Reintegration Support Services for Indigenous Offender

Solicitation number 21206-23-4130291

Publication date

Closing date and time 2022/07/15 13:00 EDT

Last amendment date


    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 Canada (CSC) has a requirement to provide access to cultural and spiritual support and services to Indigenous offenders under CSC supervision in the St. John’s, NL and surrounding area. The work will involve the following:

    1.1 Objectives:

    Provide community reintegration support services to Indigenous offenders referred by the Correctional Service of Canada (i.e. Federal and Provincial offenders who have applied for parole or who are under supervision by CSC).

    1.2 Tasks:

    The Contractor must provide the following:

    • Provide healing, spiritual teachings to St. John’s and surrounding area offenders as well as assist the offenders’ transition back to family and community by building social networks and by participating in CSC Community Reintegration meetings when applicable.
    • Provide Personal Counselling with offenders.
    • Acquire necessary supplies to support cultural activities as approved by the Project Authority.
    • Report on offender meetings as per requested by CSC.
    • Provide access to First Light St. John’s Friendship Centre Inc. programs and services offered.

    1.3 Expected results:

    Indigenous offenders are linked to the community resources and services to meet their mental, spiritual, physical and emotional needs. Establish on-going relationships with both community resources and the Contractor’s resources to assist in offenders transitioning to the community.

    1.4 Deliverables:

    1.4.1 The Contractor must provide the following:

    • A monthly report provided with the monthly invoice to ensure that the scope of work is being undertaken. The monthly report must include the following:
    • A monthly activity report detailing the activities undertaken in relation to the services/interventions to be submitted with the monthly invoice. This report would include, but not limited to, the number and names of offenders in relation to the work completed in the Statement of work; the type of service/follow-up provided for each offender providing an update in relation to the case planning issues for individual offenders accessing services.
    • A written report regarding cultural activities arranged by the Contractor, i.e. attendance.
    • Contractor must complete a written report on every contact/collateral that has taken place for or on behalf of each offender. An electronic version of the report prepared by the contractor and delivered to CSC within ten (10) working days following the contract or activity. A CSC employee will subsequently enter this report in a casework record in Offender Management System (OMS).

    1.4.2 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).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The Contractor must perform the work at First Light St. John’s Friendship Centre Inc., 716 Water Street, St. John’s, NL A1E 1C1

    b. Travel

    i. No travel is anticipated for performance of the work under this contract.

    1.5.2 Language of Work:

    The Contractor must perform all work in English.

    1.5.3 Security Requirements:

    There are no security requirements associated to this contract.

    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 at least five (5) years experience in the past seven (7) years prior to the ACAN closing date in providing cultural and spiritual services to Indigenous offenders in the community. 
    • Must have an established relationship with a number of different service providers, Elder in the community.
    • Must have at least five (5) years experience in the past seven (7) years prior to the ACAN closing date working with Indigenous offenders who have been in conflict with the law. 

    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.

    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 community reintegration support 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:

    • 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 (IP)

    There are no IP terms in the contract.

    10. Period of the proposed contract or delivery date

    The proposed contract is for a period of one (1) year, from July 25, 2022 to July 24, 2023 with an option to extend the contract for three (3) additional one (1) year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $180,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: First Light St. John’s Friendship Centre Inc.

    Address: 716 Water Street
    St. John’s, NL A1E 1C1

    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 July 15, 2022 at 2:00 PM ADT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Claudia Landry
    Regional Contract Officer
    1045 Main Street, 2nd Floor
    Moncton, NB E1C 1H1
    Telephone: 506-378-8722
    Facsimile: 506-851-6327
    E-mail: Claudia.landry@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
    Landry, Claudia
    Phone
    506-378-8722
    Email
    claudia.landry@csc-scc.gc.ca
    Address
    1045 rue Main
    Moncton, NB, E1C 1H1
    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
    Newfoundland and Labrador
    Region of opportunity
    Newfoundland and Labrador
    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: