Community Network Caseworker Training

Solicitation number 21301-24-4319897

Publication date

Closing date and time 2023/03/21 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 the requirement:

    The Correctional Service Canada (CSC) has the role to administer sentences of a term of two (2) years or more imposed by the courts. In connection with this role and to enhance public safety, the CSC has six (6) strategic priorities, in particular, the safe transition and management of eligible offenders in the community, the safety of staff and offenders in our institutions and in the community and maintaining productive relationships with various partners, caseworkers and other parties concerned with public safety.

    Thus, our organization must enlist the participation of the community through community partners and organizations concerned with public safety. By offering programs and support services, partners and organizations will allow caseworkers to help offenders so that they can maintain their life choices as law-abiding citizens. The complexity and diversity of clientele require CSC to offer ongoing training to various partners and to ensure that these partners, who are working for public safety, maintain a common and structured approach

    The work will involve the following:

    1.1 Objectives:

    In light of the above, the Contractor have to carry out the Coordination, planning and provision of training for caseworkers from organizations involved in the criminal justice process with clientele under a federal sentence of incarceration in the Quebec region.

    1.2 Tasks:

    In the context of this service contract, the Contractor must ensure the coordination and administrative services regarding the basic training requested and required by the primary workers involved with clientele under a federal warrant to meet the CSC's needs and expectations. Thus, it will have to be able to offer the following training to the caseworkers identified:

    • Intervention in a crisis situation;
    • Interventions related to social reintegration;
    • Media spokesperson;
    • The Canadian Charter of Rights and Freedoms and the

    Corrections and Conditional Release Act (CCRA)

    • Mental health intervention;
    • Reality therapy;
    • Intervention with non-voluntary individuals;
    • Attachment intervention;
    • Dealing with manipulation;
    • Short, solution-based therapy sessions;
    • Crisis prevention, or;
    •   Any other training previously approved by the Project Manager.

    1.3 Deliverables:

    1.3.1 The Contractor must provide an instructor who is qualified and certified in the area of training being offered to caseworkers (session up to seven and half (7,5) hours each) involved in the reintegration process of offenders under a federal warrant in Quebec and must also include administrative costs, as well as Travel and Living Expenses in accordance with the National Joint Council Travel Directive allowances.

    The Contractor must provide an annual training program listing the scheduled trainings, the dates and titles of the trainings, the names of the trainers, and the location where the training will take place.

    Within the first month after contract award, CSC expects to receive this list, which is to be emailed by the Contractor to the Project Manager.

    1.3.2 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).

    1.4 Constraints:

    1.4.1 Location of work:

    1. Training can be delivered via a virtual platform, e.g. Zoom, TEAMS, etc.
    1. Unless otherwise specified, the Contractor may also perform the Work at the Contractor's worksite located at

    1340, Saint-Joseph Blvd

    Montreal (Quebec) H2J 1M3

    If, however, the Contractor’s facilities are not available on the required dates, the Contractor may use the CSC's facilities, at no cost, to provide the training sessions. The Contractor must contact the administrator of the particular office to make a reservation, if required.

    b. Travel

    If necessary, the Trainer must go to the work site to perform the work under this contract.

    1.4.2 Language of Work:

    The contractor must perform all work in French and English.

    1.4.3 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:

    Academic qualifications and experience of the Contractor:

    College diploma in human or social sciences (for example: offender intervention techniques, social work techniques), with seven (7) or more years of experience, obtained within five (5) years before the closing date of the ACAN, in the field targeted by the training or;

    University degree at the bachelor's level in social/human sciences (for example: social work, criminology, psychology, psychoeducation), with five (5) or more years of experience, obtained within five (5) years before the closing date of the ACAN, in the field targeted by the training or;

    University degree at the master's or doctorate level in human or social sciences or;

    The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.

    The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.

    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);

    Canada Korea Free Trade Agreement (CKFTA) Article 14: Public Markets.

    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of CFTA, CCFTA, CKFTA, WTO-AGP and/or the CETA.

    4. Set-aside under the Procurement Strategy for Indigenous Business

    This procurement is not subject to any set-asides for Indigenous 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 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:

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

    Canada Korea Free Trade Agreement (CKFTA) Article 14: Public Markets:

    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:

    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 delivery date

    The proposed contract is for a period of one (1) year, from April 1st, 2023 to March 31st, 2024 with an option to extend the contract for five (5) additional one-year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $183 060.64 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: Association des services de réhabilitation sociale du Québec

    Address: 1340 Bd Saint-Joseph E, Montréal, QC H2J 1M3

    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 March 21st, 2023 at 2:00 PM (EDT).

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Manon Paulin

    Regional Officer

    Contracting and Materiel Services

    Correctional Service of Canada

    250 Montee Saint-François

    Quebec, Quebec H7C 1S5

    Telephone: 514-235-9056

    Facsimile: 450-664-6626

    E-mail: Manon.Paulin@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Korea Free Trade Agreement (CKFTA)
    • 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
    Paulin, Manon
    Phone
    514-235-9156
    Email
    manon.paulin@csc-scc.gc.ca
    Address
    250, Montée Saint-François
    Laval, QC, H7C 1S5
    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
    Quebec (except NCR)
    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: