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 ensure delivery of interventions and programs that meet the identified needs and support the reintegration of Indigenous offenders pursuant to section 80 of the CCRA. CSC is responsible for providing access to traditional teachings and ceremonies. CSC is committed to address Indigenous overrepresentation in Canada’s criminal justice system by increasing tailored approaches, programs and resources that are responsive to the concerns, priorities, and unique circumstances of Indigenous Peoples. Individuals and agencies from the Indigenous community are pivotal to enhance offerings and to promote linkages with the broader Indigenous community to support offender reintegration. Elders, Spiritual Advisors and Knowledge Keepers are recognized within the Indigenous communities and each of them brings unique gifts, talents, and teachings to traditional healing work.
The work will involve the following:
1.1 Objectives:
The Contractor must deliver a living without violence program. The tools learned will allow participants to understand buried emotions, get to the root of their problems and develop a resiliency to any adverse environmental conditions. This reflective resiliency will continue to develop and flourish after the program is completed. Program content is complementary to CSC’s accredited Indigenous Correctional Programs.
1.2 Tasks:
The Contractor must:
1.2.1 Deliver the programs two evenings per week (3 hours per session). The Contractor must deliver tools in a group setting to provide participants with knowledge and awareness that all events and behaviors are interconnected with the past, present, and future. The key concepts used to facilitate action and change identification, communication, reflection and the experience of emotions enable participants to learn emotional awareness and how emotions change through life’s patterns, self-worth, and capabilities, communicating one’s needs and opinions, how to pursue goals despite setbacks and obstacles, coping with daily stressors and social problem solving strategies. Topics discussed include, but are not limited to, violence and abuse, blaming, self-esteem, love and respect, community, morals and values, relationships, empathy, and trust.
a. Each program must include 15 sessions and be delivered over the course of an eight (8) week period;
b. The planned delivery schedule is 6:00 p.m. to 9:00 p.m, Monday to Friday.
c. Each program must also include one sweat lodge session (7 hours) at a time mutually agreed upon by the contractor and the project authority.
d. In the case of a disruption to the agreed upon schedule, program sessions will be delivered on alternate dates or times, or both, as mutually agreed upon by the contractor and Project Authority.
e. Provide a participants manual and traditional ceremonial items. The Project Authority must approve all supplies and materials.
1.2.2 Submit a brief summary of each group session to the Project Authority within one (1) week of delivery. The summary must include, but is not limited to session number and title, number of participants in attendance and a general briefing which includes information regarding group response, progress, group process and dynamics.
1.2.3 Provide a verbal report on the participants’ progress against the program goals, to the Manager Indigenous Initiatives (or designate), via phone or virtual means, within thirty (30) days of program completion.
1.2.4 Provide a year-end final report detailing the number of participants, a summary of the programming experience which includes but is not limited to information regarding group response, progress, group process, dynamics and general observations and recommendations on how to improve future delivery of the program.
1.2.5 Report safety or security related information to the Duty Correctional Manager as soon as possible and prior to leaving the site. Safety and/or security related information includes but is not limited to: verbal or physical threats (press Personal Portable Alarm device), group conflict/tension, problematic and/or odd individual behaviour and/or group dynamics, any participant self-disclosure regarding harming or risk of harming self or others.
1.2.6 Support to the contractor:
CSC will:
a. Select the participants for the program. These participants will be selected by the Grand Valley Institution for Women (GVIW) Elders, the Manager Assessment and Interventions (MAIs)/Indigenous Interventions Manager and Project Authority Assistant Warden Interventions (AWI).
b. Provide an appropriate program space at Grand Valley Institution for Women for delivery of the program.
c. Supply a culturally competent assistant/co-facilitator.
d. Supply all required program delivery supplies such as paper, writing instruments, flip charts and markers.
1.3 Expected results:
The Contractor must deliver the program two (2) times per contract year to a group of up to fifteen (15) participants per program for a total of up to thirty (30) offenders per contract year.
1.4 Performance standards:
1.4.1 The Contractor must deliver the program on a delivery schedule that is to be mutually agreed upon by contractor and Project Authority.
1.4.2 Programming must be in keeping with goals outlined in CD 702 Indigenous Offenders.
1.4.3 The program must consist of fifteen, three (3) hour sessions and one seven (7) hour sweat lodge; sessions listed below.
1. Together
2. Looking Back
3. Survival
4. The Blame
5. Hibernation
6. The Walls
7. The Crisis
8. The Rules
9. Taking Control
10. The Forgotten Ones
11. The Teachings
12. Respect
13. Kinship
14. Taking Responsibility
15. Sweat Lodge
16. Looking Forward
1.5 Deliverables:
1.5.1 The contractor must deliver the intervention program at Grand Valley Institution in the Ontario region to self-identified Indigenous women offenders actively engaged with Elder Services and Indigenous Programs.
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 Contractor must perform the work at Grand Valley Institution for Women located at 1575 Homer Watson Blvd, Kitchener, Ontario, N2P 2C5.
b. Travel
i. 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:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE No. 21401-29-4516399
1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
2. The Contractor personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.
3. The Contractor MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
5. The Contractor must comply with the provisions of the:
a) Security Requirements Check List and security guide (if applicable), attached at Annex C;
b) Contract Security Manual (Latest Edition).
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 a Spiritual Advisor or Knowledge Keeper within that community.
? The supplier must have a minimum of ten (10) years of experience obtained in the past fifteen (15) years prior to the ACAN closing date in delivering spiritual and cultural services and teachings to Indigenous people. This experience must include:
? providing spiritual 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 teachings of their own community.
? The supplier must have a minimum of ten (10) years experience in the past fifteen (15) years prior to the ACAN closing date in delivering indigenous specific living without violence programming to provincially or federally incarcerated indigenous offenders either in the community or an institution.
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.
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 living without violence programming to meet the reintegration needs of CSC Indigenous women offenders.
The pre-identified supplier’s living without violence program addresses the needs and risks of Indigenous offenders at Grand Valley Institution for Women (GVIW) This cultural program is based on an Indigenous holistic approach to healing, self-awareness, and wellbeing.
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 five (5) years, from April 01, 2025 to March 31, 2030.
11. Cost estimate of the proposed contract
The estimated value of the contract, is $71,500.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Jordan Williams
Address: contractors 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 March 12, 2025 at 2:00 PM EDT.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Monika Alexander, Regional Procurement Officer
Correctional Service Canada
Regional Headquarters, Ontario Region
Telephone: 647.234.2934
E-mail: bidreceiving.gen-ont-401@csc-scc.gc.ca