SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Education and Library Services - Nova Institution

Solicitation number 21250-20-3310480

Publication date

Closing date and time 2019/11/07 12:00 EST

Last amendment date


    Description

    Education and Library Services – Nova Institution for Women

    This requirement is for: The Correctional Service of Canada, Nova Institution for Women, Truro, Nova Scotia.

    Trade agreement: Canadian Free Trade Agreement (CFTA), North American Free Trade Agreement (NAFTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, 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 Canada (CSC), Nova Institution for Women, Truro, Nova Scotia.

    Objectives:

    The overall objective is to assist in the reduction of risk and subsequent timely reintegration to society as a productive and law-abiding citizen.

    Deliverables:

    The contractor must produce the following deliverables:

    • Nova Institution will require the services of two full-time teachers, one part-time teacher, and a part-time Library Technician.

      • The two full-time teachers will be required a maximum of 1575 hours each; these hours to be equally distributed over a year to allow continuous service. An average full time day will be 7 hours in length.
      • At least one of the two full-time teachers must be bilingual (English and French). Our operational need may include some evenings and weekends. The part-time teacher will be required for a maximum of 800 hours over a year. This part-time teacher allows for flexible scheduling, including shorter shifts spread over the workweek. 

    It is also recognized that Substitutes shall be required for up to 48 hours per year of travel that is included in the contract.

    • Contract teachers and the Library Technician must take attendance of offenders attending their courses and/or work location. In addition, they must provide an attendance count during class time and/or work time, if requested to do so by an Officer of the Correctional Service of Canada.

    • The Contractor must be prepared to work in cooperation with CSC to utilize inmate classroom assistants where and when appropriate. This must include in classroom training and orientation of the inmate assistant by the contract teacher. The inmate assistant will not mark examinations, administer examinations or tests nor partake in disciplining of students.

    • The academic upgrading curriculum will provide instruction in the areas of mathematics, science, and communication.

    • CSC Atlantic has developed a regional curriculum indicating the skills that need to be mastered in the areas of Mathematics, Science and Communication in Levels 1, 11, IIl and lV. The Contractor, as a minimum, must include the subject content of this in the proposed curriculum.

    • The Contractor must maintain accurate records of inmate credits achievements obtained through the delivery of the services. Such records must be available on request for the inmate student. Hard copies of all documentation must be placed in the Offender’s education/training file.

    • Each contract teacher and Library Technician must establish program assignment objectives for every student enrolled in the program or work assignment utilizing the individual’s correctional plan as a guide and must enter the objectives into the Offender Management System (OMS).

    • Each contract teacher and Library Technician must assess the performance of students in the program at least once every 180 days and must enter the assessment in to OMS. As well, final assessments must be completed when the assignment ends.

    • On a quarterly and annual basis, the Contractor must provide a data report to the Project Authority which details the following:

      • Names of each offender with an identified educational need.

      • Names of each offender assigned to school and to which level assigned.

      • Rationale for any offender that should be assigned but is not.

      • Progress of each offender to date including plans for any accommodation, certificate completions, program suspensions, etc.

      • Information related to discharge planning including community linkages.

      • Offender employment including number of educational tutors and librarian assistants utilized.

      • Structured activities that include community engagements, library events, student placements, etc.

    • All contract staff must complete casework records, officer statements, and observation reports, etc. for inmates under their supervision as indicated in the policy.

    • Each contract teacher and Library Technician must contribute to the pay evaluation for offenders in their program as indicated in their individual Correctional Plan and as outlined in CD 730 “Inmate Program Assignment and Pay”

    • In general the “Operating Manual” for all Education Contract staff (contract teachers and Library Technician) consists of the following CSC documents.

        • The Mission Document

        • Correctional Strategy for Federally Sentenced Women

        • Creating Choices

        • Commissioner’s Directives

        • Standing Orders

        • Education and Library Services Contract

        • National Guide for Institutional Libraries

        • Staff Protocol for Women Offender Institutions

    • All work will be performed subject to the inspection and acceptance by the Project Authority. 

    Term of Contract:

    Period of the Contract: The Work is to be performed during the period of January 1st, 2020 to December 20th, 2020 with the option to renew for 1 (one) additional one-year period.

    File Number: 21250-20-3310480

    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)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • 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
    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
    15
    French
    15
    English
    12
    French
    12
    000
    English
    43
    000
    French
    8

    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
    Nova Scotia
    Region of opportunity
    New Brunswick, Nova Scotia
    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: