SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

Education and Library Services - Atlantic Institution

Solicitation number 21231-19-3086581

Publication date

Closing date and time 2019/04/30 13:00 EDT

Last amendment date


    Description

    Education and Library Services – Atlantic Institution

    This requirement is for: The Correctional Service of Canada, Atlantic Institution, Renous, New Brunswick.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Korea Trade Agreement (CKTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), 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 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 has a requirement to provide academic education services and library services to the Correctional Service of Canada (CSC), Atlantic Institution, Renous, New Brunswick. 

    Objectives: The Education program shall address the learning needs of an adult inmate population and must lead to the attainment of a recognized Provincial Education Certificate, which is fully equal to that available to the public. It must accommodate not only continuous entry and exit from the program, but also more than one level within the classroom

    Deliverables:

    1. Level 1 - Classroom - One Instructor

    (a) This program will meet the needs of those offenders scoring below an equivalent of Grade six (6) using the Canadian Adult Achievement Test (CAAT).

    (b) Each inmate will receive clearly defined objectives and a complete monthly assessment.

    (c) Data on offenders' progress for Performance Assessments will be entered into the electronic offender information management system by the instructor.

    (d) Computer instruction using CSC-educational software will be part of the classroom instruction.

    2. Level 1/2/3 - One Instructor

    (a) This program will largely be offered in the Segregation Unit and frequently not in a classroom setting. The Segregation Unit is defined as an area of the institution where inmates are housed within a more secure unit and are not permitted to interact with other offenders. This instructor must be creative, work within the operational restrictions of the Segregation Unit, and be prepared to work around the other activities of that area.

    (b) This program will meet the needs of all levels of offenders, but primarily those scoring below an equivalent of Grade six (6) using the CAAT.

    (c) Each inmate will receive clearly defined objectives and a complete monthly assessment.

    (d) Data on offenders' progress for Performance Assessments will be entered into the electronic offender information management system by the instructor.

    3. Level 2/3 - Classroom - One Instructor

    (a) This program will meet the educational needs of those offenders assessed as having less than Grade ten (10) education but scoring higher than Level 1. The program will include Mathematics, Communications and Science.

    (b) Each inmate will receive clearly defined objectives and a complete monthly assessment.

    (c) Data on offenders' progress for Performance Assessments will be entered into the electronic offender information management system by the instructor.

    (d) Computer instruction using CSC-approved educational software will be part of classroom instruction.

    4. Senior Instructor/Tester - One required

    (a) Counsel and administer those tests that are required for adequate inmate placement in the education program.

    (b) Assist with curriculum development, pilot programs, and test development; as well as provide input to the Correctional Intervention Board and Case Management teams on such issues as education levels and recommendations for offender suspensions; and maintain class numbers at highest ratios.

    (c) Provide full testing services for offenders in segregation.

    (d) Make recommendations to institutional management for program placement, academic grade level, and vocational entry.

    (e) Schedule instructors and the librarian within contractual obligations.

    (f) Replace instructors and the librarian as required, in the event of unscheduled absences.

    (g) Review all incoming offenders' education information and provide Parole Officers with data necessary to make referrals to Education programs.

    (h) Facilitate Workplace Hazardous Materials Information System (WHMIS) training to offenders and complete assessments and certificate information.

    (i) Assure information-sharing process with instructors to enhance security and client progress.

    (j) Organize General Educational Development (GED) testing sessions with provincial officials.

    (k) Must assure that the human resources are available at all times to be able to provide instruction or service in both official languages, as required.

    (l) Responsible for ensuring that the official CSC Education files are updated for each offender and that the appropriate documents are correctly filed on these files. In the event that an offender is transferred or released, the Senior Instructor will ensure that their files are delivered to the Offenders Records Department and that a log is maintained to track these outgoing files.

    (m) Responsible for the School’s incoming and outgoing mail, both internal and external.

    (n) Responsible for liaising with the Inmate Movement Control Officer and the individual Units regarding inmate movement to and from the school.

    (o) Monthly students’ evaluations.

    LIBRARY REQUIREMENTS

    5. Librarian – One required

    The services provided under the terms of this agreement shall be based on the following objectives:

    (a) The contractor must provide an individual (or individuals) who possess training or

    experience in the provision of library services, who can apply the principles of the Dewey Decimal System and perform common Library functions.

    (b) The Contractor must assure the overall capacity to respond to inmate requests for Library information or services in both official languages, orally and in writing.

    (c) The Contractor is responsible for ensuring that there is no interruption to Library Services within contractual obligations. The Contractor is responsible for replacing the Librarian, as required, in the event of absence.

    (d) The Librarian is to provide recreational and informational reading material in

    English and French to offenders, both to those who can attend the library during open hours, and at least once weekly to segregated inmates for which deliveries will be necessary. This may include the use of inter-library loans.

    (e) In co-operation with the Correctional Intervention Board, hire, supervise and evaluate inmate workers and assign them to carry out library functions, as required. The Librarian is responsible for writing regular reports on their performance.

    (f) To the degree possible in a maximum security institutional setting, organize the library in such a way that it approximates a public library and will prepare inmates to use public libraries after incarceration. 

    (g) To coordinate the purchase of magazine subscriptions and/or books for offenders, as requested, using the offender’s funds and following CSC directives and guidelines.

    (h) To recommend to the Project Authority the purchase of new materials and subscriptions for the Library from public funds.

    (i) To provide and supervise computer access to offenders in relation to offender’s questions on Acts and Regulations, and Correctional Service of Canada policies; and to assist them in the use of computers, including using the LIBRARYSOFT program, Word and Excel.

    (j) The Librarian is responsible for reviewing all documents printed by offenders in the Library to ensure that the documents meet the institutional guidelines for printed material.

    (k) To provide reference service to offenders in accordance with CSC guidelines.

    (l) The Librarian is responsible for the incoming and outgoing Library mail, both internal and external.

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of July 1st, 2019 to June 30th, 2020 with the option to renew for 3 (three) additional one-year periods.

    File Number: 21231-19-3086581

    Contracting Authority: Danielle Blanchet

    Telephone number: 506-851-7690

    Facsimile number: 506-851-6327

    E-mail: Danielle.blanchet@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 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

    • 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)

    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
    Blanchet, Danielle
    Phone
    506-851-7690
    Email
    Danielle.Blanchet@csc-scc.gc.ca
    Fax
    506-851-6327
    Address
    1045 Main Street, 2nd Floor
    Moncton, NB, E1C 1H1

    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
    English
    10
    French
    10
    000
    English
    32
    000
    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
    New Brunswick
    Region of opportunity
    New Brunswick, Nova Scotia, Prince Edward Island
    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: