SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Vocational training on high-tech equipment for Indigenous inmates

Solicitation number 21C30-24-4373874

Publication date

Closing date and time 2023/07/14 14:00 EDT

Last amendment date


    Description

    An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a Standing Offer 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) CORCAN has a requirement to provide vocational training for federal Indigenous offenders that will meet community standards and labour market conditions. The work will require the following:

    1.1 Objectives:

    Provide third party certification courses in heat press, vinyl, laser and 3D printing to Indigenous offender groups in the federal institutions in the Quebec Region listed in 1.5.1 for making traditional Indigenous items.

    1.2 Tasks:

    The Offeror must:

    • Provide qualified trainers with the skills and expertise to Indigenous communities to deliver high level technology training in heat press, vinyl, laser and 3D printing for the purpose of making traditional Indigenous items in respect of their traditions.
    • Provide all necessary materials for each training session on site at the institutions listed in Appendix B (art supplies) including, but not limited to: equipment (various machines), instructional materials such as training manuals, written and practical exercises, and craft materials (including but not limited to leather, beads).
    • Provide a complete list of tools and equipment to the person responsible for coordinating CORCAN training sessions two weeks prior to the program start date.
    • Provide a training program that includes time for classroom theoretical training and practical exercises. These practical exercises must include concepts enabling the acquisition of skills for using the d07ifferent technologies taught.
    • Submit a list of successful and unsuccessful participants to the person responsible for coordinating CORCAN training within 14 days of course completion.
    • Submit to the person responsible for coordinating CORCAN training, within 30 days of course completion, recognized certificates for successful candidates.
    The Offeror’s resources must:
    • Participate in an orientation at the designated training location prior to delivery of training.

    • Determine course dates in consultation with the person responsible for coordinating CORCAN training.

    • Arrive, at least, 30 to 45 minutes prior to the start time of the course to allow time for processing by the principal entrance security and resolve any logistical issue, set up and be ready for arrival of participants.

    • Ensure area of work is searched at the end of each day and any tool control, attendance management and security procedures are followed as identified in the site orientation prior to course delivery.

    • Ensure that equipment is disinfected before and after each use by the instructor.

    • Take attendance and obtain the names of participants at each training session.

    • Conduct the necessary testing for the completion of each course.

    1.3 Expected results:

    • Provide Indigenous offenders with access to high-level technology training through cultural teaching that respects their traditions.

    • Increase vocational skills training to Indigenous offenders;

    • Promote and encourage the participation of Indigenous offenders in learning programs;

    • Promote and when required, administer Indigenous offenders’ access to appropriate employment and employability services in the community;

    • Enhance Indigenous offenders’ ability to seek and maintain employment while under supervision in the community;

    • Promote innovative, culturally relevant training of Indigenous offenders in responding to labour market trends.

    1.4 Deliverables:

    1.4.1

    • Provide high-level courses to participating Indigenous offenders through group sessions, providing theoretical and practical learning in both official languages;

    • Provide sufficient resources (trainers) to deliver the training at each institution;

    • Provide training materials and equipment, written and practical exercises, and testing as required for the completion of the applicable course and any other necessary equipment. All types of media used to deliver the training must be approved in advance and identified by the person responsible for coordinating CORCAN training;

    • Deliver all materials and equipment to the institution prior to start of course (materials/equipment will be stored on site during the course);

    • Provide offenders with state-of-the-art material and equipment in a portable format (same equipment used in the community);

    • Submit a list of successful participants to the person responsible for coordinating CORCAN training;

    • Send a hard copy of the certificates for successful participants by mail to CORCAN Employment and Employability Program, 250 Montée Saint-François, Laval, Quebec H7C 1S5 within 30 days of course completion;

    • Submit the dates of training, the location and number of participants to the person responsible for coordinating CORCAN training within 10 days of completion of each course.

    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 Offeror 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 Offeror must recycle unneeded printed documents (in accordance with Security Requirements).

    1.5 Constraints:

    1.5.1 Location of work:

    a. The Offeror must perform the work at

    Joliette Institution (for woman)
    400 Marsolais Street
    Joliette, QC J6E 8V4

    Archambault Institution (minimum)
    244 Gibson Boulevard
    Sainte-Anne-des-Plaines, QC J5N 1V8

    Archambault Institution (medium)
    242 Gibson Boulevard
    Sainte-Anne-des-Plaines, QC J5N 1V8

    Federal Training Center (multi level unit)
    6099 Lévesque Boulevard East
    Laval, QC H7C1P1

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract:

    Joliette Institution (for woman)
    400 Marsolais Street
    Joliette, QC J6E 8V4

    Archambault Institution (minimum)
    244 Gibson Boulevard
    Sainte-Anne-des-Plaines, QC J5N 1V8

    Archambault Institution (medium)
    242 Gibson Boulevard
    Sainte-Anne-des-Plaines, QC J5N 1V8

    Federal Training Center (multi level units)
    6099 Lévesque Boulevard East
    Laval, QC H7C1P1

    1.5.2 Language of Work:

    The offeror must perform all work in both languages French and English.

    1.5.3 Institutional Access Requirements

    Offeror personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Offeror 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 Offeror 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:

    Experience:

    - Four (4) years experience within the ten (10) years prior to the closing date of this ACAN in providing designated holistic learning services to Indigenous female and male clientele in a culturally appropriate manner.

    - Have at least two certified trainers with one (1) year experience within the five (5) years prior to the closing date of this ACAN in providing training on designated high tech heat press, vinyl, laser and 3D printing equipment for making traditional Indigenous items.

    To confirm the experience, the supplier must provide, in each case:

    • The name of the Instructor;
    • The name of the Aboriginal or other communities where the training was given (ie 3D printing, laser, vinyl, heat press);
    • The types of training given by the instructor.

    - Have a specialized training stream for Indigenous female clientele.

    - Demonstrate by providing three references that it has established partnerships as a bridge to Indigenous communities, so that learners have the skills to be recognized by employers in their community.

    The supplier must demonstrate compliance by providing three references confirming the partnership;

    • The reference’s name, telephone number or email address.

    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

    The First Peoples Innovation Centre is the only supplier able to offer training that respects and enhances Indigenous traditions allowing CSC’s Indigenous inmate population to benefit from this learning and apply it to their reintegration into their communities.

    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:

    This procurement is not subject to any trade agreement.

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the Standing Offer.

    10. Period of the proposed Standing Offer or delivery date

    The proposed Standing Offer for a period of one year, from date August 1, 2023 to July 31, 2024 with an option to extend the contract for one additional one year period.

    11. Cost estimate of the proposed Standing Offer

    The estimated value of the Standing Offer including option(s) is $ 365,755.41 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Centre d’innovation des Premiers Peuples
    Address: 85B Promenade du Portage, Gatineau, Quebec, J8X 2K2

    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 July 14, 2023 at 2:00 PM EDT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Linda Mandeville, Senior Procurement Officer
    340 Laurier Ave. W., Ottawa, ON, K1A 0P9
    Telephone: 438-357-6503
    E-mail: linda.mandeville@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 24 month(s).

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Correctional Service Canada
    Address

    340 Laurier Ave. W.

    Ottawa, Ontario, K1A 0P9
    Canada
    Contracting authority
    Linda Mandeville
    Phone
    (438) 357-6503
    Email
    linda.mandeville@csc-scc.gc.ca
    Address

    340 Laurier Ave. W.

    Ottawa, Ontario, K1A 0P9
    Canada
    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, French
    Region(s) of delivery
    Quebec (except NCR)
    Region of opportunity
    Canada
    Contract duration
    24 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: