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)  

Reintegration Services & Indigenous Community Support Stream B

Solicitation number 50601-22-005

Publication date

Closing date and time 2022/02/21 15:00 EST


    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:

    COVID-19 vaccination requirement

    This requirement is subject to the COVID-19 Vaccination Policy for Supplier Personnel. The supplier must complete the COVID-19 Vaccination Requirement Certification and provide it to the contracting Authority prior to contract award.

    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.

    Correctional Service Canada (CSC) has established a Community Reintegration Fund to provide contract funding to Indigenous organizations, or communities, to:

    • increase community awareness of section 84 of the Corrections and Conditional Release Act (CCRA), and the interventions within the Indigenous Continuum of Care within CSC;

    • identify/develop community resources such as housing, counselling, employment, education, and other resources that can be utilized to support offenders on a conditional release plan, under section 84;

    • work with CSC personnel, including Indigenous Community Development Officers, Indigenous Community Liaison Officers, Indigenous Liaison Officers, and Parole Officers, among others, as well as community contacts, to assist Indigenous offenders being released to their community or area; and

    • Other community development activities as agreed to by the Contract Authority and Contractor to advance offender reintegration.

    • The funding will assist in building relationships between rural and remote Indigenous communities and CSC, in order to support offender transition and reintegration to their home communities.

    1.1 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 offender.

    • Work with 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, such as: Parole Officer or Indigenous Community Development Officer (as per CSC policy CD 712-1).

    • On mutual agreement, perform additional tasks as requested by the Contract Authority. 

    • Collect information and prepare monthly reports on the following activities:

    - contacts with CSC personnel.

    - community contacts, including names and contact information.

    - an updated resource list, including, at a minimum, reintegration support services, such as addictions services, housing and Elder support.

    1.3 Expected results:

    The contractor will provide outreach and engagement with Indigenous communities and CSC personnel, and work with Parole Officers and Indigenous Community Development Officers to support the reintegration of Indigenous offenders as described in section 3. Tasks of the Statement of Work.

    1.4 Reporting and communications:

    The Contractor must submit monthly reports as per the statement of work including Activity Reports to demonstrate the Contractor has completed the required tasks.

    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:

    a. The Contractor must perform the work in the Indigenous communities in their assigned area.

    b. Travel

    As part of the scope of work of this contract the Regions will identify what travel is required within their Region. 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 or French or the language agreed upon by the Project Authority and the Contractor.

    1.6.3 Security Requirements:

    • NO SECURITY REQUIREMENT EXISTS.
    • Contractor/Offeror will be escorted at all times during the performance of this contract, as required. Access to PROTECTED information or assets is not permitted.
    • Use of CPIC is prohibited.

    2. 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, as required. 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 have experience working with Indigenous offenders who have been in conflict with the law. Experience must include assisting Indigenous federal offenders with conditional release planning, primarily Section 84 consultations and reintegration to Indigenous communities - within the past 3 years.

    - Must have experience identifying and collaborating with available local resources & programs within Indigenous communities for the purpose of Section 84 release planning (for example; Justice Committees, NADAP/Addictions counselling, Building Healthy Communities, Brighter Future Initiatives, Mental Health counselling & therapy, Elder counselling, Chaplain/Church support groups, programs targeted for Residential Schools survivors and their families, Cultural Land-based activities/programs, Health Centres and/or Nursing Stations).

    - Must have experience assisting Correctional Service of Canada, which may include Community Parole Officers (CPOs) and Indigenous Community Development Officers (ICDOs), with the conditional release process of Indigenous offenders, by directly liaising with Band Councils, Justice Committees and the local resources identified above.

    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's 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.

    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

    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

    Name: File Hills Qu’Appelle Tribal Council

    Address: Fort Qu’Appelle, SK

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $185,000.00 (GST/HST extra).

    Name: Yorkton Tribal Council

    Address: Yorkton, SK

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $185,000.00 (GST/HST extra).

    Name: Meadow Lake Tribal Council

    Address: Flying Dust Reserve, Meadow Lake, SK

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $190,800.00 (GST/HST extra).

    Name: Prince Albert Grand Council

    Address: Prince Albert, SK

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $202,943.08 (GST/HST extra).

    Name: Kainai Transition Center Society

    Address: Standoff, AB

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $204,500.00 (GST/HST extra).

    Name: Mino-Minwastamatowin Center, Cross Lake Band of Indians

    Address: Cross Lake, MB

    Period of the proposed contract: 2 years, from April 1, 2022 to March 31, 2024.

    Cost estimate of the proposed contract: $200,000.00 (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 February 21, 2022.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Janet Nelson

    Regional Procurement and Contract Officer

    Regional Headquarters, Prairies

    3427 Faithfull Avenue

    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
    306-659-9300
    Email
    501contracts@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
    Canada
    Region of opportunity
    Canada
    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: