COMMON CORE

Solicitation number 21C80-15-0721

Publication date

Closing date and time 2016/02/16 17:00 EST

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 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 meet 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 requirement:

    The Correctional Service Canada has a requirement to provide vocational training to offenders to aid in the safe reintegration of offenders into the community. The work will involve the following:

    1. Objectives:

    The Contractor will provide a series of COMMON CORE Certificate course approved by the Industry Training Authority of BC (ITABC). Students will be able to use this certificate to work in residential & commercial construction sectors. Upon successful completion of this training, offenders should have a valid 3rd party certificate that will allow them to work as a Construction Labour.

    1. Tasks:

    The Contractor will provide one six-week COMMON CORE Certificate courses approved by ITA to a group of offenders (no less than 12 per group and no more than 16 per group) at CSC institutions in British Columbia.

    The Contractor will ensure that proper safety and security are maintained within the teaching environment.

    Participants who have successfully completed this COMMON CORE course are thus certified to work throughout construction, mining, manufacturing, oil & gas, office, agriculture, aquaculture, highways, forestry, film & television, hospitality & tourism, residential & commercial construction sectors.

    1.3 Expected results:

    The Contractor will provide all tools, materials and equipment relevant to the COMMON CORE Course.

    The following competencies are taught as they apply to all three trades:

    Plumbing, Sprinkler fitting and Steam fitting

    • Use Safe Work Practices
    • Use Tools and Equipment
    • Organize Work
    • Prepare and Assemble Plumbing, Sprinkler fitting and Steam fitting Components

    The Contractor will administer exams and/or competency-based assessments directly related to the skills and defined competency approved by ITA for the COMMON CORE course.

    1. Performance standards:

    The Contractor will register the successful students with the appropriate authority and will ensure the delivery of all certificates to the designated Program Manager at the site where the program is delivered within 21 days of course delivery.

    The Contractor will complete daily attendance recording including assessment of the following criteria: punctuality, attendance, interpersonal relationships, attitude, motivation, behaviour, effort, productivity and responsibility. The Contractor will also report any concerns immediately to the designated Programs Manager at the site where the training is delivered.

    1.5 Deliverables:

    1.5.1 At the end of each training program, the results of the final assessments for each participant will be registered with the Industry Training Authority of British Columbia (ITABC), and submitted in writing to the designated Program Manager at the site where the training is delivered. A copy shall be provided to the Project Authority as evidence when invoicing.

    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 Various Institutions in the Lower Mainland (Abbotsford, Agassiz and or Mission)

    b. 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/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.

    3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    4. 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) Industrial Security Manual (Latest Edition).

    2. Minimum essential requirements:

    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:

    Experience:

    Supplier must possess 5 years of experience in the past 10 years delivering ITA certified trades training.

    Academic qualifications:

    Supplier must possess or be working towards:

    An Instructors Diploma

    The diploma must have been obtained from a recognized Canadian university, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    Professional designation, accreditation and/or certification:

    A BC Certificate of Qualification or Red Seal Endorsement.

    OR

    Certificate of Qualification from another Canadian jurisdiction complete with Red Seal Endorsement.

    A minimum of 5 years experience working in the industry as a journeyperson.

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

    This procurement is subject to the following trade agreement (s): Agreement on Internal Trade (AIT), North American Free Trade Agreement (NAFTA)]

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of NAFTA and/or the WTO-AGP.

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

    This procurement is not subject to any set-asides for Aboriginal 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:

    North American Free Trade Agreement (NAFTA) - Article 1016: Limited Tendering Procedures, section 2.

    (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;

    Agreement on Internal Trade (AIT) – Article 506, 12.

    b. where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists;

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

    10. The period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of 2 months, from 16-February-2016 to 31-March-2016.

    There is an option to extend the contract for 3 additional one-year periods.

    11. A cost estimate of the proposed contract

    The estimated value of the contract, including options, is $160,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: UA Piping Industry College of BC

    Address: 101-1658 Foster’s Way, Annacis Island, Delta BC

    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. This statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    14. The closing date and time for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is February 16, 2016 at 2:00 PM PST.

    15. Enquiries and submission of statement of capabilities

    Enquiries and statement of capabilities are to be directed to:

    Sandra Wilford

    A/Regional Procurement & Contracting Officer

    100-33991 Gladys Avenue

    Abbotsford BC V2S 2E8

    Telephone: 604-870-2603

    Facsimile: 604-870-2444

    E-mail: Sandra.Wilford@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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 of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Wilford, Sandra
    Phone
    604-870-2603
    Address
    PO Box 4500, Unit 100, 33991 Gladys Avenue
    Abbotsford, BC, V2S 2E8
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive - Limited Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: