Addictions Work Certificate Courses

Solicitation number 21465-28-4356003

Publication date

Closing date and time 2023/05/17 14:00 EDT

Last amendment date


    Description

    Addictions Work Certificate Courses

    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 provide the Addictions Work Certificate Program to offenders at Grand Valley Institution for Women.

    The work will involve the following:

    1.1 Objectives:

    The Contractor must deliver up to six (6) Program Courses, as mutually agreed-upon, from the list described below in 1.2. All courses must be delivered at least once.

    1.2 Tasks:

    The Contractor must;

    a) Provide an instructor to deliver following courses:
    i. Withdrawal Management, Overdose Prevention & Harm Reduction
    ii. Psychopharmacology for Addiction Treatment
    iii. Trauma-informed and Solution Focused Counseling
    iv. Addictions Case Management
    v. Systems Navigation and Select Population
    b) Ensure that the Course Instructor meets with GVI offender students weekly, via Correctional Services Canada-approved remote means, to provide feedback and answer student questions.
    c) Provide all course materials and course work for above mentioned courses to CSC educators for students to complete independently offline
    d) Award certificates to students who have successfully completed the course.

    1.3 Expected results:

    The Contractor must provide a program of study leading to a College Certificate in the field of Addictions Work to students at GVI (materials must allow for students to work independently to complete each course).

    CSC will advise the contractor seven (7) days in advance if it needs to cancel a class.

    1.4 Performance standards:

    Provide a maxiumum of six (6) College courses per year for up to 15 students.

    1.5 Deliverables:

    1.5.1 The Contractor must:

    a) Deliver up to six (6) Program Courses, as mutually agreed-upon, from the list above per year.
    b) Prepare and provide course material for students to work independently on offline.
    c) Provide GVI Students registered in the Program Courses with information regarding the College’s academic policies and procedures
    d) Adjust courses to be able to comply with the CSC approved learning model (offline remote learning with weekly monitored instructor assistance).
    e) Award a College Certificate to each student upon completion of all five (5) courses in the Addictions Work Program and reception of the Request to Graduate form.

    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 deliver the training courses and meet with students on a weekly basis using Correctional Services Canada-approved remote means. The Contractor must evaluate course work and produce reports at Contractor’s place of business.

    b. Travel

    ii. 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 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 _____;

    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:

    a) The Supplier must have a minimum of 3 years of experience in the past 5 years prior to the ACAN closing date, in delivering offline remote learning courses with instructor assistance.
    b) The supplier’s courses must be approved for study credit by the Canadian Addiction Counsellors Certification Federation (CACCF)
    c) The instructor must be certified by the Canadian Addiction Counsellors Certification Federation

    3. Applicability of the trade agreement(s) to the procurement

    Canada Chile Free Trade Agreement (CCFTA);
    Canadian Free Trade Agreement (CFTA);
    Canada Korea free-trade agreement.
    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP and/or the CETA.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous Suppliers.

    5. Comprehensive Land Claims Agreement(s)

    This procurement is not subject to a Comprehensive Land Claims Agreement.

    6. Justification for the Pre-Identified Supplier

    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

    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09:
    b. where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists;

    Canadian Free Trade Agreement (CFTA), Article 513
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons;

    Canada Korea Free-Trade Agreement (revised World Trade Organisation-Agreement on Government Procurement (WTO-AGP) - ArticleXIII)
    b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii. due to an absence of competition for technical reasons;

    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 1 (one) year, from May 221 2023 to May21, 2024 with an option to extend the contract for 4 additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $191,250.00.

    12. Name and address of the pre-identified supplier

    Name: Centennial College
    Address: 941 Progress Avenue
    Toronto, Ontario
    M1G 3T8

    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 17, 2023, at 2:00 PM EST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Murdoch, Regional Contract Administrator
    Correctional Service Canada, Ontario Region
    P.O Box 1174, 445 Union Street West
    Kingston, Ontario
    K7L 4Y8
    Telephone: 343-422-4831
    Facsimile: 613-536-4571
    Email: danielle.murdoch@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 12 month(s), with a proposed start date of 2023/05/22.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Correctional Services Canada
    Address

    P.O Box 1174, 445

    Kingston, Ontario, K7L4Y8
    Canada
    Contracting authority
    Danielle Murdoch
    Phone
    (343) 422-4831
    Email
    danielle.murdoch@csc-scc.gc.ca
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information 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 from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Contract duration
    12 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: