Educational Services, Nova Institution

Solicitation number 21208-24-4441675/A

Publication date

Closing date and time 2024/04/01 13:00 EDT

Last amendment date


    Description

    Educational Services – Nova Institution for Women

    This requirement is for: The Correctional Service of Canada, Nova Institution.

    Trade agreement: Canadian Free Trade Agreement (CFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Tendering procedures: All interested suppliers may submit a bid.

    Competitive Procurement Strategy: Compliant bid with the highest combined score of technical merit and price.

    Set-aside under the Procurement Strategy for Indigenous Business: This procurement is not subject to any set-asides for Indigenous Suppliers.

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

    Security Requirements: This contract includes security requirements.

    Nature of Requirements:

    The following is a summary of the statement of work for this requirement.

    As per the Commissioner’s Directive 720 (Education Programs and Services for Offenders), when an inmate's grade level is below grade 12 or its provincial equivalent, education will be identified as a need in their Correctional Plan.

    The Correctional Service Canada has a requirement to:

    a. Facilitate inmates' reintegration by increasing educational skill levels through the provision of accredited programs.
    b. Ensure education programs respect gender, ethnic, cultural and linguistic differences, and are responsive to the special needs of women inmates, Indigenous inmates, inmates requiring mental health care and other groups.

    Objectives:

    To provide educational services to the inmates at Nova Institution for Women.

    Deliverables:

    The contractor must provide the following resources:

    1) *Three (3) teachers/instructors:

    a. Two (2) full-time teachers/instructors:
    i. Must deliver teaching services - 35 hours per week at 7 hours per day - Monday to Friday

    b. One (1) part-time teacher/instructor:
    i. Must deliver teaching services - 17.5 hours per week – flexible hours between Monday and Friday

    *One (1) of the three (3) teachers/instructors must be bilingual and qualified to teach all levels in both official languages. The remaining two (2) resources must be able to deliver services in English.

    The Contractor must deliver the following educational services:

    a. Adult Basic Education program (ABE);
    b. Adapted ABE programs;
    c. Educational programs leading to the Adult High School Diploma;
    d. Other education programs, pilot programs, digital education and any other curriculum requested by the Project Authority;
    e. Coordination of post-secondary pre-requisite courses, correspondence courses and other programs such as, but not limited to, “Walls to Bridges”;
    f. Provide appropriate provincially recognized certificates, following course and level completions, as per this contract.

    The Contractor’s teachers/instructors must:

    a. Take attendance and keep records, in real time, of any changes in inmates present during an education session. At any given time, the Project Authority or delegate may request accurate attendance information ;
    b. Establish program assignment objectives for every student enrolled in the program based on their individual correctional plan and enter the objectives into the Offender Management System (OMS);
    c. Every 180 days, assess the performance of students assigned to Education programs and enter an interim report in OMS;
    d. Complete final reports and enter information in OMS when assignments end;
    e. Adhere to CSC’s guidelines and policies when writing reports, including Indigenous Social History factors, when applicable;
    f. Upon request, provide a data report with information on education results;
    g. Complete and enter various reports in OMS;
    h. Complete education reports in OMS, respect the timeframes as per CD 730 “Offender Program Assignments and Payments” and notify the Chief of Education for quality reviewing purposes and locking;
    i. Maintain records of inmate educational progress. The records must be kept at the institution and available to the inmates, upon request;
    j. Follow CSC guidelines in terms of inmate pay, as indicated in CD 730;
    k. All work performed in this contract is subject to the inspection and authorization by the Project Authority.

    Any conditions for participation of suppliers not specified in solicitation documentation: none.

    Estimated quantity of commodity: see solicitation document statement of work and basis of payment.

    Duration of Contract and Time Frame for Delivery:

    Period of the Contract: The Work is to be performed during the period of January 1, 2025 to December 31, 2025 with the option to renew for two (2) additional one-year periods.

    File Number: 21208-24-4441675/A

    Contracting Authority: Jolaine Amos
    Telephone number: 506-269-3787
    E-mail: jolaine.amos@csc-scc.gc.ca

    NOTE TO BIDDERS: Bidders can obtain the complete statement of work and evaluation criteria by downloading the solicitation document and associated documents from the Canada buys / tender opportunities website.

    The Crown reserves the right to negotiate with suppliers on any procurement.

    Documents may be submitted in either official language of Canada (English or French).

    After contract award, bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within fifteen (15) working days of receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

    Procurement Assistance Canada (PAC) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:
     Overview of the federal government contracting process;
     Searching for opportunities on the Buy and Sell - Tenders website;
     Bidding on opportunities;
     Registering in supplier databases.

    The full schedule of seminars can be found on the Buyandsell.gc.ca website, under Event Calendar (https://buyandsell.gc.ca/event-calendar).

    Contract duration

    The estimated contract period will be 36 month(s), with a proposed start date of 2025/01/01.

    Trade agreements

    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    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 Service Canada
    Address

    1045 Main St, 2nd Floor

    Moncton, NB, E1C 1H1
    Canada
    Contracting authority
    Jolaine Amos
    Phone
    (506) 269-3787
    Email
    jolaine.amos@csc-scc.gc.ca
    Address

    1045 Main St, 2nd Floor

    Moncton, NB, E1C 1H1
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    19
    001
    English
    2
    001
    French
    1
    001
    French
    0
    001
    English
    and
    French
    2

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    ,
    Nova Scotia
    ,
    Truro
    Region of opportunity
    Truro
    Contract duration
    36 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Cost-per-Point
    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: