Vocational Training - Common Core
Solicitation number 21120-19-2813019
Publication date
Closing date and time 2018/06/07 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 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 requirement:
1. Background
Correctional Service Canada (CSC) 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 3rd party certification to increase employment opportunities.
1.2 Objectives:
The Contractor must provide a series of COMMON CORE Certificate courses approved by the Industry Training Authority of BC (ITABC). Students must be able to use this certificate to work in residential & commercial construction sectors. Upon successful completion of this training, offenders must have a valid 3rd party certificate that will allow them to work as a Construction Labourer.
1.3 Tasks:
The Contractor must:
- Provide one COMMON CORE Certificate course to approved standards to groups of offenders (no more than 16 per group) at CSC institutions in British Columbia;
- Ensure that proper safety and security are maintained within the teaching environment;
- Provide all tools, materials and equipment relevant to the COMMON CORE Course;
- Administer exams and/or competency-based assessments directly related to the skills and defined competency in this certificate course;
- Report concerns to the designated Programs Manager at the site where the training is delivered. Should there be an incident the Contractor must complete an Statement/Observation Report (087) prior to leaving the institutions. The Contractor must complete Offender Suspension a Program Assignment (1188) should the Contractor remove anyone permanently from his class;
- Register the successful students with the appropriate authority and 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 must be provided to the Project Authority as evidence when invoicing; and
- Complete a daily attendance report and submit it as requested by Programs. At the end of each training program, the results of the final assessments for each participant must be submitted in MS Word document to the designated Program Manager at the site where the training is delivered.
1.4 Deliverables:
1.4.1 The contractor must provide:
- One COMMON CORE Certificate course to approved standards to groups of offenders (no more than 16 per group) at CSC institutions in British Columbia;
- All tools, materials and equipment relevant to the COMMON CORE Course;
- A daily attendance report;
- Final assessments for each participant; and
- Certificates to successful students.
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 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).
1.5 Constraints:
The Contractor's representative(s) providing instruction must maintain a strictly monitored tools/equipment inventory at the site of delivery.
The Contractor's representative(s) must be required to meet the standards for Reliability Security Clearance in CSC.
Detailed equipment/supply lists required for the delivery of the program and personnel security clearance forms must be pre-approved via submission to the project authority no later than 30 days prior to a program start date.
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.
There is a security requirement of Reliability Status clearance associated with providing with services at various locations (refer to section 1.5 Location of Work). The contractor and any of the contractor’s proposed individuals must meet the security requirement as stated in the contract.
1.5.1 Location of work:
a. The Contractor must perform the work at:
Matsqui Institution: 33344 King Road, Abbotsford, BC
Mission Minimum Institution: 33737 Dewdney Trunk Road, Mission. BC
b. There are no travel and living expenses associated with this contract
1.5.2 Language of Work:
The contractor must perform all work in English.
1.5.3. SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
- 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).
- The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
- The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
- Subcontracts, which contain security requirements, are NOT to be awarded without the prior written permission of CISD/PWGSC.
1.5.4 Hours of Work:
The Contractor must deliver the full 7-week COMMON CORE Certificate during normal institutional hours. The Program Manager will advise on the set hours at the training site. Hours must be between 8:00 am and 3:30 pm. However, alternate hours may be set as mutually agreed upon between the training provider and the Project Authority.
1.5.5 Working within a correctional institutional environment:
The Contractor's representative(s) providing instruction must maintain a strictly monitored tools/equipment inventory at the site of delivery.
Detailed equipment/supply lists required for the delivery of the program and personnel security clearance forms must be pre-approved via submission to the project authority no later than 30 days prior to a program start date.
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.
1.5.6 Cancellation:
In the event that a scheduled course must be cancelled or rescheduled by CSC, the Project Authority, his/her delegated authority or the institution, must give the Contractor a minimum of 24 hours notice. An email, voice or text message will be deemed as notification for cancellation. In the event that a cancellation occurs and such notice isn't provided, the Contractor is be entitled to bill CSC an amount not exceeding $200.00. Course session(s) will be rescheduled at the earliest convenience. It is the contractor’s responsibility to call the institution prior to leaving the day of the training to ensure that a lockdown has not been issued in the previous 24 hours.
2. Criteria for assessing 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:
Must possess 3 years of experience in the past 5 years delivering the COMMON CORE Apprenticeship Training program as recognized by the Industry Training Authority of BC (ITABC).
Professional designation, accreditation and/or certification:
Must possess Red Seal Journeyman Certification from a recognised Apprenticeship Trades Authority in Canada.
3. Applicability of the trade agreement (s) to the procurement
This procurement is subject to the following trade agreement (s):
Canadian Free Trade Agreement (CFTA); and
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 CFTA, NAFTA, and/or the CETA.
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 UA Piping Industry College is the only organization in BC that provides the COMMON CORE Apprenticeship Trades Training. It provides a 7-week training for Plumbing, Pipe/steam fitter, and Sprinkler Fitters to complete the technical training.
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
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;
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:
(i) the requirement is for a work of art;
(ii) the protection of patents, copyrights, or other exclusive rights;
(iii) due to an absence of competition for technical reasons;
(iv) the supply of goods or services is controlled by a supplier that is a statutory monopoly;
(v) to ensure compatibility with existing goods, or to maintain specialized goods that must be maintained by the manufacturer of those goods or its representative;
(vi) work is to be performed on property by a contractor according to provisions of a warranty or guarantee held in respect of the property or the original work;
(vii) work is to be performed on a leased building or related property, or portions thereof, that may be performed only by the lessor; or
(viii) the procurement is for subscriptions to newspapers, magazines, or other periodicals.
9. Ownership of Intellectual Property
Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
10. Period of the proposed contract or the delivery date(s)
The proposed contract is for a period of from contract award to one year later with an option to extend the contract for 1 additional 1-year period.
11.Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $320,000.00 (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
V3M 6S6
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 June 7 2018 at 14:00 EDT.
15. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Name: Joanne Steffin Senior Procurement Officer
Address: 340 Laurier West, Ottawa, ON K1A 0P9
Telephone: 613 947-3430
E-mail: joanne.steffin@csc-scc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
- Contracting authority
- Steffin, Joanne
- Phone
- 613-947-3430
- Email
- joanne.steffin@csc-scc.gc.ca
- Address
-
340 Laurier-WestOttawa, ON, K1A 0P9CA
Buying organization(s)
- Organization
-
Correctional Service of Canada
- Address
-
340 Laurier Ave WOttawa, Ontario, K1P0P9Canada
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.