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 Services – Dorchester Penitentiary

Solicitation number 21208-22-3913172

Publication date

Closing date and time 2021/12/07 13:00 EST

Last amendment date


    Description

    This requirement is for: The Correctional Service of Canada, Dorchester Penitentiary Complex, in New Brunswick.

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Ukraine Free-Trade Agreement (CUFTA), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA) and Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA), 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 Indigenous Business: This procurement is not subject to any set-asides for Indigenous 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 to the Correctional Service Canada (CSC), Dorchester Penitentiary Complex, in Dorchester, New Brunswick.

    Objectives: As per the Commissioner’s Directive 720 (Education Programs and Services for Inmates), when an inmate's grade level is below grade 12 or its provincial equivalent, education will be identified as a need in their Correctional Plan. Therefore, the specific objective related to this contract is to provide educational and library services to the inmates at Dorchester Penitentiary, Minimum Sector and Medium Sector as well as Shepody Healing Center (SHC), a multi-level security psychiatric institution.

    Deliverables:

    The Contractor must provide the following services:

    • 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 the Project Authority or an Officer of the Correctional Service of Canada.
    • Maintain accurate records of inmate credits/achievements obtained through the delivery of the services. The Contractor must ensure these records are available on request for the inmate student. The Contractor must place hard copies of all documentation in the Offender’s education/training file.
    • Each contract teacher and Library Technician must stablish 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. Final assessments must also be completed when the assignment ends.
    • Each contract teacher must respect CSC’s guidelines and policies when writing reports (i.e. including Indigenous Social History factors when applicable).
    • Upon request by the Project Authority, must provide a data report with information that includes, but is not limited to, the following:
    1. Names of each offender with an identified educational need.
    2. The identification of each course that was provided, the nature of the credit involved, and the name of the teacher;
    3. The number of inmates that initially registered to the workshop
    4. The number of inmates who started but did not complete courses;
    5. The number of inmates remaining in the workshop;
    6. The number of days the course operated;
    7. The reason for students discontinuing a course (e.g. transfer, parole, suspension, medical reasons, quit). 
    8. Each contract teacher and library technician must complete and enter in OMS information that includes, but is not limited to: education reports, casework records, officer statements, observation reports, for inmates under their supervision as indicated in the policy.
    9. Each contract teacher must complete Collateral Feedback Reports on inmate students in their class that are simultaneously participating in Integrated Correctional Program Modules (ICPM).
    10. Each contract teacher must ensure accurate data of educational courses completions is entered in the OMS immediately or before the end of the business day;
    11. The Contractor or a designated contract teacher must ensure these reports are completed when required in OMS, respecting established timeframes (CD 730) and notifying the Chief of Education for quality reviewing purposes and locking. 
    12. The Contractor must maintain permanent records of inmate credits/achievements obtained through the delivery of the services and must make such records available on request by the inmate/student. These records must be kept onsite at the institution.
    13. 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”

    *All work performed in this contract is 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 1, 2022 to December 31, 2022. With the option to renew for one (1) additional one-year periods.

    File Number: 21208-22-3913172

    Contracting Authority: Sylvie Gallant

    Telephone number: 506-378-8724

    Facsimile number: 506-851-6327

    E-mail: Sylvie.Gallant@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).

    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Gallant, Sylvie
    Phone
    506-378-8724
    Email
    sylvie.gallant@csc-scc.gc.ca
    Fax
    506-851-6327
    Address
    1045 Main Street
    2nd Floor
    Moncton, NB, E1C 1H1
    CA

    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
    001
    French
    1
    001
    English
    9
    000
    French
    19
    000
    English
    53

    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
    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: