Reconciliation in Action

Solicitation number EP899-211258/A

Publication date

Closing date and time 2020/11/10 13:00 EST


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Mi'kmaw Economic Benefits Office of Nova Scotia Inc.
    201 Churchill Drive Suite 201
    Membertou Nova Scotia
    Canada
    B1S0H1
    Nature of Requirements: 
    
    Reconciliation in Action
    
    EP899-211258/A
    Nowakowski, Leanne
    Telephone No. - (902) 403-7112
    Fax No. - (902) 496-5016
    Leanne.Nowakowski@pwgsc.gc.ca 
    
    
    1. Advance Contract Award Notice (ACAN) 
    An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    2. Definition of the requirement 
    The Department of Public Services and Procurement Canada - Cape Breton Operations Directorate has a requirement to procure professional services in the areas of:
    Indigenous Based Cultural Awareness Education/Training
    • The delivery of one-on-one, as well as group training sessions for up to 20 Cape Breton Operations staff with goal of providing for a greater understanding of the cultural differences as it relates to Indigenous group’s business interactions with the federal government in Cape Breton.
    • Delivery of information sessions related to developing and understanding of Indigenous people’s vantage point in working with federal departments and agencies and specifically in the context of the off-reserve impact and perceived barriers to opportunities within the federal workforce.
    • Development of an in-house training curriculum that builds PSPC-CBO/Indigenous group partnership relationship and supports the greater federal government reconciliation efforts.  This training would have the goal of bolstering awareness of staff working with Indigenous peoples and communities in their respective business lines including Minewater and Real Property Management and Maintenance at CBO.  
    HR Recruitment/Mentorship
    • Provide support for the creation of federal government recruitment strategy under Stem B in the areas of accounting, science and business.   This program would be targeted to students at Cape Breton based high schools with the goal of creating local employment opportunities at federal departments and agencies.  
    Apprenticeship/Technical Skills Development
    • Collaborate with local PSPC staff to identify apprenticeship opportunities within the Cape Breton Operations directorate and/or Coast Guard College located in Sydney, Nova Scotia. The apprentice opportunities would be in the trade fields of plumbing, electrical and HVAC.
    • These opportunities would be investigated within the Minewater and Facilities Management and Maintenance groups of Cape Breton Operations, as well as bridge the greater PSPC Real Property Services Management efforts of Brookfield Global Integrated Solutions (BGIS) under the RP-1 contract which relates to the provision of building maintenance services such as the operation, maintenance and management services for all mechanical, electrical systems and architectural components of the facilities and sites.
    Advisory Services - Real Property 
    • Provide Indigenous perspective and consultative input and as it relates to Cape Breton based real property disposals currently being completed by PSPC - Cape Breton Operations (CBO) as part of the on-going portfolio based consultation with local Indigenous groups in the Cape Breton area.  
    • Provide Indigenous perspective and consultative input and as it relates to Cape Breton based federal land use by facilitating dialogue and acting as an incubator to Indigenous owned or supported business opportunities within Cape Breton that may in part utilize federal surplus lands.
    In addition, PSPC-CBO is seeking business advisory services to deepen our knowledge and strengthen our capabilities to increase efficiency and effectiveness within our departmental real property related practices as they relate to dealings with local Indigenous groups and in support of national reconciliation efforts.
    Criteria For Assessment 
    Essential Service Requirements 
    Indigenous Based Cultural Awareness Education/Training
    The service provider must offer the PSPC-CBO team custom, targeted and regularly scheduled (quarterly) in-person information/training sessions with a curriculum focused on bringing cultural awareness to staff as it relates to Indigenous peoples interaction with the federal government with a focus on those points which support the greater Reconciliation efforts.  
    
    The service provider must have access to the teaching services of community Elders, a group that would provide additional historic context and experience in dealing with the various levels of government.
    HR Recruitment/Mentorship
    The service provider must work with PSPC to support and foster an increase in interest in federal jobs within the Indigenous community as well as local high schools and universities.  This would include the collaborative development of a streamlined hiring approach as well as the delivery of external training and information sessions that would act to provide clarity on the federal hiring process.  This training would further focus on biases and cultural differences as they relate to HR recruitment within the federal public service.
    
    The service provider must procure and provide a pool of Indigenous students (high school or university level) that hold interest in future careers with the Federal Government of Canada and/or are available to participate in local mentoring opportunities.
    Apprenticeship/Technical Skills Development
    • The service provider must procure and provide a pool of Indigenous apprentices that are interested in opportunities in the trade fields of plumbing, electrical and HVAC.
    Advisory Services - Real Property 
    • The service provider must offer consultative input and as it relates to Cape Breton based real property disposal strategy currently being implemented by PSPC - Cape Breton Operations (CBO).  These efforts would be deemed part of the on-going portfolio based consultation with local Indigenous groups in the Cape Breton area.  
    • The service provider must represent a conduit in acting as an incubator to Indigenous owned or supported business opportunities within Cape Breton that may in part utilize federal surplus lands.
    
    3. Criteria for assessment of the Statement of Capabilities - Minimum Essential Requirements 
    
    Experience, (minimum of three (3) years of experience in the past five (5) years conducting information/training sessions to local businesses and representatives from the various levels of government)
    Knowledge and understanding of local (Cape Breton) and nationally based Indigenous groups and their concerns.
    Academic qualifications, (must possess an undergraduate certificate or degree from a recognized university in a field of Business Administration;
    Geographic location:  Staff, Elders and trainers must be located in Cape Breton.
    Experience and knowledge of the Federal hiring process as it relates to student employment and opportunities for capacity building and skills development/mentoring programs.
    Experience in dealing with the various levels of government (municipal/provincial/federal) in relation to local economic development and stimulus opportunities.
    Experience in dealing with local educational institutions, including local high schools and universities.
    4. Applicability of the trade agreement(s) to the procurement. 
    This procurement is not subject to any trade agreements. 
    5. Set-aside under the Procurement Strategy for Aboriginal Business
    This procurement is set-aside for an Aboriginal supplier in accordance with the government Procurement Strategy for Aboriginal Business (PSAB). Therefore, only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.
    6. Justification for the Pre-Identified Supplier 
    After extensive research on the market of current suppliers, we have identified only one supplier that meets the essential requirements set out above and were unable to identify any other supplier that meets these requirements. 
    7. Government Contracts Regulations Exception(s) 
    The following exception to the Government Contracts Regulations is invoked for the procurement under subsection 6 (d) (only one firm is capable of performing the work) of the Government Contracts Regulations. Therefore, we invoke s. 6 (d) of the Government Contracts Regulations to set aside the requirement to solicit bids.
    8. Ownership of Intellectual Property 
    
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    9. Period of the proposed contract or delivery date 
    The contract period shall be from date of award of Contract for a period of two (2) years.  The contract also includes an option to extend the contract period, for an additional one-year period;
    
    10. Cost estimate of the proposed contract 
    The estimated value of the 2 year contract, including option, is $85,565.20 GST/HST extra.  
    11. Name and address of the pre-identified supplier 
    Mi'kmaw Economic Benefits Office (MEBO)
    201 Churchill Drive, Suite 201
    Membertou, NS
    B1S 0H1
    12. 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 of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    13. Closing date for a submission of a statement of capabilities 
    The closing date and time for accepting statements of capabilities is November 10, 2020 at 2:00pm AST. 
    14. Inquiries and submission of statements of capabilities 
    Leanne Nowakowski         
    A/Supply Team Leader, Acquisitions
    Public Services and Procurement Canada 
    
    Telephone: (902) 403-7112
    Facsimile: (902) 496-5001
    E-mail: Leanne.Nowakowski@pwgsc.gc.ca
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Nowakowski, Leanne
    Phone
    (902) 403-7112 ( )
    Email
    leanne.nowakowski@pwgsc-tpsgc.gc.ca
    Fax
    (902) 496-5016
    Address
    1713 Bedford Row
    Halifax, N.S./Halifax, (N.É.)
    Halifax, Nova Scot, B3J 1T3

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Nova Scotia
    Procurement method
    Non-Competitive