Canada - Employment and Employability Skills Program (21C20-20-3229344)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
04 September 2019
Opportunity publication date
20 August 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Employment and Employability Skills Program
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 requirement:
The Correctional Service of Canada has a requirement to provide an employment and employability skills program. The work will involve the following:
1.1 Objectives:
CORCAN intends to establish a contract to provide employment and employability skills and on-the-job training for offenders under supervision in the Halifax and surrounding area.
1.2 Tasks:
The Contractor must teach employability skills and provide an environment to practice the skills through on-the-job training. CSC/CORCAN will refer the offender. The Contractor must provide the following tasks but not limited to:

Provide employability skills training and on-the-job training;
Teach employability skills, “soft skills”, to the offender (communication, time management, etc.);
Teach job search skills (resume writing, interview preparation, etc.);
Provide on-the-job training (employment);
Provide training including duties and hours of work;
Teach proper work ethic (i.e. attendance, punctuality, attitude, etc.);
Provide worksite orientation;
Provide worksite rules and regulations;
Provide worksite supervision;
Provide personal protective equipment (if applicable).

1.3 Expected results:
To provide employability skills training and on-the-job training to offenders with special needs and assist these offenders in developing transferrable skills to find and maintain employment upon their release in the community.
1.4 Deliverables:
1.4.1 The Contractor must provide a Final Report containing the following:

Name of offender;
Description of employability skills program;
Description of on-the-job training including tasks and hours of work;
Performance evaluation: attendance, attitude, ability to follow direction and perform the work, etc; and
Outcome and recommendations for future employment.

1.4.2 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).
1.5 Constraints:
1.5.1 Location of work:
a. The Contractor must perform the work in Halifax, Nova Scotia.
b. Travel
i. No travel is anticipated for performance of the work under this contract.
1.5.2 Language of Work:
The contractor must perform all work in English.
1.5.3 Security Requirements:
There are no security requirements associated to this contract.
2. Criteria for assessing 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:
Experience:

The Contractor must have a minimum of three (3) years experience working with and providing training and/or work experience to a marginalized population*. The experience must have been acquired within the last five (5) years preceding the closing date of this ACAN.
The Contractor must have a minimum of three (3) years experience, within the last five (5) years preceding the closing date of this ACAN, in providing an employability skills training program for marginalized populations that is based on a continuous intake model.

*Marginalized populations are defined as populations excluded from any given society’s mainstream social, economic and cultural life.
3. Applicability of the trade agreement (s) to the procurement
This procurement is subject to the following trade agreement (s):
Canadian Free Trade Agreement (CFTA);
North American Free Trade Agreement (NAFTA).
4. Set-aside under the Procurement Strategy for Aboriginal Business
This procurement is not subject to any set-asides for Aboriginal 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 work on the contract includes providing services to offenders with mental health and/or substance abuse issues on conditional release or statutory release and those subject to Long-Term Supervision Orders. The pre-identified supplier has developed an employability skills training program that is based on a continuous intake model and allows continuous admission of offenders, and that provides services specific to offenders that have barriers to employment.
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:
North American Free Trade Agreement (NAFTA) - Article 1016: Limited Tendering Procedures, section 2.
(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:
ii the requirement is for a work of art; ii) the protection of patents, copyrights, or other exclusive rights;
ii) 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 the delivery date(s)
The proposed contract is for a period of one (1) year, from date of the contract to one (1) year later with an option to extend the contract for three (3) additional one (1) year period .
11.Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $ 96,224.70 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: LakeCity Works
Address: 386 Windmill Rd
Dartmouth, NS
B3A 1J5
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 Wednesday, September 4th, 2019 at 2:00 PM EDT.
15. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Danielle Cameron
Senior Procurement Officer
340 Laurier Ave, West
Ottawa, ON K1A 0P9
Telephone: 613-943-6144
E-mail: Danielle.Cameron@csc-scc.gc.ca

Opportunity closing date
04 September 2019
Value of contract
to be confirmed

About the buyer

Address
Correctional Service of Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?