeks in length, to be run at a maximum of five (5)days a week between the hours of 08:00 and 20:00. Any extra hours worked will be mutually agreed upon between the contractor and the project authority.

    • The Contractor must provide a minimum of one Horse Dance Ceremony annually, and if required any additional cultural ceremonies agreed upon by the Contractor and Project Authority.

    • The Contractor must bring any issues regarding negative behaviour, security or health of the participants to the attention of the Project Authority.

    •The Contractor must provide appropriate supervision of participants within the classroom setting and the practical application of skills with the horses at the barn area.

    1.3 Expected results:

    The participants will learn to come together in harmony with the Creator, within the Circle of Life, and the Spiritual Path they walk. Close contact with the horses and the development of new skills has been shown to contribute positively to their healing and personal growth. The Four Season Horse Teachings will maintain close links to participation in various Nekaneet ceremonies.

    1.4 Performance standards:

    The Contractor must be fully engaged as the Program Facilitator by providing input through cultural teachings, ceremony and positive role modeling.

    1.5 Deliverables:

    1.5.1 The contractor must submit for each participant, the Pre-Program Assessment, Post Program Assessment and the Final Program Evaluation at the end of each session.

    • The Contractor must submit completed daily attendance reports for the participants.

    • The Contractor must complete the post program evaluation addressing the areas of Overall participation, working with the horses, Impact of the Horse, Impact of the Program and recommendation for Future Treatment upon completion of the program. The Contractor must complete reports within 10 working days of program completion.

    • The Contractor must complete documents at Okimaw Ohci Healing Lodge on Correctional Service of Canada computers and network.

    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:

    • Program is to be delivered to federally sentenced women offenders at the CSC OOHL.

    • Participants may exhibit difficult or resistant behaviour.

    • There may be delays clearing the principal entrance security. All items brought into the institution will be checked for contraband.

    • Courses may be delayed due to operational requirements.

    • The contractor must have Commercial General Liability Insurance and maintain it in force throughout the duration of the Contract.

    1.6.1 Location of work:

    a. The Contractor must perform the work at Okimaw Ohci Healing Lodge, Maple Creek, SK and surrounding area for the purpose of Escorted Temporary Absences as approved by the Okimaw Ohci Healing Lodge.

    b. Travel

    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:

    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 Contract Security Program(CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (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 the CSP/ISS/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 the CSP/ISS/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. 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:

    • Must provide proof of 3 years of experience and practical teaching of the traditional ceremonies of the horse teachings.

    • Must provide proof of Commercial General Liability Insurance.

    • Must provide a curriculum of a successful Horse Program and Horse Ceremony

    • Must provide statistics on the success of the proposed Horse Program (Number of years providing the Program and a validated number of Horse Program Students completing the program).

    • Must have 6 months experience in using Word processing and email.

    Note: CSC has a Memorandum of Understanding with Nekaneet First Nation for the first right of refusal for services required at Okimaw Ohci Healing Lodge. All Suppliers must be approved by the Chief in Council for Nekaneet First Nation.

    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

    There is a limited number of suppliers available to provide programs to meet the reintegration needs of CSC Aboriginal women offenders. 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. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 3 years, from January 1, 2020 – December 31, 2022.

    11. Cost estimate of the proposed contract

    The estimated value of the contract is $462,180.00.

    12. Name and address of the pre-identified supplier

    Name: Dale Mosquito

    Address: Nekaneet First Nation, SK

    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 October 11, 2010

    15. Inquiries and submission of statement of capabilities Inquiries and statement of capabilities are to be directed to:

    Janet Nelson

    3427 Faithfull Avenue

    SASKATOON, SK S7K 8H6

    Telephone: 306-659-9252

    E-mail: 501contracts@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
    Nelson, Janet
    Phone
    306-659-9252
    Email
    janet.nelson@csc-scc.gc.ca
    Address
    3427 Faithfull Ave
    Saskatoon, SK, S7K 8H6
    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
    Saskatchewan
    Region of opportunity
    Saskatchewan
    Procurement method
    Competitive - Limited Tendering

    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: