Inuit Cultural Advisor (Part Time)

Solicitation number 50601-21-016

Publication date

Closing date and time 2021/10/25 16:00 EDT


    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 the requirement:

    The Correctional Service of Canada (CSC), as part of the criminal justice system and respecting the rule of law, contributes to public safety by actively encouraging and assisting offenders to become law-abiding citizens, while exercising reasonable, safe, secure and humane control.

    CSC is committed to providing programs and opportunities to meet the needs of Indigenous offenders

    .

    CSC is legislated to provide Indigenous offenders with the opportunity to further develop their understanding of traditional Indigenous culture and beliefs while allowing others to practice their beliefs and values systems. The Inuit Cultural Advisor exposes indigenous offenders to traditional Inuit ways of life, based on their own teachings, counselling and traditional ceremonies and practices, individually and/or in groups, for the benefit of both offenders and staff. 

    The Inuit Cultural Advisor will be a person recognized by the Inuit community as having knowledge and understanding of the Inuit traditional culture of the community, including the protocols and teachings according to the beliefs and social traditions of their communities. Traditional cultural knowledge and wisdom, coupled with the recognition and respect of the people of the community, are the essential defining characteristics of an Inuit Cultural Advisor. They acquire these gifts by having followed a traditional way of life and traditional Inuit teachings over a lifetime.

    Objectives:

    As required by the CCRA and individual correctional plans, the Inuit Cultural Advisor is engaged to ensure the accommodation of Inuit cultural/spiritual practices. They assist offenders in their healing journey, to further develop an understanding of traditional Inuit culture through teachings, guidance and counselling. Further, they utilize both traditional and contemporary practices to promote a healthy balance.

    1.0 Tasks:

    The Inuit Cultural Advisor must provide the following services:

    1.1 Spiritual Services:

    The Inuit Cultural Advisor must provide (in-group or individual) counseling and teachings to Inuit Offenders. This includes the following:

    1.1.1 Providing Guidance and teachings through group sessions and individual discussions to Inuit offenders in the institution.

    1.1.2 Engage offenders in Inuit Culture and Spirituality through the traditional art, country food, caring, program, cultural video’s, making traditional tools and teaching Inuit games.

    1.1.3 Assisting offenders following a healing path in support of their correctional plan.

    1.1.4 Inuit Cultural Advisors may be requested by agreement, to escort offenders on Escorted Temporary Absences (ETAs) for cultural and other spiritual purposes.

    1.2 Advice and Guidance:

    The Inuit Cultural Advisor must, upon request:

    1.2.1 Provide advice /information to staff and management, locally, regionally and nationally on issues of Inuit cultural practices.

    1.2.2 Introduce institutional staff to various elements of Inuit Culture as deemed appropriate based on their teachings.

    1.2.3 Provide advice to the Institutional Head regarding Inuit traditional practices and protocols within the institution.

    1.3 Case Management:

    The Inuit Cultural Advisor must:

    1.3.1 Participate in case conferences as requested.

    1.3.2 Provide verbally to the Case Management Team, as requested, information regarding the offender's participation in a healing path as requested as part of the offender's progress report. This may include progress on an offender's participation in correctional programs, or in other cultural and spiritual activities as appropriate.

    1.3.3 Upon receiving a referral/request from the Case Management team, theInuit Cultural Advisor must provide initial information and updates verbally or in writing to the Indigenous Liaison Officer or Parole Officer for documentation which may include initial observations; whether the offender has agreed to continue working with theInuit Cultural Advisor through Indigenous Specific interventions; the offender’s progress in addressing their needs as well as information about an offender's readiness for the possible transition into the community.

    1.4 Expected Results:

    Provision of Inuit cultural services to the Inuit offender population.

    1.4 Regional and National Meetings:

    1.4.1 The Inuit Cultural Advisor may be asked to provide advice, guidance, information, or recommendations regionally or nationally on issues of Inuit cultural practices.

    1.4.2 If applicable, this may also include participation, by agreement, on regional or national advisory bodies, such as the National Elders Working Group, or the National Aboriginal Advisory Committee.

    1.5 Reporting and communications:

    The Inuit Cultural Advisor, with the assistance and coordination of the Indigenous Liaison Officer or Parole Officer, must report to the Technical Authority on a monthly basis by providing a summary of the tasks and hours completed on the Inuit Cultural Advisor Tasks – Weekly Summary and Inuit Cultural Advisor Tasks – Bi-weekly Summary/Invoice provided by the Technical Authority.

    1.6 CSC Support:

    1.6.1 Provide the Inuit Cultural Advisor with appropriately equipped facilities for the provision of confidential spiritual services, including the designation of (private) indoor and outdoor space to conduct spiritual activities and one on one counselling. 

    1.6.2 Ensure financial and human resources are provided for the gathering of ceremonial objects outside the institution.

    1.6.3 Ensure the availability of Indigenous Liaison Officers or Parole Officers to complete the written documentation of the verbal reports provided by the Inuit Cultural Advisor, as well as ensuring the completion of Elder Reviews as per the outline in Commissioner Directive 702: Indigenous Offenders (i.e., Intake, Progress and Decision).

    1.6.4 Ensure orientation to the institution is provided, including all policies and security requirements necessary in order for the Inuit Cultural Advisor to carry out their tasks.

    1.6.5 Ensure the Inuit Cultural Advisor is paired with offenders whose language requirements (French, English or their native language) are the same.

    1.6.6 Ensure that the Inuit Cultural Advisor understands the regulations surrounding their ability to conduct traditional practices, in accordance with Commissioner’s Directive 259: Exposure to Second hand Smoke, and the standing order for their specific institution, including the use of the ceremonial qulliq (seal oil soapstone lamp) and ignition sources.

    1.7 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).

    1.7 Constraints:

    1.7.1 Location of work:

    a. The Contractor must perform the work at Bowden Institution.

    b. Travel

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

    1.7.2 Language of Work

    The contractor must perform all work in English, French or Inuktitut.

    1.7.3 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:

    a. Security Requirements Check List, described in Annex C

    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:

    The supplier must be recognized by their community as an Inuit Cultural Advisor within that community.

    The supplier must have a minimum of five (5) years of experience obtained in the past 10 years prior to the ACAN closing date in delivering spiritual and cultural services and teachings to Indigenous people. This experience must include:

    w providing counselling and guidance according to the traditions and teachings of their own community; and

    w being familiar with and focus on healing according to their own teachings.

    The supplier must be familiar with and able to provide guidance to staff and offenders regarding the protocols surrounding the use, disposition, and searching of traditional medicines and spiritual effects.

    The supplier must meet with a circle of Elders already under contract with CSC where they will be able to share their experiences and where the Elders will be able to determine the validity of the statement of capabilities.

    CSC reserves the right, at its own discretion, to request that suppliers provide a reference letter and/or resume, 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 Indigenous Supplier in accordance with the government's Procurement Strategy for Aboriginal Business (PSAB). Therefore, only suppliers who meet the definition of an Indigenous 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 Inuit Cultural Advisor services to meet the reintegration needs of CSC Indigenous 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 one year, from November 1, 2021 to October 31, 2022.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $61,881.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Angus Cockney

    Address: Canmore, AB

    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 October 25, 2021 at 2:00 PM CST.

    15. Inquiries and submission of statement of capabilities

    inquiries and statement of capabilities are to be directed to:

    Janet Nelson

    Regional Headquarters, Prairies

    3427 Faithfull Ave

    Saskatoon, SK S7K 8H6

    Telephone: 306-659-9300

    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
    306-659-9200
    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
    Alberta
    Region of opportunity
    Alberta
    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: