Bids Are Invited For Community Reintegration

Tender Detail

96716352
21801-25-0019
Self-Funded
Bids Are Invited For Community Reintegration
NCB
Northern America
Asia-Pacific Economic Cooperation, APEC,G20,APAC (Asia Pacific)
30-05-2025

Work Detail

Community Reintegration . 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 Deliver Services That Support The Reintegration Needs Of Indigenous Offenders. The Work Will Involve The Following: 1.1 Objectives: Improve Csc’S Ability To Return Indigenous Offenders To Their Home Communities With Section 84 Release Plans Through Contracts For Reintegration Support In Rural And Remote Communities. These Contracts Will Serve To Increase Csc’S Capacity To Engage Indigenous Communities And Organizations In The Section 84 Process And Identify And Coordinate Community Resources For Indigenous Offenders. 1.2 Tasks: The Contractor Must Provide Outreach, Engagement, And Work With Indigenous Communities, Organizations And Csc Personnel, To Support The Reintegration Of Indigenous Offenders. The Contractor Must Perform The Following Tasks: 1. Provide Community Education And Information About Section 84, Section 81 And Csc’S Indigenous Continuum Of Care And Interventions. 2. Identify Resources And Community Contacts That May Be Used By Csc Personnel When Preparing A Release Plan For An Indigenous Offender. 3. Work With Indigenous Communities And Organizations To Establish A Process For Csc Engagement On Corrections. 4. 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 Community Liaison Officer Or Indigenous Community Development Officer (As Per Csc Policy Cd 712-1). 5. On Mutual Agreement, Perform Additional Tasks For Offender Reintegration As Requested By The Project Authority 1.3 Expected Results: Improve Csc’S Ability To Return Indigenous Offenders To Their Home Communities With Section 84 Release Plans For Reintegration Support In Rural And Remote Communities As Well As Urban Centres. 1.4 Performance Standards: The Contractor Must Perform The Work Using Standards Outlined In Applicable Csc Policies And Regulations And In Canadian Laws. 1.5 Deliverables: The Contractor Must Collect Information And Prepare Quarterly Reports That Include: 1.5.1 Contact Made With Csc Personnel And Csc Sites (Federal Institutions). 1.5.2 Community Contacts, Including Names And Contact Information Of Up To Five Community Contracts Per Month. 1.5.3 A Continuous Updated Resource List, Including, At A Minimum, Reintegration Support Services, Such As Addictions Services, Health Services, Housing, And Elder Supports In The Community. 1.5.4 Details On Travel To Pacific Federal Institutions During The Contract Period, Provided Once A Month Following Travel. 1.5.5 A Summary Of Weekly Hours Worked, Not To Exceed Weekly Hours Outlined In Funding Budget; Submitted Monthly. 1.5.6 Provide Contact Name And Details When Providing Community Contact Honoraria. 1.5.7 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 In The Indigenous Communities In Their Assigned Area. B. 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 C. Travel I. Travel To The Following Locations Will Be Required For The Performance Of The Work Under This Contract: • The Fraser Valley And Vancouver Island. 1.6.2 Language Of Work: The Contractor Must Perform All Work In English. 1.6.3 Institutional Access Requirements Contractor Personnel Will Be Escorted At All Times By Correctional Service Canada Personnel Or Those Authorized By Csc On Its Behalf. 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 By 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: 1. Must Be An Indigenous Community Or Organization Recognized By Other Local Community Agencies. 2. Must Have A Minimum Of Two (2) Years Of Experience, Within The Last Five (5) Years Prior To The Acan Closing Date In Liaising And Working In Partnership With Correctional Service Canada To Support The Reintegration Of Indigenous Offenders. 3. 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 Indigenous Peoples In The Community. 4. Must Have At Least Two (2) Years Of Experience Within The Last Five (5) Years Prior To The Acan Closing Date In Working With Elders. 5. 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, Services Or Any Combination Of The Three To Support The Needs Of Indigenous Peoples. 6. 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 Or Other Government Agencies, Or Both. 7. Must Have At Least Two (2) Years Of Experience Within The Last Five (5) Years Prior To The Acan Closing Date Working As A Facilitator To Guide And Manage Discussions And Interactions Between Indigenous Communities, Organizations Or Government Departments In Order To Establish Positive Working Relationships And Processes. The Supplier Must Have Performed The Work In The Greater Vancouver Area. 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 Culturally Appropriate Outreach, And Engagement Services, And Work With Indigenous Communities And Service Providers And Csc 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 10 Months, From June 02, 2025 To March 31, 2026. 11. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(S), Is $82,390.00 (Gst/Hst Extra). 12. Name And Address Of The Pre-Identified Supplier Name: Squamish Nation Address: 320 Seymour Blvd North Vancouver, Bc V7j 2J3 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 May 30, 2025 At 2:00 Pm Pst. 15. Inquiries And Submission Of Statements Of Capabilities Inquiries And Statement Of Capabilities Are To Be Directed To: Hersh Minhas – Contracting & Procurement Officer 33991 Gladys Avenue, Po Box 4500, Abbotsford Bc Canada V2s 2E8 Telephone: 236-380-0993 E-Mail: Hersh.Minhas@Csc-Scc.Gc.Ca

Key Value

Tender Value
Refer document

Attachment

FileName File Description
Global Tender Document Tender Notice
Attachments
Additional Details Available on Click
✓ Tendering Authority
✓ Publication Document
(Tender Document / Tender Notice )
Disclaimer :
We takes all possible care for accurate & authentic tender information, however Users are requested to refer Original source of Tender Notice / Tender Document published by Tender Issuing Agency before taking any call regarding this tender.
Tell us about your Product / Services,
We will Find Tenders for you

Copyright © 2025 · All Rights Reserved. Terms of Usage | Privacy Policy

For Tender Information Services Visit : TenderDetail