SAP Ariba system maintenance

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

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

Elder Helper Services

Solicitation number 21301-20-3435119

Publication date

Closing date and time 2020/09/01 14:00 EDT

Last amendment date


    Description

    Elder Helper services

    21301-20-3435119

    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 (CSC) is committed to providing a variety of rehabilitation programs to Indigenous offenders. The Service recognizes the value of traditional spirituality and healing in the rehabilitative process and provides programming, which is relevant to Indigenous offenders. CSC recognizes that by providing the opportunity for Indigenous offenders to continue to learn tradition, culture and spirituality, it contributes to the likelihood of successful reintegration.

    1.1 Objectives:

    Elder Helper services programming is needed for offenders within the Quebec Region. The Elder Helper should be available to assist/supplement the Elder and thereby enhance the Indigenous Programs area. The Elder Helper should facilitate Elder programming, thus providing more consistency in participant involvement, whether it is traditional ceremony, or coordination of offenders or the case management process. The Elder Helper shall ensure consistency in how ceremonies and escorted temporary absences are conducted.

    1.2 Tasks:

    The proposed scheduling of services shall be done in conjunction with the contract Elder and to the satisfaction of the Project Authority and/or their designate. Elder Helper contract services may need to be provided during the daytime, evening and weekend hours depending on the needs of the facility.

    The Elder Helper shall assist offenders within the federal institutions to benefit from traditional healing and contemporary treatment interventions by supporting the work of the Elders and the interdisciplinary team as follows:

    (a) Ensure that the Elder providing service is approached according to proper traditional protocol by offenders and staff.

    (b) Ensure an adequate supply is on hand of traditional ceremonial material in order to ensure the ceremonial aspect of the work is maintained.

    (c) Coordinate and provide supervision for offenders during traditional ceremonies; perform traditional ceremonies in the absence of the Elder, e.g. pipe ceremony, sweatlodge ceremony and sharing circles.

    (d) Conduct group discussions and teachings (under the direction of the Elder) in the identification and proper use of ceremonial objects for offenders and staff.

    (e) Assist liaison staff to prepare reports (verbal and written) to support the case management and parole processes.

    (f) Provide counselling services to offenders as directed when the Elder is unavailable.

    (g) Assist in scheduling ceremonies and provide written notification of these event, on request.

    (h) Provide a list of contacts with offenders, activities attended, and ceremonies attended to the Project Authority or their designate.

    (i) Participate in staff meetings to further enhance team concept and to create and maintain a heatlhy support network.

    (j) Provide cultural awareness sessions in traditional teachings/healing to Case Management Team members and institutional staff in order to promote a culturally sensitive environment for Indigenous offenders.

    1.3 Expected results:

    The Elder Helper shall provide summary activity reports of the Elders Helpers' services to the Project Authority or their designate at two-week intervals. These reports will be used to register progress and for evaluation purposes and shall include the following information:

    (a) Daily activity log;

    (b) Number and type of individual offender interviews;

    (c) Number and type of group sessions held (e.g. circles, sweats, etc.);

    (d) Number and type of spiritual ceremonies held (e.g. family, sweats, pipe ceremonies, etc.);

    (e) Number and type of collateral contacts made (e.g. with case management, staff, interventions, etc.).

    1.5 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:

    1. The Contractor must perform the work at the following Institutions:

      Facility names:

    • Archambault Institution – Medium Unit

    • Archambault Institution – Minimum Unit

    • Regional Reception Center

    Name of the Assistant: Chad Katsenhake Diabo

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract:

    Federal Training Center – Site 600

    600, Montée St-François

    Laval (Quebec) H7C 1S5

    Federal Training Center – Site 600

    6099, Montée St-François

    Laval (Quebec) H7C 1P1

    Archambault – Minimum Unit

    244, Montée Gagnon

    Ste-Anne-des-Plaines (Quebec) J0N 1H0

    Archambault – Medium Unit

    242, Montée Gagnon

    Ste-Anne-des-Plaines (Quebec) J0N 1H0

    Regional Reception Center

    246, Montée Gagnon

    Ste-Anne-des-Plaines (Quebec) J0N 1H0

    Joliette Institution

    400, rue Marsolais

    Joliette (Quebec) J6E 8V4

    La Macaza Institution

    321, Chemin de l’Aéroport

    La Macaza (Quebec) J0T 1R0

    Cowansville Institution

    400, Fordyce

    Cowansville (Quebec) J2K 3N7

    Drummond Institution

    2025, boul. Jean-de-Brébeuf

    Drummondville (Quebec) J2B 7Z6

    Donnacona Institution

    1537, route 138

    Donnacona (Québec) G3M 1C9

    Port-Cartier Institution

    1, Rue de l’Aéroport

    Port-Cartier (Quebec) G5B 2W2

    Travel to other locations for approved Escorted Temporary Absences or meetings must have prior authorization of the Project Authority and will be reimbursed at cost without any allowance for overhead or profit.

    1.6.2 Language of Work:

    The contractor must perform all work in English or in French

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

    1. The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by Correctional Services Canada (CSC).
    2. The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
    3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC.
    4. The Contractor must comply with the provisions of the:
      1. Security Requirements Check List, described in Annex C;

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

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

    The supplier must have a minimum of two (2) years of cumulative experience by combining the experience obtained in the three following areas:

    • assisting and supporting an Elder in conducting ceremonies
    • providing counselling and guidance according to the traditions and teachings
    • conducting a ceremonies with a focus on healing

    The supplier must demonstrate in writing that he has the knowledge and the experience required in the essential requirements. CSC reserves the right at its own discretion, to request that suppliers provide a reference letter, in addition to their statement of capabilities, to support the knowledge and experience claimed.

    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's 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.

    This restriction does not apply to contracts with individuals who are Elders.

    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 Elder Helper services to meet the reintegration needs of CSC Indigenous offenders.

    The pre-identified suppliers meet 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)

    See section 12. Name and address of the pre-identified suppliers.

    11. Cost estimate of the proposed contract

    See section 12. Name and address of the pre-identified suppliers.

    12. Name and address of the pre-identified suppliers

    Name: Chad Katsenhake Diabo

    Address: contractor’s place of business

    Period of the proposed contract: six (6) months, from September 2nd, 2020 to February 28th , 2021 with an option to extend the contract for one (1) additional 6-months period.

    Contract number: 21301-21-3435119

    Cost estimate of the proposed contract including options: $ 50 254.05 (GST/HST 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. Closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is September 1st , 2020 at 2:00 PM EDT.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Véronique Fortin

    Regional Procurement Officer

    Regional Services Center – Material Management

    Correctional Service of Canada

    250, Montee St-François

    Laval (Quebec) H7C 1H5

    Telephone: 450-661-9550, ext. 3302

    Facsimile: 450-664-6626

    E-mail: veronique.fortin@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
    Fortin, Veronique
    Phone
    450-661-9550
    Email
    veronique.fortin@csc-scc.gc.ca
    Address
    250 Montée Saint-François
    Laval, QC, H7C 1S5
    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)
    French, English
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    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: