Traffic Control Person Training

Solicitation number 21C30-21-3656727

Publication date

Closing date and time 2021/04/09 16:00 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 the requirement:

    The Correctional Service of Canada (CSC) – CORCAN Industries is required to provide traffic control person (“signaleur routier”) training recognized by the ministère des Transports du Québec (Quebec provincial ministry of transportation) to its Quebec Region offender population.

    The work will require the following:

    1. Objectives

    The Contractor must provide certified computer-based traffic control person (TCP) training recognized by the ministère des Transports du Québec to an offender or groups of offenders from various institutions in the Quebec Region, and that can apply to several industries besides construction. Learning objectives from this training can be applied throughout the region in various sectors.

    Offenders who successfully complete this training are to obtain a valid third party certificate that will allow them to work in jobs that require TCP training.

    1.2 Tasks

    The services are to be provided on an “as and when required” basis for the duration of the Standing Offer.

    The tasks the Contractor must perform include, but are not limited to, what follows.

    For training inside the institution, the Contractor must:

    • Provide a USB key of the training, in English and in French. This training can be installed on a computer without an Internet connection or broadcast in a classroom. Only one key is needed, as updates to the training are made at the regional level.
    • Provide CORCAN operators an orientation session including the information necessary to deliver the computer-based training to participants. This session must include instructions on how to install the training on each participant's computer as well as basic instructions that CORCAN operators are to provide to participants. This orientation session may be delivered using documents, individual or group follow-up, or both.
    • Provide examinations for participants (offenders).
    • Correct participants' examinations.
    • Send competency cards to participants on completion and success of the course.
    • Register the successful offenders with the appropriate authority and ensure the delivery of all certificates to CORCAN’s Employment and Employability Programs’ regional headquarters at 250 Montée Saint-François, Laval, H7C 1S5 within 21 days of the examination date.

    • Provide the following information with the invoice: the date and location of the training sessions, the number of participants and the names of the participants.

    For community-based training, the Contractor must:

    • ensure access to online training;
    • ensure that hypertext links to procedures and other information relevant to the participant are compliant;
    • send competency cards to participants on completion and success of the course; and
    • register offenders, who have completed the training successfully, with the appropriate authority and ensure that all certificates are submitted to the CORCAN Employment and Employability Program’s regional headquarters at 250 Montée Saint-François, Laval, Quebec H7C 1S5, within 21 days of the examination date.

    The Contractor must provide computer-based training that can be administered by the CORCAN project authorities or operators in the following three ways:

    For training inside the institution:

    1. Individual classroom training:
    • This training must be offered directly on a computer without an Internet connection.
    • The paper examination must be supervised by an authorized CORCAN operator.
    1. Group in-class training:
    • This training must be offered in class, broadcast on a screen.
    • The training must be broadcast by an authorized CORCAN operator.
    • The paper examination must be supervised by an authorized CORCAN operator.

      For community-based training:

    1. Online distance learning
    • This training must be offered online. Upon receipt of the registration request from a community stakeholder, the CORCAN project authority will register the candidate. He will provide the link to access the training, login instructions, user name and password.
    • There are two ways to conduct the examination:
      • Online
      • At a service point recognized by the Association Québécoise des transports (AQTt).

        CORCAN's responsibilities:

        The CORCAN operator will be responsible:

        For training provided inside the institution:

        A. Creation of participants’ accounts.

        B. Administration of the training and examination.

        C. Registration of participants and competency cards.

        For community-based training:

        A. Creation of participants' accounts

        B. Training and examination: sharing information for participant registration and access to online training

        C. Registration and competency card

        1.3 Expected results

        For each offender who has successfully completed the training and who is registered, the Contractor must ensure that:

    • an official card or certificate is issued;
    • all official cards or certificates are sent to the CORCAN Employment and Employability Program’s regional headquarters at 250 Montée Saint-François in Laval, Quebec H7C 1S5; and
    • the cards or certificates are sent within 21 days of the date of the examination.

    1.4 Performance standards

    The training provided by the Contractor must be certified and recognized by the Ministère des Transports du Québec and by the Association sectorielle paritaire-construction (ASP-Construction).

    1.5 Deliverables

    1.5.1 For offenders who complete this TCP training successfully, the Contractor must:

    •  provide a certificate of competency for the AQTr's “Signaleur routier” (TCP) training; and
    •  ensure registration of the participant's AQTr certificate/profile.

      1.5.2   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% or certified as originating from a sustainably managed forest.

      c. The Contractor must recycle unneeded printed documents (in accordance with Security

      Requirements).

      1.  Constraints

    1.6.1 Work location

    a. The Contractor must provide materials and exams to the following operational units as required: (No Contractor travel to CSC sites. All is completed remotely via email, phone calls and/or video conferencing with authorized CORCAN operators).

    Institution and Security level

    1. Archambault Institution

    244 Gibson Blvd, Sainte-Anne-des-Plaines, QC J5N 1V8

    Minimum

    242 Gibson Blvd, Sainte-Anne-des-Plaines, QC J5N 1V8

    Medium

    2. Federal Training Centre

    6099 Lévesque Boulevard E, Laval, QC H7C 1P1

    Multi-level

    600 Montée Saint-François, Laval, QC H7C 2T8

    Minimum

    3. Regional Mental Health Centre

    242 Gibson Blvd, Sainte-Anne-des-Plaines, QC J5N 1V8

    Maximum

    4. Cowansville Institution

    400 Fordyce Avenue, Cowansville, QC J2K 3N7

    Medium

    5. Donnacona Institution

    1537 Route 138, Donnacona, QC G3M 1C8

    Maximum

    6. Drummond Institution

    2025 Jean de Brébeuf Blvd, Drummondville, QC J2B 7Z6

    Medium

    7. Joliette Institution

    Multi-level

    400 Marsolais Street, Joliette, QC J6E 8V4

    8. Establishment La Macaza

    321 Chemin de l'Aéroport, La Macaza, QC J0T 1R0

    Medium

    9. Port-Cartier Institution

    Chemin de l'Aéroport, Port-Cartier, QC G0G 2W2

    Maximum

    10. Regional Reception Centre

    Multi-level

    246 Gibson Blvd, Sainte-Anne-des-Plaines, QC J5N 1V8

    11. Regional Service Centre / Community Services

    Administration

    250 Montée Saint-François, Laval, QC H7C 1S5

    b. Travel

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

    1.6.2 Language of Work:

    The Contractor must perform all work in French and English.

    1.6.3 Security Requirements:

    There are no security requirements associated to this contract.

    2. Criteria for assessment of 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:

    1. The Supplier must have at minimum two (2) years of experience within the past five (5) years preceding the bid closing date, in terms of providing material supporting vocational trainings in provincial or federal penitentiaries.
    2. The Supplier must be mandated by Quebec’s Ministère des transports and recognized by the Association Sectorielle Paritaire-Construction (ASP-Construction).
    3. The Supplier must have at minimum five (5) years of experience within the last eight (8) years preceding the bid closing date, in terms of developing and delivering in class and computer-based vocational trainings.

    3. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s):

    Canada Chile Free Trade Agreement (CCFTA);

    Canadian Free Trade Agreement (CFTA);

    World Trade Organisation-Agreement on Government Procurement (WTO-AGP);

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, WTO-AGP 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

    This company is the only organization authorized to issue provincially recognized certification for TCP training in the province of Quebec. The certification issued meets industry standards.

    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:

    Canada Chile Free Trade Agreement (CCFTA) Article Kbis-09:

    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;

    World Trade Organisation-Agreement on Government Procurement (WTO-AGP) - ArticleXIII

    b. where 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; or

    iii. due to an absence of competition for technical reasons;

    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 delivery date

    The proposed Standing Offer is from Standing Offer Award to April 5, 2022, with an option to extend the contract for two (2) additional one (1) year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $ 318,587.50 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Association québécoise des transports

    Address: 6666 Rue Saint-Urbain, Montréal QC, H2S 3H1

    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 April 9, 2021 @ 14:00 CST.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Claudette Chabot

    Senior Contracting Officer

    Telephone: 639-317-8547

    E-mail: Claudette.Chabot@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)

    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
    Chabot, Claudette
    Phone
    639-317-8547
    Email
    claudette.chabot@csc-scc.gc.ca
    Address
    3427 Faithfull Avenue
    Saskatoon, SK, S7K 8H6
    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
    Quebec (except NCR)
    Region of opportunity
    Canada
    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: