HEALTH AND SAFETY TRAINING

Solicitation number EP613-141509/A

Publication date

Closing date and time 2014/02/07 14:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Infrastructure Health and Safety Association
    5110 Creekbank Road
    Suite 200
    Mississauga Ontario
    Canada
    L4W0A1
    Nature of Requirements: 
    The Government Electronic Tendering Service on
    Buyandsell.gc.ca/tenders is the sole authoritative source for
    Government of Canada tenders that are subject to trade
    agreements or subject to departmental policies that require
    public advertising of tenders.
    
    Suzy Bouchard, 
    Contracting Authority
    Suzy.bouchard@tpsgc-pwgsc.gc.ca
    
    REQUIREMENT:
    Public Works and Government Services Canada (PWGSC) intends to
    enter into a sole source contract with Infrastructure Health &
    Safety Association (IHSA), a not-for profit association part of
    Health and Safety Ontario for the delivery of the following
    courses: 
    Working at heights
    Trenching Awareness
    Traffic Control Temporary Work Zones
    Hoisting and Rigging Basic Awareness
    Propane in Construction
    Lift Truck Certification
    Training is a fundamental component of the Departmental Safety
    and Health Management Program. The Canada Labour Code, Part II
    and the Treasury Board Occupational Safety and Health Policy
    require that Public Works and Government Services Canada provide
    the necessary information, instruction, training and supervision
    to ensure the safety and health of employees at work.
    A systematic approach to safety and health training, structured
    to meet legislated requirements, will ensure that training is
    delivered using recognized and approved methods, and is provided
    in an organized and timely manner.
    The training programs should be accredited or recognized by
    provincial associations, as per PWGSC departmental policy 073-
    Occupational Health and Safety-Construction.  Participation in
    recognized occupational health and safety training is mandatory
    for all employees whose duties require them to manage
    construction projects, manage construction contracts, prepare
    project plans and specifications, or attend construction project
    sites.  
    The Contractor must grant to Canada a non-exclusive, perpetual,
    irrevocable and royalty-free right to translate for government
    use all or any part of the course manuals and any relevant
    material used and supplied with the course delivered under the
    Contract. 
    
    REASONS FOR SINGLE TENDERING:
    
    1.	The Contractor must have the ability and the capacity to
    offer the required training to PWGSC employees.  The Contractor
    must be able to provide at least 10 classes between Contract
    award and March 31, 2014 for an approximate total of 33 course
    deliveries by December 2014.
    2.	All the courses offered must be recognized by Ontario and
    Québec provincial associations.
    
    Section 6 of the Government Contract Regulations is being
    invoked in this procurement as only one person or firm is
    capable of performing the contract.
    
    Annex 4.4 articles 506.12(a) and 506.12(b) of AIT are applicable
    on the basis of limited tendering due to compatibility with
    existing products, to recognize exclusive rights, such as
    exclusive licenses, copyright and patent rights, or to maintain
    specialized products that must be maintained by the manufacturer
    or its representative, and where there is an absence of
    competition for technical reasons and the goods or services can
    be supplied only by a particular supplier and no alternative or
    substitute exists, respectively.
    
    Articles 1016.2(b) and 1016.2(d) of NAFTA are applicable on the
    basis of limited tendering due to reasons 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, for additional deliveries by the original supplier that
    are intended either as replacement parts or continuing services
    for existing supplies, services or installations, or as the
    extension of existing supplies, services or installations, where
    a change of supplier would compel the entity to procure
    equipment or services not meeting requirements of inter
    changeability with already existing equipment or services,
    including software to the extent that the initial procurement of
    the software was covered by this Chapter, respectively. 
    
    PERIOD OF CONTRACT
    
    From Contract Award to December 31, 2014.
    
    
    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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)
    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
    Bouchard, Suzy
    Phone
    (819) 956-1666 ( )
    Address
    11 Laurier St. / 11, rue Laurier
    10C1, Place du Portage
    Gatineau, Québec, K1A 0S5

    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
    National Capital Region (NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.