Ready to work

Solicitation number 21C41-181615/A

Publication date

Closing date and time 2020/01/06 14:00 EST


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Ontario Tourism Education Corporation
    21 Four Seasons Place
    Suite 300
    Toronto Ontario
    Canada
    M9B6J8
    Nature of Requirements: 
    
    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 Correctional Services Canada (CSC) has a requirement to deliver Ready to Work training programs to women offenders at Grand Valley Institution, located in Kitchener, Ontario. The Ready to Work program is a provincially recognized and accredited program by the Ontario Tourism Education Council (OTEC) and offered to women offenders. The Ready to Work program is designed to provide participants with the fundamental skills and knowledge required for employment in the tourism and hospitality industry.  
    
    Successful participants will receive emerit National Certification as well as five (5) core provincial industry certifications: Workplace Hazardous Materials Information System (WHMIS) for Tourism and Hospitality, Smart Serve, Food Safety, Service Excellence and Work Place Essentials. 
     
    The Contractor must: 
    
    a. Deliver training to the offenders in the following: 
    i. Ready to Work, Tourism Essentials, Service Excellence, Smart Serve, Food Safety, and Work place Hazzard Material Information System (WHMIS);
    b. Develop and administer written exams to assess knowledge acquisition of program elements;
    c. Administer the Post Program Satisfaction Questionnaire to each participant at the end of the program;
    d. Complete the Post Program Report for each participant at the end of the program;
    e. Provide certified instructors (certified as a facilitator for the program they are delivering);
    f. Provide all participant training materials (text books, test aids, etc.) and exams;
    g. Provide training according to the program curriculum;
    h. Issue OTEC training certification to successful course participants;
    i. Ensure that each instructor/facilitator holds a valid Enhanced Reliability Clearance certificate for the duration of the contract; and
    j. Complete all report and evaluation requirements.
       
    3. 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: 
    
    a) Supplier must be granted permission by OTEC to deliver the Ready to Work program;
    b) The instructor must present a valid facilitator certificate;
    c) The instructor must be a trained facilitator in all of the following:
    i. Ready to Work
    ii. Work Place Essentials
    iii. Service Excellence
    iv. Smart Serve
    v. Food Safety
    vi. WHMIS
    d) Have a minimum of two years’ experience in delivering Ready to Work training to similar* types of employment clientele.
    
    *"Similar type" as it is or may be used to describe "Employment Clientele" shall be understood to mean: "the provision of training to a clientele whose immediate background has provided them with an impediment to employment such as: 
    
    i. Those who have been hospitalized for physical, mental or developmental disabilities; 
    ii. Those who have been imprisoned; or 
    iii. Those who have physical, mental, developmental or other (such as substance abuse) disabilities. 
    
    4. Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a) Canadian Free Trade Agreement (CFTA)
    b) North American Free Trade Agreement (NAFTA) and other bi-lateral Trade Agreements
    
    5. Justification for the Pre-Identified Supplier 
    
    CSC oversees the services, resources and accommodations for women in the federal correctional system. CSC helps women offenders rebuild their lives as law-abiding citizens while providing training to female offenders in order for them to possess better work skills and tools to enter the work market.
    
    The Ready to Work program provides women offenders with the tools and qualifications they need in order to reintegrate into society and to find work. The Ready to Work program includes specific professional training which includes skills and recognized certification which no other program can provide. The certification in this program is necessary to demonstrate that the “ready to work” program was completed successfully on an individual basis and that these women are ready to find work in society and perform the skills that they learned on their training.
    
    OTEC is the only recognized certifying body for this vocational training and there are no equivalent options. “Ready to Work” is a national Tourism HR Canada Program that OTEC, as the Ontario representative, has sole rights to in Ontario. OTEC owns these curricula and the copyrights to “Ready to Work” programming in Ontario. No other supplier is able to provide a recognized certification in this program without the express permission of OTEC. It is not feasible to compete this requirement as OTEC is the only recognized certifying body for this vocational training and there are no recognized equivalent options.             
                                         
    6. Government Contracts Regulations Exception(s) 
    
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6(d) - “only one person is capable of performing the work”. 
    
    7. Exclusions and/or Limited Tendering Reasons 
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    
    a) Canadian Free Trade Agreement (CFTA) - p. 41 non application, Chapter 11, Article H (ii)
    b) North American Free Trade Agreement (NAFTA) and other bi-lateral agreements- Annex 1001.1b-2, Services, Section B - Excluded Coverage Schedule of Canada, Services Exclusions by Major Service Category: G. Health and Social Services  
    
    8. Ownership of Intellectual Property 
    
    Not applicable.
    
    9. Period of the proposed contract or delivery date 
    
    The proposed contract will be for a period of 2 years from date of contract award with two, one year, optional periods.
    
    10. Cost estimate of the proposed contract 
    
    The estimated value of the contract, including option(s), is $155,975.10 (GST/HST extra). 
    
    11. Name and address of the pre-identified supplier 
    
    Ontario Tourism Education Corporation (OTEC)   
    21 Four Seasons Place, Suite 300
    Etobicoke, ON 
    M9B 6J8
    
    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 January 6, 2020 at 2:00pm EST. 
    
    14. Inquiries and statements of capabilities are to be directed to:
    
    Heather Cole 
    Supply Specialist 
    Email: Heather.Cole@pwgsc-tpsgc.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

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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

    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
    Cole, Heather
    Phone
    (613) 858-8648 ( )
    Email
    heather.cole@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

    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
    Ontario (except NCR)
    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: