21301-21-3688173
Elder Helper Services
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) is committed to providing a variety of rehabilitation programs to Indigenous offenders. The Service recognizes the value of traditional spirituality and healing in the rehabilitative process and provides programming, which is relevant to Indigenous offenders. CSC recognizes that by providing the opportunity for Indigenous offenders to continue to learn tradition, culture and spirituality, it contributes to the likelihood of successful reintegration.
The work will involve the following:
1.1 Objectives:
Elder Helper services programming is needed for offenders within the Quebec Region. The Elder Helper should be available to assist/supplement the Elder and thereby enhance the Indigenous Programs area. The Elder Helper should facilitate Elder programming, thus providing more consistency in participant involvement, whether it is traditional ceremony, or coordination of offenders or the case management process. The Elder Helper shall ensure consistency in how ceremonies and escorted temporary absences are conducted.
1.2 Tasks:
The Elder Helper shall assist offenders within the federal institutions to benefit from traditional healing and contemporary treatment interventions by supporting the work of the Elders and the interdisciplinary team as follows:
(a) Ensure that the Elder providing service is approached according to proper traditional protocol by offenders and staff.
(b) Ensure an adequate supply is on hand of traditional ceremonial material in order to ensure the ceremonial aspect of the work is maintained.
(c) Coordinate and provide supervision for offenders during traditional ceremonies; perform traditional ceremonies in the absence of the Elder, e.g. pipe ceremony, sweatlodge ceremony and sharing circles.
(d) Conduct group discussions and teachings (under the direction of the Elder) in the identification and proper use of ceremonial objects for offenders and staff.
(e) Assist liaison staff to prepare reports (verbal and written) to support the case management and parole processes.
(f) Provide counselling services to offenders as directed when the Elder is unavailable.
(g) Assist in scheduling ceremonies and provide written notification of these events, on request.
(h) Provide a list of contacts with offenders, activities attended, and ceremonies attended to the Project Authority or their designate.
(i) Participate in staff meetings to further enhance team concept and to create and maintain a heatlhy support network.
(j) Provide cultural awareness sessions in traditional teachings/healing to Case Management Team members and institutional staff in order to promote a culturally sensitive environment for Indigenous offenders.
1.3 Expected results:
The proposed scheduling of services shall be done in conjunction with the contract Elder and to the satisfaction of the Project Authority and/or their designate. Elder Helper contract services may need to be provided during the daytime, evening and weekend hours depending on the needs of the facility.
1.4 Deliverables:
1.4.1 The Elder Helper shall provide summary activity reports of the Elders Helpers' services to the Project Authority or their designate at two-week intervals. These reports will be used to register progress and for evaluation purposes and shall include the following information:
(a) Daily activity log;
(b) Number and type of individual offender interviews;
(c) Number and type of group sessions held (e.g. circles, sweats, etc.);
(d) Number and type of spiritual ceremonies held (e.g. family, sweats, pipe ceremonies, etc.);
(e) Number and type of collateral contacts made (e.g. with case management, staff, interventions, etc.).
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:
The Contractor must perform the work at the following Institutions:
Federal Training Center – Site 600
600, Montée St-François
Laval (Quebec) H7C 1S5
Federal Training Center – Site 6099
6099, Boulevard Lévesque
Laval (Quebec) H7C 1P1
Archambault Institution – Minimum Unit
244, Boulevard Gibson
Ste-Anne-des-Plaines (Quebec) J0N 1H0
Archambault Institution – Medium Unit
242, Boulevard Gibson
Ste-Anne-des-Plaines (Quebec) J0N 1H0
Regional Reception Center
246, Boulevard Gibson
Ste-Anne-des-Plaines (Quebec) J0N 1H0
b. Travel
Travel to the following locations will be required for performance of the work under this contract:
Joliette Institution
400, Marsolais
Joliette (Quebec) J6E 8V4
La Macaza Institution
321, Chemin de l’Aéroport
La Macaza (Quebec) J0T 1R0
Drummond Institution
2025, boul. Jean-de-Brébeuf
Drummondville (Quebec) J2B 7Z6
Cowansville Institution
400, Fordyce
Cowansville (Quebec) J2K 3N7
Donnacona Institution
1537, route 138
Donnacona (Quebec) G3M 1C9
Port-Cartier Institution
1, Rue de l’Aéroport
Port-Cartier (Quebec) G5B 2W2
Travel to other locations for approved Escorted Temporary Absences or meetings must have prior authorization of the 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 and in French.
1.6.3 Security Requirements:
This contract includes the following security requirements:
The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid
RELIABILITY STATUS , granted or approved by Correctional Services Canada (CSC).
The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC.
The Contractor must comply with the provisions of the: Security Requirements Check List, described in Annex C;
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 a minimum of two (2) years of cumulative experience by combining the experience obtained in the three following areas. The experience must have been acquired over the past 10 years before the date of the closing of this ACAN:
assisting and supporting an Elder in conducting ceremonies
providing counselling and guidance according to the traditions and teachings
conducting a ceremonies with a focus on healing
The supplier must demonstrate in writing that he has the knowledge and the experience required in the essential requirements. CSC reserves the right at its own discretion, to request that suppliers provide a reference letter, in addition to their statement of capabilities, to support their 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 Aboriginal Business
This procurement is set-aside for an Aboriginal Supplier in accordance with the government's
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.
This restriction does not apply to contracts with individuals who are Elders.
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 Elder 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:
(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 the delivery date
The proposed contract is for a period of six (6) months, from
January 4 th , 2021
to
July 2 nd , 2021
with an option to extend the contract for one (1) additional six-month Periods.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $
51 742.42
(GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Karine Echaquan
Address: contractor’s place of business
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 are
December 29 th , 2020 at 2:00 PM EST.
15. Enquiries and submission of statements of capabilities
Enquiries and statement of capabilities are to be directed to:
Véronique Fortin
Regional Procurement Officer
Regional Services Center – Material Management
Correctional Service of Canada
250, Montee St-François
Laval (Quebec) H7C 1H5
Telephone:
450-661-9550, ext. 3302
Facsimile:
450-664-6626
E-mail: veronique.fortin@csc-scc.gc.ca