CORCAN Employment Services

Solicitation number 21C31-188959/A

Publication date

Closing date and time 2020/08/21 14:00 EDT

Last amendment date


    Description
    Trade Agreement: NONE
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    CORCAN Employment Services
    
    21C31-188959/A
    
    This procurement is not subject to the provisions of the National or International Trade Agreements.
    
    This procurement is subject to the following Comprehensive Land Claims Agreement(s):
    
    a) James Bay and Northern Quebec Agreement;
    b) Northeastern Quebec Agreement;
    c) Nunavik Inuit Land Claims Agreement; and
    d) Eeyou Marine Region Land Claims Agreement.
    
    An optional bidders' teleconference will be held on July 29, 2020 and will begin at 1:30 pm EDT. Bidders who intend to submit a bid are invited to attend the teleconference. Bidders are requested to confirm attendance by email to the Contracting Authority at: marie-claude.lepage@pwgsc-tpsgc.gc.ca no later than July 28, 2020 in order to receive the information to connect to the teleconference.  
    
    For more details on the bidder’s teleconference, please refer to the Bid Solicitation document, Part 2 - Bidder Instructions, section 2.6.
    
    Requirement:
    
    Correctional Service of Canada (CSC), CORCAN, Quebec Region, is seeking qualified contractors to provide employment and employability services, in French and English, to federally sentenced offenders, released under supervision into the community. Services may commence while the offender is still incarcerated in preparation for their release. The objective is to help offenders secure employment in the community.
    
    Employment and employability services are required in the Quebec Region in the following 14 sectors. 
    
    1. Ville-Marie
    2. Maisonneuve 
    3. Estrie 
    4. Grandy 
    5. Longueuil 
    6. Trois-Rivières 
    7. Rouyn-Noranda 
    8. Rimouski 
    9. Quebec 
    10. Outaouais 
    11. Laval 
    12. Laurentides 
    13. Lanaudière 
    14. Chicoutimi
    
    For offenders released in the community under conditions, in each sector, delivery of services must take place in the following locations: 
    
    Location no. 1: Contractor’s facility if it meets the security requirement as detailed in Part 7 - Resulting Contract Clauses, section 7.3.1 Security Requirements for Location no.1.
    
    and/or
    
    Location no. 2: Correctional Services Canada Parole Offices and Community Correctional Centres (CCC) in the Quebec Region as detailed in Attachment 2 to Annex A - Statement of Work.
    
    Bidders Instructions:
    
    Suppliers interested in submitting a response to this Bid Solicitation may access the bid solicitation document directly from this Notice of Proposed Procurement (NPP) publication. Please see the Solicitation Documents section below to download the Bid Solicitation document and the Attachments.
    
    Technical Bid:
    
    This procurement includes 5 Mandatory Technical Criteria (MT).
    
    For more details on the preparation of the Technical Bid and the documentation to submit in order to demonstrate compliance with all MT, please refer to the Bid Solicitation document Part 4 - Evaluation Procedures and Basis of Selection, Attachment 1 to Part 4 - Mandatory Technical Evaluation Criteria.
    
    This procurement includes 2 optional point rated criteria (OPR) that aims to provide opportunity to Indigenous Businesses in consideration to the Comprehensive Land Claims Agreement (CLCA) holders. 
    Canada recommends early engagement with Indigenous communities and businesses to help Bidders demonstrate compliance with OPR.2. 
    
    Bidders interested in submitting a response to the OPR.1 and/or OPR.2 can refer to the Bid Solicitation document Part 4 - Evaluation Procedures and Basis of Selection, Attachment 2 to Part 4 - Indigenous Opportunity Considerations Optional Point Rated Criteria.
    
    We remind bidders that criteria OPR.1 and OPR.2 are not a mandatory requirement for this procurement process and is voluntary as determined by the Bidder. 
    
    Financial Bid:
    
    Bidders must submit a financial bid that must contain a Firm All-Inclusive Price per offender in Canadian dollars, excluding applicable taxes, for each sector where they can provide employment and employability services. Bidders must submit their financial bid in accordance with the Pricing Schedule in Attachment 1 to Part 3 and include it in its financial Bid once completed. Bidders should read the notes to all Bidders in Attachment 1 to Part 3. 
    
    For more details, please refer to the Bid Solicitation document, Part 2 - Bidder Instructions, Part 3 - Bid Preparation Instructions and Part 4 - Evaluation Procedures and Basis of Selection. 
    
    Certifications:
    
    Bidders must complete their Certifications and Additional Information by using the PDF fillable Form in Attachment 2 to Part 3 - Certifications and Additional Information. To access the PDF form, bidders must have a PDF reader installed. If bidders do not already have such a reader, there are several PDF readers available on the Internet. It is recommended to use the latest version of PDF reader to benefit all features of the interactive forms.
    
    Please see the Attachments section below to download the Certifications PDF fillable Form. The form should be signed and attached to the Technical Bid. For more details, please refer to the Bid Solicitation document, Part 2 - Bidder Instructions and Part 3 - Bid Preparation Instructions.
    
    Epost Connect Bid Submission:
    
    Bids must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit via e-post Connect by the date and time indicated on page 1 of the bid solicitation document.
    Note:  For bidders needing to register with epost Connect the email address is: 
    
    tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca.  
    
    Interested Bidders must register a few days prior to solicitation closing date.
    
    Note: Bids will not be accepted if emailed directly to this email address. 
    
    For more details, please refer to the Bid Solicitation document, Part 2 - Bidder Instructions and Part 3 - Bid Preparation Instructions.
    
    There are security requirements associated to this requirement. Please refer to the Bid Solicitation document, Part 6 - Security, Financial and Other Requirements and Part 7 - Resulting Contract Clauses, section 7.3 - Security Requirements.
    
    Bidders who will choose to deliver the services in Location no.1: Contractor’s Facility must meet all the security requirements listed under the Bid Solicitation document, Part 7 - Resulting Contract Clauses, section 7.3.1 - Security Requirements for Location no.1. Approval must be granted by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC) before the facility can be used.
    
    Security Sponsorship:
    
    If your organization does not hold a Designated Organization Screening (DOS) issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC), please submit a security sponsorship request by sending an email to the Contracting Authority at: marie-claude.lepage@pwgc-tpsgc.gc.ca before or after the closing date of this Bid Solicitation.  Bidders should not wait for the solicitation to close before advising the Contracting Authority of its sponsorship requirement. 
    
    The contract(s) period will be for one (1) year with the irrevocable option to extend the contract(s) by 3 periods of one-year each.
    
    Canada will award 1 contract per sector. Therefore, up to 14 contracts may be awarded as a result of this Bid Solicitation. If a Bidder is recommended for award of a contract in more than one sector, only one contract will be awarded which will combine all sectors concerned.
    
    The Phased Bid Compliance Process PBCP applies to this requirement.
    
    Documents may be submitted in either official language of Canada.
    
    All enquiries must be submitted by email to the Contracting Authority at: 
    marie-claude.lepage@pwgsc-tpsgc.gc.ca no later than 5 calendar days before the bid closing date. 
    
    
    Delivery Date: Above-mentioned
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lepage, Marie-C
    Phone
    (613) 858-8637 ( )
    Email
    marie-claude.lepage@tpsgc-pwgsc.gc.ca
    Address
    Terrasses de la Chaudière 5th Floor
    Terrasses de la Chaudière 5e étage
    10 Wellington Street,
    10, rue Wellington
    Gatineau, Québec, K1A 0S5

    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
    006
    French
    23
    006
    English
    15
    005
    French
    18
    005
    English
    5
    004
    French
    20
    004
    English
    2
    003
    French
    22
    003
    English
    5
    002
    French
    24
    002
    English
    4
    001
    French
    31
    001
    English
    6
    French
    35
    000
    French
    50
    English
    18
    000
    English
    39

    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
    Quebec (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price

    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: