Traditional Healers Medicine Man and Medicine Woman

Solicitation number 50601-23-005

Publication date

Closing date and time 2023/02/23 15:00 EST

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 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.

    CSC is legislated to provide Indigenous offenders with the opportunity to further develop their understanding of traditional Indigenous culture and beliefs. The Traditional Healers expose Indigenous offenders to traditional Indigenous ways of life, based on their own teachings, through teachings, counselling and traditional ceremonies and practices, individually and/or in groups, for the benefit of both offenders and staff.

    The term “Traditional Healer” (Medicine Man or Medicine Woman) means any person recognized by the Indigenous community as having knowledge and understanding of the traditional culture of the community, including the ceremonies, protocols, teachings and healing techniques, according to the beliefs and social traditions of their communities.

    1.1 Objectives:

    Assist Indigenous offenders, in their traditional healing journey, to further develop an understanding of traditional Indigenous culture through teachings, guidance, counselling, and use traditional ceremonies and practices to promote healing and balance

    1.2 Tasks:

    The Project Authority must pre-approve all services . The Project Authority will review and update the tasks quarterly to ensure the effectiveness of the project. The Traditional Healers must work with the University of Saskatchewan as part of the evaluation and research of this pilot project. 

    The Traditional Healers must share cultural and traditional teachings through individual, or group discussion, or both.

    The Traditional Healers must perform the work primarily during CSC’s normal business hours (08:00-16:00) Monday to Friday. The Traditional Healers must provide services in-person. 

    The Project Authority may request that the Traditional Healers perform work outside of normal work hours (evenings, weekends).

    The Traditional Healers must provide the following services:

    1.2.1 Ceremonial and Spiritual Services:

    The Traditional Healers must participate in an Integrated Health Team, that includes Traditional Healers (Medicine Man or Woman), Knowledge Keepers, Elders, Helpers, Traditional Healers Apprentice, Indigenous Liaison Officers and western trained medical practitioners, nurses, psychologists, social workers and pharmacist and any other team members the Project Authority deems appropriate 

    The Traditional Healers must ensure healing practices are patient centered and holistic in nature.

    The Traditional Healers must make traditional medicines available for residents (offenders) who are interested in having them as part of their healing and wellness plan.

    The Traditional Healers must provide (in-group or individual) counseling, teachings and ceremonial services to the Indigenous offenders.

    The Traditional Healers must conduct spiritual services and various traditional ceremonies based on the Traditional Healers teachings.

    The Traditional Healers must assist offenders following a healing path in support of their correctional plan.

    The Traditional Healers may be requested, by agreement, to escort offenders on Escorted Temporary Absences (ETAs) for ceremonial and other spiritual purposes.

    1.2.2 Advice and Guidance: The Traditional Healers with the support of the Traditional Healer Apprentice must, upon request:

    Provide advice and information to staff and management, locally, regionally and nationally on issues of Indigenous spirituality and cultural practices.

    Involve the Elders in the Healing Plan meetings and ongoing planning.

    Participate in a brief discussion around the approach for the day, participate in regular integrated team meetings, participate in ongoing case conferencing and consultations sessions,

    Introduce institutional staff to various elements of traditional spirituality as deemed appropriate based on their teachings.

    Provide instruction and advice to the Institutional Head to ensure protocols and guidelines from the specific Traditional Healers are observed and followed: regarding ceremonies, ceremonial objects, traditional practices and protocols, traditional medicines, or sacred ground within the institution including the collection and storage of ceremonial objects and traditional and ceremonial medicines

    1.2.3 Case Management:

    The Traditional Healers (Medicine Man and Medicine Woman) must, with the support of Traditional Healer apprentice and Health Service Administration:

    Participate in case conferences as requested.

    Provide verbal and written summaries to the Case Management Team, Health Services and to the Traditional Healer Apprentice, as requested, regarding the offender's participation in a healing path as part of the offender’s progress report. This may include progress on an offender’s participation in spiritual and cultural interventions or activities as appropriate.

    Upon receiving a referral or request from Case Management team, or Health Services, the Traditional Healers (Medicine Man/Woman) must provide initial information and updates verbally or in writing to the Health Services Administrative Assistant, Health Services staff or Parole Officer for documentation which may include initial observations; whether the resident has agreed to continue working with the Traditional Healer team through Indigenous specific interventions; the offender’s progress in addressing their needs as well as information about an offender’s readiness for the possible transition into the community.

    1.2.4 Regional and National Meetings:

    The Traditional Healers (Medicine Man or Woman) and members of the Traditional Healing Team may be asked to provide advice, guidance, information, or recommendations regionally or nationally on traditional healing and spirituality

    If applicable, this may also include participation, by agreement, on regional or national advisory bodies, such as the National Elders Working Group, or the National Indigenous Advisory Committee.

    1.3 Expected results:

    The Traditional Healers will provide the opportunity to offenders to learn, as they share their teachings, and to heal through traditional Indigenous healing practices.

    1.4 Reporting and communications:

    The Traditional Healers, with the assistance and coordination of the Health Services Administration must report on a bi-weekly basis providing a summary of the tasks and hours completed on the Traditional Healer Tasks – Bi-weekly Summary/Invoice. The Project Authority (or designate) will review and approve the Bi-weekly Summary/Invoice and send it to Nekaneet for invoicing purposes.

    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. Contractor must perform the work at Okimaw Ohci Healing Lodge and in the community of Nekaneet First Nation.

    b. Travel

    Travel to other locations for approved Escorted Temporary Absences or meetings must have prior authorization of the institutional head and Project Authority and will be reimbursed at cost without any allowance for overhead or profit.

    1.6.2 Language of Work:

    The contractor must perform all work in English.

    1.6.3 Security Requirements:

    1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

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

    3. The Contractor MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.

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

    5. The Contractor 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 10 years of experience, within the last 5 years prior to the ACAN closing date in providing Traditional Healers that are recognized by their community as a Traditional Healer (Medicine Man or Medicine Woman) within that community.

    The supplier must be familiar with and able to provide guidance to staff and offenders regarding the protocols surrounding the use, disposition, and searching of traditional medicines and spiritual effects.

    CSC reserves the right, at its own discretion, to request that suppliers provide a reference letter and/or resume, in addition to their statement of capabilities, to support the knowledge and experience claimed.

    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 Traditional Healer 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

    The proposed contract is for a period of 5 years, from

    April 1, 2023 to March 31, 2028.

    11. Cost estimate of the proposed contract

    The estimated value of the contract is $2,271,002.30 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Nekaneet First Nation

    Address: Maple Creek, SK S0N 1N0

    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 23, 2023 2:00 PM CST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Janet Nelson

    Regional Procurement Officer

    3427 Faithfull Avenue

    SASKATOON, SK S7K 8H6

    Telephone: (306) 659-9252

    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
    janet.nelson@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
    Saskatchewan
    Region of opportunity
    Saskatchewan
    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: