SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, July 20 from 8:00 pm until 11:59 pm  (Eastern Time) 

Employment and Employability Skills Program

Solicitation number 21C20-20-3188961

Publication date

Closing date and time 2019/07/04 14:00 EDT


    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:

    The Correctional Service Canada has a requirement to provide an employment and employability skills program to offenders with special needs. The work will involve the following:

    1.1 Objectives:

    CORCAN intends to establish a contract to provide employment and employability skills and on-the-job training for offenders with special needs under supervision in the Halifax and surrounding area.

    1.2 Tasks:

    The Contractor must provide employability skills training to offenders with special needs and an environment to practice these skills through on-the-job training. CSC/CORCAN will refer offenders to the Contractor. The tasks the Contractor must perform include, but are not limited to, the following:

    1. Provide employability skills training and on-the-job training;
    2. Teach employability skills, “soft skills”, to offenders (communication, time management, etc.);
    3. Teach job search skills (resume writing, interview preparation, etc.);
    4. Provide on-the-job training (employment);
    5. Provide training including duties and hours of work;
    6. Teach proper work ethic (i.e. attendance, punctuality, attitude, etc.);
    7. Provide worksite orientation;
    8. Provide worksite rules and regulations;
    9. Provide worksite supervision; and
    10. Provide personal protective equipment (if applicable).

    1.3 Expected results:

    To provide employability skills training and on-the-job training to offenders with special needs and assist these offenders in developing transferrable skills to find and maintain employment upon their release in the community.

    1.4 Deliverables:

    1.4.1 The Contractor must provide a Final Report containing the following:

    • Name of offender;
    • Description of employability skills program;
    • Description of on-the-job training including tasks and hours of work
    • Performance evaluation including, but not limited to: attendance, attitude, ability to follow direction and perform the work; and
    • Outcome and recommendations for future employment

    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:

    1.5.1 Location of work:

    a. The Contractor must perform the work in Halifax, Nova Scotia.

    b. Travel

    i.  No travel is anticipated for performance of the work under this contract.

    1.5.2 Language of Work:

    The contractor must perform all work in English.

    1.5.3 Security Requirements:

    There are no security requirements associated to this contract.

    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:

    Experience:

    1. The Contractor must have a minimum of three (3) years experience working with and providing training and/or work experience to a marginalized population*. The experience must have been acquired within the last five (5) years preceding the closing date of this ACAN.
    2. The Contractor must have a minimum of three (3) years experience, within the last five (5) years preceding the closing date of this ACAN, in providing an employability skills training program for marginalized populations that is based on a continuous intake model.

    *Marginalized populations are defined as populations excluded from any given society’s mainstream social, economic and cultural life.

    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);

    North American Free Trade Agreement (NAFTA)

    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 work on the contract includes providing services to offenders with mental health and/or substance abuse issues on conditional release or statutory release and those subject to Long-Term Supervision Orders. The pre-identified supplier has developed an employability skills training program that is based on a continuous intake model and allows continuous admission of offenders, and that provides services specific to offenders that have barriers to employment.

    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;

     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:

     (ii) the protection of patents, copyrights, or other exclusive rights;

    (iii) due to an absence of competition for technical reasons;

    9. Ownership of Intellectual Property

    There are no intellectual property terms in the contract.

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

    The proposed contract is for a period of one (1) year, from date of the contract to one (1) year later with an option to extend the contract for three (3) additional one (1) year periods.

    11.Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $176,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: HRDA Enterprise Ltd, operating as MetroWorks

    Address: 7071 Bayers Road, LL05

    Halifax, NS

    B3L 2C2

    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 Thursday, July 4, 2019 at 2:00 PM EDT.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Danielle Cameron

    Senior Procurement Officer

    340 Laurier Ave, West

    Ottawa, ON K1A 0P9

    Telephone: 613-943-6144

    E-mail: Danielle.Cameron@csc-scc.gc.ca 

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)
    • 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
    Cameron, Danielle
    Phone
    613-943-6144
    Email
    Danielle.Cameron@csc-scc.gc.ca
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    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
    Nova Scotia
    Region of opportunity
    Nova Scotia
    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: