Rehabilitation Services For Indigenous Offenders . Rehabilitation Services For Indigenous Offenders File Number: 21301-26-5057389 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 (Csc) Has A Requirement To Reinforce Partnerships With Indigenous Communities In Order To Support The Transition And Reintegration Of Offenders Into Their Community. The Work Will Involve The Following: A. Identify And Develop Community Resources, Including Housing, Counselling, Employment, Education And Others, That Can Support Offenders In Developing Section 84 Conditional Release Plan; B. Educate Indigenous Communities And Resources About Section 84 Of The Corrections And Conditional Release Act (Ccra) And The Interventions Under The Csc’S Continuum Of Care For Indigenous; C. Working With Csc Staff, Including Indigenous Community Development Officers, Indigenous Community Liaison Officers Indigenous Liaison Officers And Parole Officers, Among Other Things, And With Community Contacts To Help Csc Develop A Release Plan To Support Indigenous Offenders Released In The Montreal Area; D. Organizing And Coordinating Cultural Activities To Support And Advance The Reintegration Of Indigenous Offenders. As Part Of This Initiative, The Correctional Service Of Canada Is Committed To Providing Reintegration Services To Indigenous Offenders In The Montreal Community. 1.1 Objectives: Work With Csc, Community Resources And Offenders To Develop Reintegration Plans For Indigenous Offenders Who Wish To Be Released In The Montreal Area Under Section 84 Of The Ccra. Provide A Support Network Through Identified Resources And Cultural Activities For Indigenous Offenders Throughout Their Release Planning During And After Incarceration To Support Successful Reintegration. 1.2 Tasks: The Contractor Must ; A. Support Indigenous Offenders By Providing Reintegration Services To Released Offenders And, When Mutually Agreed Upon, Provide Such Programs To Incarcerated Offenders. B. Provide Culturally Appropriate Referral Services C. Accompany And Receive Offenders During Escorted Temporary Absences To The Resource. D. When The Offender Wishes To Obtain Support From The Resource, Meet (In Person, By Telephone Or Virtually) With Offenders In Institutions To Provide Them With Information On Services, Help Them Complete Admission And Participation Forms, Develop Section 84 Release Plans In Collaboration With Csc Staff And The Offenders, And Submit Them To Csc. E. Participate In Case Discussion Meetings (Including But Not Limited To, Breach Of Conditions, Increased Risk) With Offenders Or The Csc Case Management Teams Or Both As Well As External Resources To Provide Support And Information For The Release Plan. F. Attend Meetings Coordinated By Csc Representatives When Agreed Upon By Both Parties. 1.3 Expected Results: The Resource Will Be Able To Demonstrate Through An Annual Report: • Cultural Or Other Activities That Have Contributed To The Reintegration Of Indigenous Offenders Into Society As Defined In Section 1.2, Tasks. • The Number Of Section 84 Release Plans Submitted To Support The Release Of Indigenous Offenders In Their Area The Resource Will Contribute To The Reintegration Of Indigenous Offenders Into Society And The Prevention Of Recidivism. 1.4 Performance Standards: The Contractor Must Perform The Work In Accordance With The Standards Set Out In Csc’S Policies And Regulations And Applicable Canadian Laws. 1.5 Deliverables: A. Production Of Section 84 Release Plan Submitted To Csc Within The Prescribed Time Frame And In Collaboration With Csc Stakeholders And Other Community Resources; B. Conducting Cultural Or Spiritual Activities, Or Both With Indigenous Offenders Committed In Their Release Planning With The Resource; C. One To Five Indigenous Offenders Participating In Temporary Absences To The Resource While Incarcerated; D. Annual Report On Activities Offered To Offenders Who Are Supported Under Section 84; I. Contacts With Csc Staff; Ii. Community Contacts, Including Name And Contact Information; Iii. An Up-To-Date List Of Resources, Including, At A Minimum, Social Reintegration Support Services Such As Addiction, Housing, And Elder’ Support. 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: A. The Resource Must Perform The Work In Montreal At Their Office. B. Travel I. When Required, The Following Locations Will Be Visited As Part Of This Contract: Archambault Institution (Min) : 244 Gibson Boulevard Sainte-Anne-Des-Plaines Qc J5n 1V8 Regional Reception Centre: 246 Gibson Boulevard Sainte-Anne-De-Plaines Qc J5n 1V8 Federal Training Centre (Min): 600 Montée Saint-François Laval Qc H7c 1S5 Joliette Institution : 400 Rue Marsolais Joliette Qc J6e 8V4 1.6.2 Language Of Work: The Contractor Must Perform All Work In English, French Or Both. 1.6.3 Security Requirements: There Are No Security Requirements Associated To This Contract. 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: Experience: A. The Supplier Is A Not-For-Profit Organization Whose Mission Is To Provide Support Services To Clientele Who Are In Conflict With The Law; B. The Supplier Must Have At Least Five (5) Years Of Experience Serving An Indigenous Clientele In Conflict With The Law, Acquired In The Last Five (5) Years Prior To The Closure Of This Acan. C. The Supplier Must Have At Least Five (5) Years Of Expertise In The Last Five (5) Years Prior To The Closure Of This Acan, In Providing Services To A Judicialized Clientele With The Indigenous Community In The Montreal 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 Are A Limited Number Of Providers Who Are Able To Provide Social Reintegration Services For Indigenous Offenders In The Montreal Community That Can 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 Ten (10) Months, From June 1, 2025, To March 31, 2026, With An Option To Extend The Contract For Two (2) Additional One-Year Periods. 11. Cost Estimate Of The Proposed Contract The Estimated Value Of The Contract, Including Option(S), Is $ 315 051.84 (Gst/Hst Extra). 12. Name And Address Of The Pre-Identified Supplier Name: First Peoples Justice Center Of Tiohtià:Ke / Montreal Address: 3500 Ave Laval Montreal, Quebec H2x 3C8 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 (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 Correctional Service Canada 250, Montée St-François Laval (Québec) H7c 1S5 Telephone : 514-234-6283 Email: Eloise.Clement@Csc-Scc.Gc.Ca