Community reintegration services to Indigenous offenders

Solicitation number 21301-22-3372059

Publication date

Closing date and time 2022/08/16 14:00 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 Canada has a requirement to provide community reintegration services to Indigenous offenders in the community of Kahnawake located in the province of Quebec.

    The work will involve the following:

    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 services 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:

    Promote Section 84

    • Provide community education and information about Section 84, Section 81, and CSC’s Indigenous Continuum of Care and interventions;
    • Ensure Kahnawake offenders are informed of their rights under Section 84 of the CCRA;
    • Give presentations to Kahnawake offenders, CSC staff and management, local organisations in Kahnawake regarding Section 84 release planning;
    • Promote and educate the Parole Board of Canada commissioners about Kahnawake and the services provided by the Contractor (Section 84).

    Participate and schedule meetings

    • Meet (face-to-face, by phone or virtual) with Kahnawake offenders within the institutions to provide information regarding contractor’s services (Section 84), help complete intake and participation forms, and develop community assessments for Section 84;
    • Participate in case discussion meetings (e.g. breaches of conditions, increase risk, etc.) with the offenders and/or CSC Case Management Team as well with external resources in order to provide support and information under Section 84;
    • Coordinate monthly meetings with the contractor’s team members (Section 84) and CSC representatives. 

    Consider the victim

    • Inform the community, if the victim resides in the community, of the opportunity for culturally appropriate victim/offender mediation;
    • Explore historical and ongoing victim/offender/family possibility of conflict issues and share this information with the offender’s CMT.

    Support the release planning process under Section 84

    • Identify contractor’s services (Section 84), as the resource and community contacts that may be used by CSC personnel when preparing a release plan for an offender;
    • Collaborate with CSC Case Management Team to ensure the development of the release plan is consistent with the Indigenous Continuum of Care (if applicable) and the offender’s Correctional Plan;
    • Support and liaise with CSC Case Management Team regarding releases, pre-releases and release planning and ensures a solid plan for release is accomplished for Kahnawake offenders. This includes outlining release plans in community assessments, assessments for decision and community strategy development;
    • Support positive changes and social reintegration using knowledge of human behavior, cultural teachings, communication approaches, and community and family history (Indigenous Social History);
    • Assist CSC Case Management Team with managing individual offender case files by coordinating the community programming and risk assessment needs of the offenders who must interact with family and friends in a small tight knit community on a daily basis;
    • Provide, share and exchange 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);
    • Offer a support service that is providing individuals an opportunity to focus on reconciling their struggles in a safe & secure environment within the community of Kahnawake;
    • Verify eligibility status for residency in Kahnawake;
    • Refer Kahnawake offenders and their families to resources within the community;
    • Provide education on release conditions for offenders, family and friends, comprehension of their limits and travel requirements;
    • Attend hearings;
    • Assess the need and/or possibility for Restorative Justice Initiatives;
    • Act as a front-line resource for community and family members to ensure a safe reintegration of offenders back into the community;
    • Liaise with Kahnawake Peace Keepers liaison for information and notification for offenders on day parole, full parole, statutory release, and leave privileges (day, week-end, special and work) transfer requests and/or issues of jurisdiction;
    • Identify the collateral contacts to the CMT on the interventions that the offender may be accessing in community such as counselling or working with an Elder;
    • On mutual agreement, perform additional tasks as requested by the Project Authority.

    1.3 Performance standards:

    The contactor will conduct the work using standards outlined in applicable CSC policies and regulations and in Canadian laws, mainly Sections 81 and 84 of the CCRA and the Indigenous Continuum of Care le Continuum de soins pour les Autochtones, les articles 81 et 84 de la LSCMLC. of the CCRA

    1.4 Deliverables:

    1.4.1 Prepare reports

    Collect information and prepare quarterly reports on the following activities:

    • contacts with CSC personnel;
    • community contacts, including names and contact information;
    • maintain contractor services (Section 84), updated resource list, including, but not limited to, reintegration support services, such as addictions services, housing, Elder supports.

    Write reports

    • With the assistance of an Indigenous Community Development Officer, collect and compile information for writing a Section 84 Community Assessment;
    • With the assistance of a Parole Officer, collect and compile information for writing a Community Assessment.

    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 in Kahnawake and in the Parole Office of Ville Marie and/or Longueuil.

    b. Travel

    Travel must have prior authorization of the Project Authority and will be reimbursed at cost without any allowance for overhead or profit.

    1.5.2 Language of Work:

    The contractor must perform all work in English and French.

    1.5.3 Security Requirements:

    This contract includes the following security requirements:

    SECURITY REQUIREMENT FOR CANADIAN SUPPLIER: 

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B including an IT Link at the level of PROTECTED B.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

    5. The Contractor/Offeror must comply with the provisions of the:

    a. Security Requirements Check List and security guide (if applicable), attached at Annex C;

    b. Contract Security Manual  (Latest Edition)

    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 have (two) years of experience obtained within the past six (6) years prior to the ACAN closing date, with the traditions, political and community customs of Aboriginal people from Mohawk Nations and their governance and protocols of Kahnawake.

    The supplier must have at least two (2) years of experience within the six (6) years prior to the closing date of this ACAN to provide services to support the integration of Aboriginal offenders into their community.

    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

    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

    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 nine (9) month, from the date of contract award to March 31st, 2023 with an option to extend the contract for two (2) additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 105 102.40 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Mohawk Council of Kahnawake

    Address: 1 Church Rd

    Kahnawake, Quebec J0L 1B0

    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 August 16, 2022 at 2:00 PM EDT.

    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

    Correctional Service of Canada

    Regional Services Centre

    250, Montée St-François

    Laval (Quebec) H7C 1S5

    Telephone: 514-235-9156

    Facsimile: 450-664-6626

    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
    Fax
    450-664-6626
    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

    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: