Tenders of Correctional Service Canada
Tenders of Correctional Service Canada
Correctional Service Canada Tender
Security and Emergency Services
Canada
21301- 25-4785965 Fire Alarm Maintenance Service This Requirement Is For: The Correctional Service Of Canada, Cowansville And Drummond Institutions Trade Agreement: Canadian Free Trade Agreement (cfta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement. Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. 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 Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. Correctional Service Of Canada (csc) Is Currently Looking For A Contractor To Proceed With The Annual Inspection And Maintenance Of Its Fire Alarm System At Cowansville And Drummond Institutions. Objectives: Perform The Annual Inspection And Maintenance Of The Fire Alarm System At Cowansville And Drummond Institutions Deliverables: Perform The Annual Inspection Of The Fire Alarm System And Supply All Labour, Material, Equipment, Transportation And Supervision Necessary To Provide Legislated Fire System Testing And Certification For Cowansville And Drummond Institutions. 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 Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of From February 1, 2025, To January 31, 2028, With The Option To Renew For Two (2) Additional One-year Periods. File Number: 21301-25-4785965 Contracting Authority: Kim Lavallée Telephone Number: 514-235-9156 E-mail: Kim.lavallee@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 The Canada Buys / Tender Opportunities Website. 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: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Date22 Jan 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
This Requirement Is For: The Correctional Service Of Canada, Pacific Region. Trade Agreement: Canadian Free Trade Agreement (cfta), World Trade Organisation-agreement On Government Procurement (wto-agp), Canada Ukraine Free-trade Agreement (cufta), Canada Korea Trade Agreement (ckta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement, Canada-european Union Comprehensive Economic And Trade Agreement (ceta) And Canada-united Kingdom Trade Continuity Agreement (canada-uk Tca), Comprehensive And Progressive Agreement For Trans-pacific Partnership (cptpp). Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. 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 Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Canada's Health Services Branch Has A Requirement For The Delivery Emergency Trauma Care (etc) Training On An As And When Requested Basis To Nurses Working In Csc’s Institutions. The Emergency Trauma Care Training Is The Prehospital Trauma Life Support (phtls) Course Or A Course With The Same Training Content And Will Be Referred To As Etc In This Statement Of Work. Objectives: To Certify Csc Nurses In Etc Through Training Delivered In A Pre-hospital Setting Based On A Pre-hospital Trauma Care Model. Nurses Who Have Successfully Completed This Training Will Be Able To Demonstrate Sound Knowledge And Skills In Emergency And Trauma Response. Tasks The Contractor Must Provide All Training Materials And Equipment Including Audiovisual Equipment, And Instructors As Well As Transportation Of Training Materials, Equipment And Instructors To And From The Training Location. 1.3.1 Theory Component: The Contractor Must Send The Project Authority Hardcopies Of The Training Materials (textbook, Or Manual Or Both) Upon Confirmation Of Sessions Booked. The Contractor Must Provide A Maximum Of 240 Of The Current And Most Up-to-date Editions Of The Training Manuals Required For The Course At Contract Award. If Applicable To The Training Course, The Contractor Must Send Any Pre-test Or Other Materials To The Project Authority One To Three Weeks Prior To The In-person Course Start Date. Students Are Required To Read And Understand The Theory Component Of The Textbook Content And Complete The Pre-test Prior To The In-person Component. Following The Theory Component, The Contractor Must Provide In-person Training Of Assessment, Skills And Scenarios; 1.3.2 The Contractor Must Provide In-person Training That Meets The Following Requirements: • Only One Instructor Must Deliver The Training; • The Contractor Must Develop And Deliver Scenarios To Csc Nurses To Assess And Manage Trauma Care Patient(s) In A Unique Environment (e.g., In A Federal Correctional Institution), Where Nurses May Carry Emergency Equipment, Medications And Oxygen To The Location Of The Emergency When A Patient Cannot Quickly And Easily Be Brought To The Health Services Centre. Nurses May Respond To An Emergency When A Person Is Unconscious On The Ground. Nursing Care May Be Provided In Sometimes Small, Confined Or Other Cramped Spaces (e.g., Inmate's Cell). Nurses Must Have The Ability To Provide Care That Includes, But Is Not Limited To Airway Management Including Airway Insertion, Using An Ambu Bag, Chest Compressions, And Any Other Interventions That A Nurse May Need To Administer To A Patient In An Emergency Situation. The Contractor Must Meet With The Project Authority At Contract Award To Discuss Scenario Development. The Project Authority Will Provide Specific Scenarios To The Contractor At Contract Award. • The Training Must Be Completed Within One To Three Weeks From The Theory Component (which Must Be Delivered Via A Hard Copy Text Book); • Deliver The Key Components Of The Course (as Listed Below) Utilizing Knowledge And Hands On Assessment According To International Etc Outline: O Scene Management And Primary Survey O Airway Management O Circulation And Iv Therapy O Secondary Survey O Kinematics Of Trauma O Head Trauma O Spinal Trauma O Disabilities And Fractures O Burns O Multi-patient Care 1.3.3 Maximum Number Of Emergency Trauma Care Training Sessions: • The Contractor’s Instructor(s) Must Provide The Required Number Of Training Sessions In Pacific Region. Each Session Will Have A Minimum Of Four (4) And Maximum Of Six (6) Participants. Csc May Add Participants With The Contractor’s Agreement. The Number Of Participants And Sessions Is Subject To Change Depending On Csc's Needs And The Number Of Participants Per Session. Stream Estimated Maximum Number Of Sessions Pacific Region 40 The Estimated Number Sessions Is Based On Delivery Of Training Sessions During Previous Years. It Does Not Represent A Commitment From Csc That Csc’s Actual Requirements During The Course Of The Contract Will Be Consistent With This Number. 1.3.4 The Contractor Must Provide Instructor(s) To Deliver The Etc Training In English, On An “as And When Requested Basis”. 1.3.5 The Instructor(s) Must Perform The Following Tasks: A) If Applicable, Supply The Project Authority With Instructions To The Shared With The Participants For The Theory Component Of Etc Training And Pre-testing Requirements; B) Provide In-person Training Sessions To Participants; C) Provide A List Of, And Information On, The Electronic Devices The Contractor Requires For Delivery Of The In-person Training. Csc Will Determine The Devices’ Compatibility With Its Whiteboards Or Overhead Projectors And Approve Them To Allow The Contractor To Bring Them Into A Csc Environment. The Contractor Must Be Prepared To Adjust Its Selection Of Electronic Devices Depending On Their Compatibility With Csc Equipment And Acceptability For A Correctional Environment; D) Arrive And Log-in At Least 30 Minutes Prior To The Start Of Training To Ensure That Training Equipment Is Operational And The Training Room Is Properly Set Up. The Instructor Is Responsible For The Working Order Of Their Electronic And Medical Training Equipment. E) Greet And Provide Administrative Briefing To Participants At The Beginning Of The In-person Training. Outline The Course Content And Evaluation; F) Provide Administrative Briefing For The Location Of Fire Exits, Washrooms, And Lunchroom For The In-person Session; G) Provide An Attendance Sheet And Have Participants Sign It For Both Training Days During The In-person Session; H) Review The Attendance Sheet To Ensure Participants Have Signed; I) Assess The Participants To Ensure They Have Successfully Completed The Training; J) Send A Certificate Of Completion For Each Participant; To The Csc Regional Practice Lead, Nursing; K) Deliver The Training Content In Accordance With Policies And Procedures Reflective Of A Unique Pre-hospital Setting Trauma Care Environment Using Correctional Institution Type Scenarios ; L) Provide Their Own Electronic Devices Required To Facilitate The Training; M) Provide A Supportive Learning Environment Conducive To Motivating Optimal Learning; N) Encourage Participants To Engage With Each Other In Support Of The Learning Objectives; O) Help And Guide The Participants Learn The Subject Matter; P) Ensure The Training Timeline Is Managed Effectively; Q) Keep The Discussion(s) On Track; 1.3.6 Course Hours And Duration The Contractor Must Deliver The In-person Training Sessions During Csc’s Core Business Hours, From 8:00 A.m. To 4:00 P.m. The Contractor Must Obtain The Project Authority’s Approval, In Advance, For Any Change In The Training Hours. The In Person Facilitation Must Be A Maximum Duration Of Sixteen Hours (two Days). 1.3.7 Training Cancellation Or Rescheduling (a) Csc May Cancel Or Reschedule The In-person Training At No Charge By Giving A Written Notice To The Contractor By Email At Least Seven (7) Calendar Days Prior To In-person Training Delivery; (b) Csc May Cancel In-person Training Due To An Unforeseeable Or Uncontrollable Event (including, But Not Limited To A Lockdown, Strike, Virus Attack, A Pandemic, A Power Or Technical Failure) At No Charge Regardless Of When Csc Gives Notice To The Contractor. (c) In The Event That Csc Cancels Or Reschedule An In-person Training Session (for Reasons Other Than An Unforeseeable Or Uncontrollable Event) Less Than Seven Calendar Days Prior To The Delivery Date, The Contractor Will Be Paid 25% Of The Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; (d) In The Event That Csc Cancels Or Reschedules A Scheduled Training On The Day Of Or During The Training, The Contractor Will Be Paid The Full Firm Price Per In-person Training Session In Accordance With Annex B-basis Of Payment; Deliverables: The Contractor Must Provide: 1.4.1 A Hard Copy Version Of The Training Manuals For The In-person Training, For Each Participant As Well As Any Required Training Handouts; 1.4.2 A List Of All Successful And Unsuccessful Participants At The End Of Each Training Session To Csc’s Project Authority; 1.5 Location Of Work 1.5.1 The Contractor Must Deliver The Training At The Correctional Learning And Development Centre At: #103-30585b Progressive Way Abbotsford, British Columbia. 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 Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of February 01, 2025 To January 31, 2028. File Number: 21801-24-0035 Contracting Authority: Kristen Malanowich Telephone Number: (236) 380-6646 Facsimile Number: (604) 870-2444 E-mail: Kristen.malanowich@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 The Canada Buys / Tender Opportunities Website. 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: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Date2 Jan 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Other Consultancy Services...+1Consultancy Services
Corrigendum : Closing Date Modified
Canada
1.1 The Correctional Service Of Canada (csc) Health Services Require The Services Of Multiple Psychologists For Sites Located Throughout The Prairie Region Stream 1: Alberta Bowden Institution - Innisfail Alberta Edmonton Institution - Edmonton Alberta Edmonton Institution For Women - Edmonton Alberta Pê Sâkâstêw Centre- Mâskwâcîs Alberta Drumheller Institution - Drumheller Alberta Grierson Institution - Edmonton Alberta Grande Cache Institution - Grande Cache Alberta Stream 2: Saskatchewan Saskatchewan Penitentiary - Prince Albert Regional Psychiatric Centre - Saskatoon Saskatchewan Okimaw Ohci Healing Lodge - Near Maple Creek Saskatchewan Willow Cree Healing Lodge - Near Duck Lake Saskatchewan Stream 3: Manitoba Stony Mountain Institution – Stony Mountain Manitoba (and/or) Alberta And Saskatchewan Community Site(s) As Required. The Psychologist Will Provide Psychological Assessment And/or Treatment Services To Offenders And Collaborate With The Interdisciplinary Health Services Team That Includes, But Is Not Limited To Nursing, Psychology, Social Work, Occupational Therapy And Other Allied Healthcare Professionals. Collaboration With The Case Management Team Is Also Essential And In Community Sites, The Treatment/supervision Team Also Includes The Parole Officer Supervisor, Parole Officer, And The Csc Staff Psychologist And/or The Project Authority.
Closing Date13 Jan 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
This Requirement Is For: The Correctional Service Of Canada, Ontario Region. Trade Agreement: Canadian Free Trade Agreement (cfta), Canada Free Trade Agreements With Chile/colombia/honduras/panama, Canada-peru Free Trade Agreement. Tendering Procedures: All Interested Suppliers May Submit A Bid. Competitive Procurement Strategy: Lowest Priced Compliant Bid. 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 Contract Does Not Include Security Requirements. Nature Of Requirements: The Following Is A Summary Of The Statement Of Work For This Requirement. The Correctional Service Canada Has A Requirement To Provide Television Signal Services To Offenders At Eight Separate Institutions In The Ontario Region. Objectives: To Provide Television Signal Services At: Bath Institution, Beaver Creek Institution, Collins Bay Minimum Institution, Collins Bay Medium/max Institution, Grand Valley Institution, Joyceville Institution, Millhaven Institution And Warkworth Institution. Deliverables: The Contractor Must Provide All Personnel, Tools, Services, Supplies, Materials, Supervision, Equipment And Components Necessary To Install, Operate And Maintain A Television Signal System. The Contractor Must Provide A Basic Tier Of Services, Which Must Include Services Required By The Rules Of The Canadian Radio-television And Telecommunications Commission And Any Other Federal Laws Or Regulation, Public Access Channels And Educational Access Channels, The Retransmission Of Locally Broadcast Television Signals And Other Appropriate Services. 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 Contract And Time Frame For Delivery: Period Of The Contract: The Work Is To Be Performed During The Period Of October 1st, 2025, To March 31st, 2030, At Beaver Creek Institution. The Work Is To Be Performed During The Period Of April 1st, 2025, To March 31st, 2030 In All Of The Other Institutions. File Number: 21401-30-4901153 Contracting Authority: Robin Riha Telephone Number: 613-328-9727 E-mail: Robin.riha@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 The Canada Buys / Tender Opportunities Website. 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: ? Understand The Federal Procurement Process; ? Learn About Searching For Opportunities; ? Find Out How To Bid On Opportunities; ? Discover How To Prepare To Sell To The Government. The Full Schedule Of Seminars Can Be Found On The Procurement Assistance Canada Website, Under Find An Event (procurement Assistance Canada: Find An Event - Canada.ca).
Closing Date9 Jan 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
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 Elder Exposes 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 “elder” 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 Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders 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 Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head 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 Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder 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 Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. 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: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 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. The Contractor Must Perform The Work At: Stephen Mcdonald – Grande Cache Instituion Melvin Donald Northwest – Pê Sâkâstêw Centre Garry Waskahat – Pê Sâkâstêw Centre William Crompton – Stony Mountain Institution Lloyd Martin – Edmonton Institution B. Travel 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. 1.6.3 Security Requirements: This Contract Includes The Following Security Requirements: 1. 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). 2. 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. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc Departmental Security. 4. The Contractor Must Comply With The Provisions Of The: A. Security Requirements Check List, Described In Annex C; B. Directive On Security Management: Appending F “mandatory Procedures For Security In Contracts And Other Arrangements Control” 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 Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: • Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And • Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. 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. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. 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. 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 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 See Section 12. Name And Address Of The Pre-identified Supplier. 11. Cost Estimate Of The Proposed Contract See Section 12. Name And Address Of The Pre-identified Supplier. 12. Name And Address Of The Pre-identified Supplier Name: Stephen Mcdonald Address: Grande Cache, Alberta Period Of The Proposed Contract: 1 Year, From March 1, 2025 To February 28, 2026. Cost Estimate Of The Proposed Contract: $89,385.64 (gst/hst Extra). Name: Melvin Donald Northwest Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Garry Waskahat Address: Maskwacîs, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: William Crompton Address: Winnipeg, Manitoba Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). Name: Lloyd Martin Address: Enoch, Alberta Period Of The Proposed Contract: 4 Years, From April 1, 2025 To March 31, 2029. Cost Estimate Of The Proposed Contract: $422,515.08 (gst/hst Extra). 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 January 13, 2025 At 2:00 Pm Cst. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Stephanie Kelbough Regional Headquarters, Prairies 3427 Faithfull Avenue, Saskatoon, Sk S7k 8h6 Telephone: 306-659-9300 E-mail: 501contracts@csc-scc.gc.ca
Closing Date13 Jan 2025
Tender AmountRefer Documents
Correctional Service Canada Tender
Others
Canada
21301-25-4951554 Elder Services – Wilfred Campbell 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 Elder Exposes 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 “elder” 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 Elder Must Provide The Following Services: 1.2.1 Ceremonial And Spiritual Services: The Elder Must Provide (in-group Or Individual) Counseling, Teachings And Ceremonial Services To Indigenous Offenders. This Includes The Following: Providing Guidance And Teachings Through Group Sessions (circles) And Individual Discussions To Offenders In The Institution. Conducting Spiritual Services And Various Traditional Ceremonies Based On The Elder's Teachings. Assisting Offenders Following A Healing Path In Support Of Their Correctional Plan. Elders 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 Elder Must, Upon Request: Provide Advice/information To Staff And Management, Locally, Regionally And Nationally On Issues Of Indigenous Spirituality And Cultural Practices. Introduce Institutional Staff To Various Elements Of Traditional Spirituality As Deemed Appropriate Based On Their Teachings. Provide Advice To The Institutional Head 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 Elder Must: Participate In Case Conferences As Requested. Provide Verbally To The Case Management Team, As Requested, Information Regarding The Offender's Participation In A Healing Path As Requested As Part Of The Offender's Progress Report. This May Include Progress On An Offender's Participation In Pathways, In Indigenous Correctional Programs, Or In Other Cultural And Spiritual Activities As Appropriate. Upon Receiving A Referral/request From The Case Management Team, The Elder Must Provide Initial Information And Updates Verbally Or In Writing To The Indigenous Liaison Officer Or Parole Officer For Documentation Which May Include Initial Observations; Whether The Offender Has Agreed To Continue Working With The Elder 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 Elder May Be Asked To Provide Advice, Guidance, Information, Or Recommendations Regionally Or Nationally On Issues Of Indigenous Spirituality And Cultural Practices. 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: Provision Of Indigenous Programs And Elder Services To The Offender Population. 1.4 Reporting And Communications: The Elder, With The Assistance And Coordination Of The Indigenous Liaison Officer Or Parole Officer, Must Report To The Technical Authority On A Monthly Basis By Providing A Summary Of The Tasks And Hours Completed On The Elder Tasks – Weekly Summary And Elder Tasks – Bi-weekly Summary/invoice Provided By The Technical Authority. 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. The Contractor Must Perform The Work At : • Archambault Institution (med) 242 Gibson Boulevard, Sainte-anne-des-plaines, Qc J5n 1v8 B. Travel • No Travel Is Anticipated For Performance Of The Work Under This Contract. 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: 1. 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). 2. 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. 3. Subcontracts Which Contain Security Requirements Are Not To Be Awarded Without The Prior Written Permission Of Csc. 4. The Contractor Must Comply With The Provisions Of The: A) 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 Be Recognized By Their Community As An Elder/cultural Advisor Within That Community. The Supplier Must Have A Minimum Of Five (5) Years Of Experience Obtained In The Past 10 Years Prior To The Acan Closing Date In Delivering Spiritual And Cultural Services And Teachings To Indigenous People. This Experience Must Include: ? Providing Counselling And Guidance According To The Traditions And Teachings Of Their Own Community; And ? Being Familiar With And Able To Conduct A Variety Of Ceremonies With A Focus On Healing According To Their Own Teachings. 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. The Supplier Must Meet With A Circle Of Elders Already Under Contract With Csc Where They Will Be Able To Share Their Experiences And Where The Elders Will Be Able To Determine The Validity Of The Statement Of Capabilities. 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. 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 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 14 Months, From February 3rd, 2025 To March, 31, 2026 With An Option To Extend The Contract For 1 Additional One-year Periods. 11. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(s), Is $ 243 519.30 (gst/hst Extra). 12. Name And Address Of The Pre-identified Supplier Name: Wilfred Campbell 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. 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 January, 13, 2025 At 2:00 Pm Est. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Eloïse Clément-ferland Regional Officer, Contracting And Materiel Services | Regional Service Center Correctional Service Canada Telephone: 514-234-6283 E-mail: Eloise.clement@csc-scc.gc.ca
Closing Date13 Jan 2025
Tender AmountRefer Documents
1-10 of 14 archived Tenders