SAP Ariba system maintenance

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

  • Saturday, Apr 20 from 7:00 pm until 11:00 pm (Eastern Time) 

Reintegration Support for Indigenous Offenders in Urban Centres - Non-PSIB

Solicitation number 21120-22-4070191-B

Publication date

Closing date and time 2023/03/31 14:00 EDT

Last amendment date


    Description

    Request for Standing Offer for the Reintegration Support for Indigenous Offenders in Urban Centres – Non-PSIB (21120-22-4070191-B)

    Note: CSC is issuing Solicitation 21120-22-4070191-B (Non-PSIB) concurrently with solicitation 21120-22-4070191-A (PSIB) for the same requirement. 

    This requirement is for: The Correctional Service of Canada, for federal institutions in the Pacific, Prairie, Ontario, Quebec and Atlantic regions.

    Trade agreement: This procurement is not subject to any trade agreement.

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: compliant bid with the highest combined score of technical merit and price.

    Set-aside under the Procurement Strategy for Indigenous Business:

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    Comprehensive Land Claim Agreement: This procurement is not subject to a Comprehensive Land Claims Agreement.

    Security Requirements: This standing offer includes security requirements.

    Nature of Requirements: The following is a summary of the statement of work for this requirement.

    The Correctional Service of Canada has a requirement to deliver services that support the reintegration needs of Indigenous offenders to urban centres.

    Objectives:

    To improve CSC’s ability to reintegrate Indigenous offenders to urban areas and increase CSC’s capacity in the release planning process. The Contractor must identify and coordinate reintegration support for Indigenous offenders in urban areas, as one of the greatest challenges for Indigenous offenders returning to urban centres is identifying traditional Indigenous support and services.

    CSC is issuing Solicitation 21120-22-4070191-A (PSIB) concurrently with solicitation 21120-22-4070191-B (Non-PSIB) for the same requirement. CSC will begin by evaluating bids received in response to PSIB solicitation 21120-22-4070191-A. If CSC does not receive any responsive bids for the PSIB solicitation, or if the number of responsive bids from PSIB suppliers is not sufficient to meet the number of required standing offers per institution, CSC will consider bids from the Non-PSIB solicitation (21120-22-4070191-B) until the maximum number of required SO’s per institution is met.

    CSC may award multiple Standing Offers as a result of this Request for Standing Offer. See list below for the minimum and maximum number of Standing Offers that may be awarded for each identified location.

    1. Institution Name: Nova Institution for Women - Truro, Nova Scotia

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    2. Institution Name: Springhill and Dorchester Institutions - Nova Scotia and New Brunswick

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    3. Institution Name: Joliette Institution for Women - Joliette, Quebec

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    4. Institution Name: Archambault Institution - Sainte-Anne-des-Plaines, Quebec

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    5. Institution Name: Federal Training Centre – Laval, Quebec

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    6. Institution Name: Joyceville Institution - Kingston, Ontario

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    7. Institution Name: Grand Valley Institution for Women - Kitchener, Ontario

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    8. Institution Name: Beaver Creek Institution – Gravenhurst, Ontario

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    9. Institution Name: Stony Mountain Institution - Winnipeg, Manitoba

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 3

    10. Institution Name: Saskatchewan Penitentiary - Prince Albert, Saskatchewan

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 3

    11. Institution Name: Okimaw Ohci Healing Lodge - Maple Creek, Saskatchewan

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    12. Institution Name: Edmonton Institution for Women - Edmonton, Alberta

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    13. Institution Name: Willow Cree Healing Lodge – Duck Lake, Alberta

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    14. Institution Name: Pê Sâkâstêw Centre -  Mâskwâcîs, Alberta

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    15. Institution Name: Drumheller Institution - Drumheller, Alberta

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    16. Institution Name: Pacific Institution - Abbotsford, British Columbia

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    17. Institution Name: Fraser Valley Institution - Abbotsford, British Columbia

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    18. Institution Name: Kwìkwèxwelhp Healing Village – Harrison Mills, British Columbia

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    19. Institution Name: William Head Institution - Metchosin, British Columbia

    • Minimum number of SO’s to be awarded per institutional site: 1
    • Maximum number of SO’s to be awarded per institutional site: 2

    If CSC awards more than one standing offer per identified site, or up to the maximum number of standing offers per identified site, then CSC will issue call-ups using the ranking methodology ‘Right of First Refusal’.

    Scope:

    The Contractor must provide outreach and engagement with Indigenous offenders, urban community contacts, and CSC personnel, including but not limited to Parole Officers and Indigenous Community Liaison Officers (ICLOs). The Contractor must provide intervention services in Indigenous Intervention Centres (IICs) at CSC Institutions and CSC-run Healing Lodges to support the reintegration of Indigenous offenders in urban centres.

    The services the Contractor must provide include, but are not limited to, reintegration and transition support services and interventions, delivering trauma, or problematic substance use counselling, or life skills training, or any combination of the three for a period of time up to warrant expiry, as determined by the Project Authority. The Contractor must provide the services starting pre-release and continuing into the community. The Contractor, at the Project Authority’s request, must ensure that the offender’s needs (i.e. related to trauma, or problematic substance use counselling, or life skills training) continue to be met during and after their transition to a community, and during periods of crisis, need, or instability, as determined by or in consultation with the Project Authority, or when the Project Authority determines there is a possible escalation in risk while the offender remains under CSC supervision, as per the agreed release plan and until warrant expiry. The Contractor will not meet this requirement by merely providing telephone support to an offender who has reintegrated to a community that is at a significant distance from the Institution or Healing Lodge where they were incarcerated. Therefore, the Contractor must give special attention to this matter during the development of the release plan.

    In order to meet this obligation, the Contractor may, with the approval of the Project Authority, transition support to a community agency who may be better positioned to provide long term support. The Contractor, through the liaison function with CSC personnel and community contacts, and when appropriate, will work with the CSC case management team on the reintegration plan in order to help the case management team determine long-term support in the community, if required.

    If an offender is transitioned to a community agency who can better provide long-term support, CSC will no longer pay the contractor for this offender since they are no longer providing services to them.

    The Contractor must provide:

    • Assistance with urban release planning for Indigenous offenders that includes life skills development, trauma, problematic substance use counselling, or a combination thereof, as determined by the Project Authority.
    • Participate in the initial stages of the offender’s release planning process. 
    • Work with the Project Authority’s staff, including Indigenous Community Liaison Officers (ICLO) and Parole Officers assigned to the offender. 
    • Perform communication and coordination tasks as requested by the Project Authority, in developing and implementing a release plan.
    • Provide assistance with obtaining culturally appropriate interventions for problematic substance use, trauma, life skills development, or any combination of the three.
    • Provide assistance to Indigenous offenders to learn life skills, that include, but are not limited to, support to find employment, how to find transportation and housing, how and where to obtain identification and purchase and prepare nutritious food, budgeting skills, or other life skills, as needed.
    • Reintegration support services in institutions to support the transition to the urban community, as well as within urban communities to provide ongoing support to Indigenous offenders upon release. This includes continuity into the communities that may be located a significant distance from the institution where the offender was incarcerated.
    • Engage directly with First Nations, Métis and Inuit service providers with an understanding of existing resources and supports in urban centres surrounding a CSC facility or Healing Lodge. The Contractor must be prepared to make arrangements to provide support services to offenders that are outside their area of expertise.
    • Support Indigenous offenders in developing release plans that will allow them to apply for parole.
    • Participate in Elder and Community Assisted Parole Hearings as requested by by the Project Authority.

    Deliverables: For the delivery of reintegration support services to Indigenous offenders, the Contractor must collect information and prepare quarterly reports in Microsoft Word or Excel that include:

    • Communication and work completed with CSC personnel, which includes but is not limited to Parole Officers or Indigenous Community Liaison Officers (ICLOs);
    • Delivery of trauma, problematic substance use counselling, life skills training, or all three to Indigenous offenders; and,
    • Services provided to Indigenous offenders once they are released to a community.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Standing Offer and Time Frame for Delivery: Period of the Standing Offer: The Work is to be performed during the period of date of Standing Offer award to May 31, 2024 with the option to renew for two (2) additional one-year periods.

    File Number: 21120-22-4070191-B

    Contracting Authority: Aimée Legault

    Telephone number: 343-597-2485

    E-mail: aimee.legault@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from Tender opportunities | CanadaBuys.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    • Overview of the federal government contracting process;
    • Searching for opportunities on the Buy and Sell - Tenders website;
    • Bidding on opportunities;
    • Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    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
    Legault, Aimee
    Email
    aimee.legault@csc-scc.gc.ca
    Address
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    French
    0
    English
    5
    French
    1
    French
    0
    English
    3
    English
    2
    French
    1
    English
    3
    English
    4
    French
    0
    English
    6
    English
    5
    French
    2
    French
    1
    000
    English
    25
    000
    French
    1

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Nova Scotia
    ,
    Ontario (except NCR)
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    Region of opportunity
    Alberta, British Columbia, Manitoba, New Brunswick, Nova Scotia, Ontario (except NCR), Quebec (except NCR), Saskatchewan
    Procurement method
    Competitive – Open Bidding

    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: