Indigenous Community Integration
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 establish Community Reintegration with Indigenous organizations and communities. The work will involve the following:
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 Indigenous offender.
Work with Indigenous 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 include but are not limited to a Parole Officer, Indigenous Liaison Officer or Indigenous Community Development Officer (as per CSC policy CD 712-1)
On mutual agreement, perform additional tasks for offender rehabilitation as requested by the Project Authority.
1.3 Expected results:
An increase in the number of CSC Indigenous offenders being released into their home community.
1.4 Performance standards:
The contactor must perform the work in accordance with the standards outlined in applicable CSC policies and regulations and in Canadian laws. This includes Commissioner’s Directives and the Corrections and Conditional Release Act.
Commissioner's Directives
http://www.csc-scc.gc.ca/acts-and-regulations/005006-0001-eng.shtml
Corrections and Conditional Release Act
https://laws-lois.justice.gc.ca/eng/acts/C-44.6/FullText.html
1.5 Deliverables:
1.5.1 The Contractor must collect information and prepare quarterly reports (preferably in Microsoft Word or Excel) that include:
A continuously updated resource list, including, at a minimum, reintegration support services, such as addictions services, health services, housing, and Elder supports in the community.
Details on travel to Pacific federal institutions during the contract period, provided within a two week period following travel.
A summary of weekly hours worked, not to exceed weekly hours outlined in funding budget; submitted bi-weekly.
The names and contact information of up to 5 community contacts per month
Contact name and details when providing community contact honoraria (total of 13 contacts in one fiscal year).
Provide the dates and institution name and location when providing offender engagement honoraria (total of 10 contacts in one fiscal year)
1.5.2 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).
1.6 Constraints:
1.6.1 Location of work:
The Contractor must perform the work primarily in one of the following rural area and surrounding Indigenous communities:
Tl’etinqox First Nation
The Contractor may also be required to perform the work in any of the eight (8) federal institutions within the Pacific Region.
William Head Institution:
6000 William Head Road, Victoria, British Columbia, V9C 0B5
Mission Institution:
Minimum:
33737 Dewdney Trunk Road, P.O. Box 50, Mission,
British Columbia, V2V 4L8
Medium:
8751 Stave Lake Street, P.O. Box 60 Mission, British Columbia, V2V 4L8
Kwìkwèxwelhp Healing Village:
16255 Morris Valley Road, P.O. Box 110, Harrison Mills, British Columbia, V0M 1L0
Matsqui Institution:
33344 King Road, P.O. Box 2500, Abbotsford, British Columbia, V2S 4P3
Pacific Institution: Regional Treatment Centre, Regional Reception and Assessment Centre and La Lem Xeyíyá:qt :
33344 King Road, Abbotsford, British Columbia, V2S 4P4
Fraser Valley Institution:
33344 King Road, PO Box 5000, Abbotsford, British Columbia, V2S 6J5
Mountain Institution:
4732 Cemetery Road, P.O. Box 1600, Agassiz, British Columbia, V0M 1A0
Kent Institution:
4732 Cemetery Road, P.O. Box 1500, Agassiz, British Columbia, V0M 1A0
b. Travel
As part of the scope of work of this contract, the Project Authority will identify what travel is required. 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.
1.6.3 Security Requirements:
This contract includes the following security requirements:
Security Requirement
NO SECURITY REQUIREMENT EXISTS.
Contractor/Offeror will be escorted at all times during the performance of this contract. Access to PROTECTED information or assets is not permitted.
Use of CPIC is prohibited.
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. 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 be an Indigenous community or Indigenous organization. The Indigenous community or organization must have support from the Band and Council to liaise and work in partnership with Correctional Service Canada in supporting the reintegration of Indigenous offenders.
Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in providing cultural and spiritual services to community members within the Indigenous community or organization
Must have established relationships with a number of different service providers and Elders within and surrounding the Indigenous community.
Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in identifying options, resources and/or services to support the needs of Indigenous people.
Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date in providing outreach and engagement with Indigenous communities and/or other government agencies.
Must have at least two (2) years of experience within the last five (5) years prior to the ACAN closing date working as a liaison in a facilitating role between Indigenous communities and organizations in and around the location of work and outside organizations (or government departments) in establishing positive working relationships/processes.
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 Aboriginal Business
This procurement is set-aside for an Aboriginal Supplier in accordance with the government
Procurement Strategy for Aboriginal Business (PSAB) . Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, 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
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 two (2) years, from
April 28, 2021 to March 31, 2023 , with an option to extend the contract for one (1) additional two (2) year period .
11. Cost estimate of the proposed contract
The estimated value of the contract, is
$138,559.44
(GST/HST extra)
12. Name and address of the pre-identified supplier
Name: Tl’etinqox Government
Address: PO Box 168
Alexis Creek, BC V0L 1A0
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 April 27, 2021 at 2:00PM PDT.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Contracting Authority: Penny Anderson
Telephone number: 236-380-0298
Facsimile number: 604-870-2444
E-mail: penny.anderson@csc-scc.gc.ca