Indigenous Community Integration

Solicitation number 21801-21-0047

Publication date

Closing date and time 2021/04/27 17:00 EDT


    Description

    Indigenous Community Integration

    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 the requirement:

    The Correctional Service Canada has a requirement to establish Community Reintegration with Indigenous organizations and communities. The work will involve the following:

    1. Objectives:

    Improve CSC’s ability to return Indigenous offenders to their home communities with Section 84 release plans through contracts for Reintegration Support in remote communities. These contracts will serve to increase CSC’s capacity to engage Indigenous communities in the section 84 process, and identify and coordinate community resources for offenders.

    1.2 Tasks:

    The Contractor must:

    Provide community education and information about Section 84, Section 81, and CSC’s Indigenous Continuum of Care and interventions.

    Identify resources and community contacts that may be used by CSC personnel when preparing a release plan for an Indigenous offender.

    Work with Indigenous communities and organizations to establish a process for CSC engagement on corrections

    Provide information that will assist CSC personnel to develop a section 84 release plan. CSC personnel include but are not limited to a Parole Officer, Indigenous Liaison Officer or Indigenous Community Development Officer (as per CSC policy CD 712-1)

    On mutual agreement, perform additional tasks for offender rehabilitation as requested by the Project Authority. 

    1.3 Expected results:

    An increase in the number of CSC Indigenous offenders being released into their home community.

    1.4 Performance standards:

    The contactor must perform the work in accordance with the standards outlined in applicable CSC policies and regulations and in Canadian laws. This includes Commissioner’s Directives and the Corrections and Conditional Release Act.

    Commissioner's Directives

    http://www.csc-scc.gc.ca/acts-and-regulations/005006-0001-eng.shtml

    Corrections and Conditional Release Act

    https://laws-lois.justice.gc.ca/eng/acts/C-44.6/FullText.html

    1.5 Deliverables:

    1.5.1 The Contractor must collect information and prepare quarterly reports (preferably in Microsoft Word or Excel) that include:

    • A continuously updated resource list, including, at a minimum, reintegration support services, such as addictions services, health services, housing, and Elder supports in the community.
    • Details on travel to Pacific federal institutions during the contract period, provided within a two week period following travel.
    • A summary of weekly hours worked, not to exceed weekly hours outlined in funding budget; submitted bi-weekly.
    • The names and contact information of up to 5 community contacts per month
    • Contact name and details when providing community contact honoraria (total of 13 contacts in one fiscal year).
    • Provide the dates and institution name and location when providing offender engagement honoraria (total of 10 contacts in one fiscal year)

    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:

    1. The Contractor must perform the work primarily in one of the following rural area and surrounding Indigenous communities:
    • Tl’etinqox First Nation

    The Contractor may also be required to perform the work in any of the eight (8) federal institutions within the Pacific Region.

    William Head Institution:

    6000 William Head Road, Victoria, British Columbia, V9C 0B5

    Mission Institution:

    Minimum: 33737 Dewdney Trunk Road, P.O. Box 50, Mission,

    British Columbia, V2V 4L8

    Medium: 8751 Stave Lake Street, P.O. Box 60 Mission, British Columbia, V2V 4L8

    Kwìkwèxwelhp Healing Village:

    16255 Morris Valley Road, P.O. Box 110, Harrison Mills, British Columbia, V0M 1L0

    Matsqui Institution:

    33344 King Road, P.O. Box 2500, Abbotsford, British Columbia, V2S 4P3

    Pacific Institution: Regional Treatment Centre, Regional Reception and Assessment Centre and La Lem Xeyíyá:qt :

    33344 King Road, Abbotsford, British Columbia, V2S 4P4

    Fraser Valley Institution:

    33344 King Road, PO Box 5000, Abbotsford, British Columbia, V2S 6J5

    Mountain Institution:

    4732 Cemetery Road, P.O. Box 1600, Agassiz, British Columbia, V0M 1A0

    Kent Institution:

    4732 Cemetery Road, P.O. Box 1500, Agassiz, British Columbia, V0M 1A0

    b. Travel

    As part of the scope of work of this contract, the Project Authority will identify what travel is required. Any travel must be pre-authorized by the Project Authority and comply with the National Joint Council Travel Directive.

    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. Security Requirement
    • NO SECURITY REQUIREMENT EXISTS.
    • Contractor/Offeror will be escorted at all times during the performance of this contract. Access to PROTECTED information or assets is not permitted.
    • Use of CPIC is prohibited.
    1. INSTITUTIONAL ACCESS REQUIREMENTS
    • NIL security screening required as there is no access to sensitive information or assets. Contractor personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. CSC has developed very stringent internal policies to ensure that the security of institutional operations is not compromised.
    • Contractor personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada, prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof of any Contractor personnel, at any time.

    2. Criteria for assessment of 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 be an Indigenous community or Indigenous organization. The Indigenous community or organization must have support from the Band and Council to liaise and work in partnership with Correctional Service Canada in supporting the reintegration of Indigenous offenders.

    Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in providing cultural and spiritual services to community members within the Indigenous community or organization

    Must have established relationships with a number of different service providers and Elders within and surrounding the Indigenous community.

    Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in identifying options, resources and/or services to support the needs of Indigenous people.

    Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in providing outreach and engagement with Indigenous communities and/or other government agencies.

    Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date working as a liaison in a facilitating role between Indigenous communities and organizations in and around the location of work and outside organizations (or government departments) in establishing positive working relationships/processes.

    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). 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

    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN. There is a limited number of suppliers available to provide indigenous reintegration and community support services to meet the reintegration needs of CSC indigenous offenders.

    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

    There are no intellectual property terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of two (2) years, from April 28, 2021 to March 31, 2023, with an option to extend the contract for one (1) additional two (2) year period.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, is $138,559.44 (GST/HST extra)

    12. Name and address of the pre-identified supplier

    Name: Tl’etinqox Government

    Address: PO Box 168

    Alexis Creek, BC V0L 1A0

    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 April 27, 2021 at 2:00PM PDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Contracting Authority: Penny Anderson

    Telephone number: 236-380-0298

    Facsimile number: 604-870-2444

    E-mail: penny.anderson@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
    Hupper, Amber
    Phone
    604-870-2556
    Email
    Amber.Hupper@csc-scc.gc.ca
    Address
    33991 GLADYS AVE
    ABBOTSFORD, BC, V2S 2E8
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Selective Tendering
    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: