SAP Ariba system maintenance

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

  • Saturday, June 1 from 7:00 pm until 11:00 pm (Eastern Time) 

Elder Helpers Services

Solicitation number 21301-22-3936039 / 21301-22-3936044 / 21201-22-3964550

Publication date

Closing date and time 2021/12/16 14:00 EST


    Description

    21301-22-3936039 / 21301-22-3936044 / 21201-22-3964550  – Elder Helpers Services

    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 the requirement:

    The Correctional Service Canada (CSC) has a requirement to provide Elder programming to meet the needs of Indigenous offenders. The Elder Helpers must be available to assist and supplement the work of Elders, thus enhancing Indigenous programming. CSC is legislated to provide Indigenous offenders with the opportunity to further develop their understanding of traditional Indigenous spirituality while allowing non-Indigenous offenders to practice their beliefs and values systems.

    1.1 Objectives:

    As required by the CCRA and individual correctional plans, Elder Helpers are engaged to ensure the accommodation of Indigenous spiritual and cultural practices. They assist the Elders in supporting Indigenous offenders on their traditional healing journey, to further develop an understanding of traditional Indigenous culture through teachings, guidance and counselling. Further, they utilize traditional ceremonies and practices, where they have been given the responsibility to assist the work of Elders, to promote healing and balance.

    1.2 Tasks:

    The Elder Helper must provide the following services:

    The Elder Helper must assist Indigenous 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:

    • Ensure offenders and staff approach the Elder providing service according to proper traditional protocol.
    • Ensure an adequate supply of traditional ceremonial material is on hand in order to ensure the ceremonial aspect of the work is maintained.
    • Coordinate and provide supervision for offenders during traditional ceremonies; with the Elder’s agreement, perform traditional ceremonies in the absence of the Elder (including but not limited to, pipe ceremony, sweat lodge ceremony and sharing circles).
    • Conduct group discussions and teachings, with the Elder’s agreement, in the identification and proper use of ceremonial objects for offenders and staff.
    • Assist staff to prepare reports (verbal and written) and provide other technical support for case management and parole processes.
    • Provide counselling services to offenders as directed when the Elder is unavailable.
    • Assist in scheduling ceremonies and provide written notification of these events to appropriate Elders and staff.
    • Provide a list of contacts with offenders, activities and ceremonies attended to the Project Authority or their designate.
    • Participate in staff meetings to further enhance team concept and to create and maintain a healthy support network.
    • Participate in meetings with staff to facilitate communication and cooperation with the Elder.
    • Provide cultural awareness sessions in traditional teachings and healing to Case Management Team members and institutional staff in order to promote a culturally safe environment for Indigenous offenders.

      1.3 Expected Results:

      Provision of Indigenous programming and Elder Helper services to the Indigenous offender population.

      1.4 Reporting and communications

      1. The Elder Helper must provide time sheets at two-week intervals to confirm the services provided.

      2. The Elder Helper, with the assistance and coordination of the Indigenous Liaison Officer or Parole Officer, must submit summary activity reports of their services to the Project Authority or designate at two-week intervals by providing a summary of the tasks and hours completed on the Elder Tasks – Weekly Summary and Elder Tasks – Bi-weekly Summary/Invoice provided by the Project Authority. These reports will be used to register progress and for evaluation purposes and must include the following information:

      (a) Daily activity log;

      (b) Number and type of individual offender interviews;

      (c) Number and type of group sessions held (including but not limited to circles, sweats);

      (d) Number and type of spiritual ceremonies held (including but not limited to family, sweats, pipe ceremonies); and

      (e) Number and type of collateral contacts made (including but not limited to with case management, staff, interventions).

      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:

      21301-22-3936039 : The Elder Helper must perform the work at Joliette Institution.

      21301-22-3936044: The Elder Helper must perform the work at Sainte-Anne-des-Plaines Complex.

      21201-22-3964550 : The Elder Helper must perform the work at Sainte-Anne-des-Plaines Complex.

      1.6.2 Travel

      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 6099

      6099, Boulevard Lévesque

      Laval (Quebec) H7C 1P1

      Archambault Institution – Minimum Unit

      244, Boulevard Gibson

      Ste-Anne-des-Plaines (Quebec) J5N 1V8

      Archambault Institution – Medium Unit

      242, Boulevard Gibson

      Ste-Anne-des-Plaines (Quebec) J5N 1V8

      Regional Reception Center

      246, Boulevard Gibson

      Ste-Anne-des-Plaines (Quebec) J5N 1V8

      La Macaza Institution

      321, Chemin de l’Aéroport

      La Macaza (Quebec) J0T 1R0

      Drummond Institution

      2025, boul. Jean-de-Brébeuf

      Drummondville (Quebec) J2B 7Z6

      Cowansville Institution

      400, Fordyce

      Cowansville (Quebec) J2K 3N7

      Donnacona Institution

      1537, route 138

      Donnacona (Quebec) G3M 1C9

      Port-Cartier Institution

      1, Rue de l’Aéroport

      Port-Cartier (Quebec) G5B 2W2

      1.6.3 Language of Work:

      The contractor must perform all work in English and in French.

      1.6.4 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).
    1. 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.
    1. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC.
    1. The Contractor must comply with the provisions of the:
    1. 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:

    Assisting with and attending Indigenous ceremonies are something Elder Helpers have been taught. The supplier must provide their experience as an Elder Helper and how it was acquired.

    The supplier must have a minimum of two (2) years of cumulative experience, calculated by combining any experience obtained in the three following areas. The supplier must have acquired this experience over the past 10 years before the date of the closing of this ACAN:

    • assisting and supporting an Elder;
    • providing counselling and guidance according to the traditions and teachings;
    • conducting group discussions; and
    • assisting others in preparing reports (verbal and written).

      The supplier must demonstrate in writing that they have the knowledge and the experience required in the essential requirements.

      The supplier must provide a resume and two (2) references who can confirm their work as an Elder Helper.

      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 Indigenous Business

      This procurement is set-aside for an Indigenous Supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities.

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

      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 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 delivery date

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

      11. Cost estimate of the proposed contract

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

      12. Name and address of the pre-identified supplier

      21301-22-3936039

      Name: Lisa Gagné

      Address: contractor’s place of business

      Period of the proposed contract: 15 months, from January 1st, 2022 to March 31st, 2023 with an option to extend the contract for two (2) additional one-year periods.

      Cost estimate of the proposed contract including options: $ 158 505.89 (GST/HST extra).

      21301-22-3936044

      Name: Chad Diabo

      Address: contractor’s place of business

      Period of the proposed contract: 15 months, from January 1st, 2022 to March 31st, 2023 with an option to extend the contract for two (2) additional one-year periods.

      Cost estimate of the proposed contract including options: $ 196 356.15 (GST/HST extra).

      21201-22-3964550

      Name: Karine Echaquan

      Address: contractor’s place of business

      Period of the proposed contract: 15 months, from January 1st, 2022 to March 31st, 2023 with an option to extend the contract for one (1) additional one-year period.

      Cost estimate of the proposed contract including options: $131 820.10 (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 December 16th, 2021 at 2:00 p.m. EST.

      15. Inquiries and submission of statements of capabilities

      Inquiries and statement of capabilities are to be directed to:

      Manon Paulin

      Regional Officer

      Contracting and Materiel Services

      250 Montee Saint-François

      Quebec, Quebec H7C 1S5

      Telephone: 514-235-9056

      Facsimile: 45-664-6626

      E-mail: Manon.Paulin@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
    Paulin, Manon
    Phone
    514-235-9156
    Email
    manon.paulin@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)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Quebec (except NCR)
    Procurement method
    Competitive - Limited 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: