Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

Vocational Training – Fall Protection

Solicitation number 21120-18-2627481

Publication date

Closing date and time 2017/08/28 14:00 EDT


    Description

    Vocational Training – Fall Protection

    This requirement is for: The Correctional Service of Canada, CORCAN, British Columbia, Various Locations

    Trade agreement:

    This procurement is not subject to any trade agreement.

    Tendering procedures:

    All interested suppliers may submit a bid.

    Competitive Procurement Strategy:

    Lowest priced compliant bid

    Set-aside under the Procurement Strategy for Aboriginal Business:

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

    The Correctional Service Canada (CSC) has a requirement to provide vocational training to offender to aid in their safe reintegration into the community. The work will involve the following:

    1.1 Background

    The Correctional Service Canada has a requirement and is committed to providing vocational training that is consistent with community standards and labour market conditions to offenders incarcerated in our institutions to prepare them for employment upon release to the community. Training must meet community standards and have third party certification to increase employment opportunities. 

    1.2 Objectives:

    The Contractor must provide a series of Fall Protection Certificate courses approved by WorkSafeBC that will apply to various industries, not just construction. Learning objectives from each course can be applied throughout the region in various sectors. Upon successful completion of this training, offenders must have a valid third party certificate that will allow them to work in jobs requiring Fall Protection certification.

    1.3 Tasks:

    Services shall be provided under the Contract on an as-and-when requested basis. A Task Authorization (TA) will be utilized to request tasks during the life of this contract. The tasks the Contractor must perform include, but are not limited to the following:

    1. The Contractor must provide all tools, materials and equipment relevant to the Fall Protection Certification Course.
    1. The Contractor must ensure that proper safety and security are maintained within the teaching environment.
    1. The Contractor must 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. A copy of the certificate must be provided to the Project Authority (PA) as evidence when invoicing in addition to a class roster with course results.
    1. The Contractor must administer exams and/or competency-based assessments directly related to the skills and defined competency approved by WorkSafeBC for the Fall Protection Certificate course.
    1. The Contractor must complete daily attendance recording and will provide that to Programs at the end of the session. 
    1. The Contractor must also report any concerns immediately to the designated Programs Manager at the site where the training is delivered and to the PA. In the event of an incident or emergency the Contractor must submit an Observation Report prior to leaving the facility. The Contractor must report any breach in security as soon as possible.
    1. At the end of each training program, the results of the final assessments for each participant must be 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. Additional information to be provided with any invoice will include date and location of training sessions, number of participants, and number of successful completions.
    1. Detailed equipment/supply lists required for the delivery of the program and personnel security clearance forms must be pre-approved via submission to the PA no later than 14 days prior to a program start date.
    1. Institutional operational environments vary in terms of maximum classroom time per session with substantial break times often required to maintain institutional security protocol. Flexible scheduling must be anticipated and applied according to the operational requirements.

    1.4 Deliverables:

    1. Deliverables will be specified within each resulting Task Authorization (TA). The scope of work attached to each TA will identify the particular deliverable(s), tasks, and other relevant areas of consideration that are required to be implemented by the Contractor in the provision of services.
    2. All text deliverables must be delivered in electronic copy.
    3. All Deliverables must be done with Microsoft Suite products and other formats to be specified in the TA’s.
    4. Specific deliverables include, but are not limited to the following:
    1. The Contractor must provide the Fall Protection certificate courses to approved standards set by WorkSafeBC to groups of offenders (no less than 8 per group and no more than 12 per group) at CSC institutions in British Columbia. Price must be per session for up to a maximum of 12 participants.
    1. The Contractor's representative(s) providing instruction must maintain a strictly monitored tools/equipment inventory at the site of delivery.

    Term of Contract:  one (1) year + 3x1 year option periods

    Period of the Contract:

    The Work is to be performed during from date of contract to March 31, 2018. This contract also has 3x1 option years.

    File Number: 21120-18-2627481

    Contracting Authority:

    Sophie Morin

    Procurement Officer

    Correctional Service Canada

    340 Laurier Ave West, Ottawa, ON, K1A0P9

    Telephone number: 613-996-8133

    Facsimile number: 613-992-8443

    E-mail: sophie.morin@csc-scc.gc.ca

    NOTE TO BIDDERS:

    Bidders can obtain the complete statement of work and evaluation criteria by ordering the solicitation document and associated documents from Buyandsell.gc.ca/tenders.

    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).

    Given the nature of the requirements, proposals submitted by such means as facsimile or electronic mail will not be accepted.

    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.

    The Office of Small and Medium Enterprises (OSME) offers seminars to businesses interested in learning how to sell goods and services to the Government of Canada. The seminars are FREE.

    Topics include:

    Ÿ Overview of the federal government contracting process;

    Ÿ Searching for opportunities on the Buy and Sell - Tenders website;

    Ÿ Bidding on opportunities;

    Ÿ 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

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Morin, Sophie
    Phone
    613-996-8133
    Email
    Sophie.Morin@CSC-SCC.GC.CA
    Address
    340 Laurier Ave. West 6C57
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    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
    000
    English
    22
    000
    French
    6

    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
    British Columbia
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    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: