Community Relations (50601-21-013) (Канада - Тендер #17867097) | ||
| ||
Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: Canada - Procurement Data Номер конкурса: 17867097 Дата публикации: 17-09-2021 Источник тендера: Государственные закупки Канады |
||
New! CanadaBuys is here! Suppliers register today!
Register now to ensure you transition to doing business with the new Government of Canada procurement service. Click here to get started.
Tender Notice - Advance Contract Award Notice (ACAN) Status StatusActive Days until closing2 weeks 5 days hence Dates Publication date2021/09/17 Amendment dateNone Date closing2021/10/06 14:00 Central Standard Time (CST) Details GSINAn 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 original proposal for the Willow Cree Healing Lodge articulated a vision, philosophy, and purpose for a community based healing facility to be built on Beardy’s and Okemasis Cree Nations (hereinafter “Beardy’s and Okemasis”) territory in partnership with the Correctional Service of Canada (hereinafter “CSC”). The Memorandum of Agreement with Beardy’s and Okemasis identifies the requirement to establish a committee known as the Board of Directors to assist the Executive Director and CSC in the operations of the Willow Cree Healing Lodge as an Indigenous Healing Facility.
1.1 Objectives:
A Memorandum of Understanding (hereinafter the “MOU”) and a Memorandum of Agreement (hereinafter “MOA”) were negotiated so that the development and operation of the Willow Cree Healing Lodge (hereinafter the WCHL) will have Beardy’s and Okemasis community input and a meaningful participation in the facility.
1.2 Tasks:
The Beardy’s and Okemasis Cree Nation Chief and Council must delegate a Board of Directors. Ato.
The Board of Directors must:
Administer the Elders and Elders Helpers contract on any subject matter between the two entities.
Participate in up to 12 regularly scheduled Board of Directors meetings per fiscal year.
Participate in activities that may include, but are not limited to meetings, selection processes; preparation, interviews, reference checks, evaluation of candidates and selection.
Participate in meetings, information sessions, or both with Regional or National Headquarters and other stakeholders at the request of the Project Authority.
1.3 Expected results:
Operation of the Willow Cree Healing Lodge (hereinafter the WCHL) will have Beardy’s and Okemasis community input and a meaningful participation in the facility.
1.4 Deliverables:
1.4.2 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).
1.5 Constraints:
1.5.1 Location of work:
a. The Contractor must perform the work at Willow Cree Healing Lodge, Duck Lake, SK
b. Travel
i. Travel to other locations for meetings must have prior authorization of the Project Authority
and will be reimbursed at cost without any allowance for overhead or profit.
1.5.2 Language of Work:
The contractor must perform all work in English
1.5.3 Security Requirements:
This contract includes the following security requirements:
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
2. The Contractor/Offeror 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/Offeror MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor/Offeror 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/Offeror 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:
Must be designated by the Chief and Council of Beardy’s and Okemasis to participate in the Board of Directors and administer the Elders and Elders Helpers contracts.
Must have available resources to participate in up to 12 regularly scheduled Board of Directors meetings per fiscal year.
Must be a Member of Beardy’s and Okemasis Band No. 96 and 97.
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
. Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, 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
A Memorandum of Agreement exists between Beardy’s and Okemasis and the Correctional Service of Canada to ensure that the Beardy’s and Okemasis Band would have community input and meaningful participation in the Willow Cree Healing Lodge.
The Willow Cree Healing Lodge is located on the Beardy’s and Okemasis First Nation’s Reserve. The Chief and Council of Beardy’s and Okemasis Cree Nations have exclusive rights to designate Board members.
This contract will ensure that that WCHL meets the obligations of the MOA.
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
is invoked for this procurement under subsection:(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
Canada intends to retain ownership of any foreground intellectual property arising out of the proposed contract on the following basis:
2. Where statutes, regulations or prior obligations of the Crown to a third party or parties preclude Contractor ownership of the Foreground IP.
10. Period of the proposed contract or delivery date
The proposed contract is for a period of 5 years, from October 15, 2021 to October 14, 2026.
11. Cost estimate of the proposed contract
The estimated value of the contract is $366,666.65.
12. Name and address of the pre-identified supplier
Name: Beardy’s and Okemasis Cree Nation
Address: Duck Lake, SK
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 October 5, 2021
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Janet Nelson
Regional Procurement and Contract Officer
Regional Headquarters
3427 Faithfull Avenue
SASKATOON, SK S7K 8H6
Telephone: (306) 659-9252
E-mail: 501contracts@csc-scc.gc.ca
Contact information Contact nameNelson, JanetContact emailjanet.nelson@csc-scc.gc.caContact phone306-659-9252Contact address3427 Faithfull Ave Saskatoon SK S7K 8H6 CA Notifications
Get notifications for this tender notice:
For more information on notifications, visit the page.
Are you looking for partnering opportunities or thinking about bidding? Find out who is interested in the tender and add your name to the List of Interested Suppliers.
Important: The LIS for a specific tender notice does not replace or affect the tendering procedures in place for the procurement. Businesses are still required to respond to bid solicitations and to compete based on established bid criteria. For more information please read the
Access the List of Interested Suppliers for this tender .Procurement support for businesses
If you have questions specific to this procurement, please contact the Contracting Authority identified in the “Contact information” section of this tender notice.
If you need help understanding the federal procurement process, contact
Access and terms of use . We have a network of offices across Canada.Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on
, the authoritative location for GC tenders.You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through Buyandsell.gc.ca/tenders.
This Government of Canada tender notice or tender award carries an
that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about in the Buyandsell.gc.ca Terms and Conditions for more information.