Back to tenders & grants page
CORE Construction Course (21C80-20-3289222) Government CORE Construction Course (21C80-20-3289222)
Receive Tenders like this by email

CORE Construction Course (21C80-20-3289222)

CORE Construction Course (21C80-20-3289222) has been closed on 01 Apr 2021. It no longer accepts any bids. For further information, you can contact the

Bellow, you can find more information about this project: 

Location: Colombia, Virgin Islands, British

General information

Donor:

Not available

Industry:

Government

Status:

Closed

Timeline

Published:

17 Mar 2021

Deadline:

01 Apr 2021

Value:

Not available

Contacts

Name:

Pasqua, Joey

Phone:

613-323-0915

Description

https://buyandsell.gc.ca/procurement-data/tender-notice/PW-21-00950172

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 the requirement:

The Correctional Service of Canada (CSC) has a requirement to provide vocational training to offenders to aid in their safe reintegration into the community. The work will involve the following:

1.1 Background:

CSC is committed to providing vocational training that is consistent with community standards and labour market conditions to offenders incarcerated in CSC institutions to prepare them for employment upon release to the community. Training must meet community standards and have 3rd party certification to increase employment opportunities. 

1.2 Objectives:

The Contractor must provide a series of 6 week CORE Construction Certificate courses approved by a Provincially Recognized Trade School or College that will apply to various industries. Learning objectives from both courses must be applicable throughout residential & commercial construction sectors. 

The Contractor must also provide additional certification in WHMIS, Confined Space, Fall Protection, Forklift, Occupational First Aid Level 1. 

Upon successful completion of this training, offenders should have six valid 3rd party certificates that will allow them to work as a Construction Labourer.

1.3 Tasks:

The Contractor must provide a series of CORE Construction Certificate courses that meet the standards set by the Provincially Recognized Trade School or College to groups of offenders (no less than eight (8) participants per group and no more than twelve (12) participants per group) at CSC institutions in British Columbia.

The Program must include the following content:

  • Residential Construction Career Exploration;
  • Career Access Skills;
  • Residential Construction Equipment Certification;
  • Drawing, Specification and Layout;
  • Basic Residential Framing; and
  • Basic Concrete, Plumbing and Electrical Theory.

The Contractor must also provide the following certification training:

  • Fall protection
  • Forklift operation
  • Occupational First Aid Level 1
  • WHMIS
  • Confined Space

1.4 Deliverables:

The Contractor must provide all training instructors, tools, materials and equipment required for the delivery of to the CORE Construction Certification Course, and the additional certification courses.

The Contractor must administer exams and/or competency-based assessments directly related to the skills and defined competencies approved by the Provincially Recognized Trade School or College and other certifying bodies for the CORE Construction Certificate course and the 5 additional tickets offered during the program. Occupational First Aid Level 1, Forklift Operation, Fall Protection, Confined Space and WHMIS.

The Contractor must register the successful students with the appropriate authority and must ensure all certificates for each course are sent to the designated Program Manager at the site where the program is delivered within 21 days of course completion.

The Contractor must complete daily attendance records including assessment of the following criteria: punctuality, attendance, interpersonal relationships, attitude, motivation, behaviour, effort, productivity and responsibility. The Contractor must also report any concerns immediately to the designated Programs Manager at the site where the training is delivered. 

At the end of each training program, the Contractor must submit the results of the final assessments for each participant in writing to the designated Program Manager at the site where the training is delivered. The Project Authority or designate will provide a template to the Contractor. When submitting an invoice, the Contractor must provide a copy of the final assessments to the Project Authority as evidence of work completion.

The Contractor must ensure that proper safety and security are maintained within the teaching environment. The Contractor's representative(s) providing instruction must maintain a strictly monitored tools/equipment inventory at the site of delivery.

1.5 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).

1.6 COVID-19 Mitigation plans

Due to the COVID-19 pandemic situation, the number of participants in a vocational training session may vary depending on the availability of training space that will allow for compliance with COVID-19 mitigation requirements. CSC will always determine the number of participants by taking into consideration the opportunity for physical distancing.

Due to the COVID-19 pandemic situation the number of participants may vary from a minimum of five (5) to a maximum of twelve (12) participants depending on the classroom size required in order to keep the physical distance. 

  • The Contractor must disinfect all equipment before and after each use as per COVID-19:Cleaning and disinfection Guidance and COVID-19: Institutional Cleaning and step-by-step Guide documents;
  • CSC will provide all cleaning and disinfecting materials;
  • The Contractor and the Contractor’s personnel must respect the 2 meter social distancing in class and in training facilities. All CSC staff, the Contractor and the offenders are responsible for social distancing.
  • The Contractor and the Contractor’s personnel must wear masks if social distancing is not possible.
  • Hand washing or hand sanitizing must be done frequently. 
  • The Contractor must provide all COVID-19 personal protective equipment for its personnel including, but not limited to: gloves, face shields, and any higher level PPE masks, vests, safety glasses, work boots.

Due to the impacts from the COVID-19 pandemic, temporary measures are being taken on-site at CSC institutions (Please refer to Annex X- Fact Sheet for Contractors- Fact Sheet: Resuming program and service delivery in CSC institutions ). The Contractor must comply with these measures, including any other measures CSC may implement in response to the COVID-19 pandemic during the course of the Standing Offer.
The number of participants per course could return to a minimum of eight (8) up to a maximum number of twelve (12) participants per course once the COVID-19 pandemic mitigation strategy is adjusted. 

1.6.1 Location of work:

a. The Contractor must perform the work at:

Matsqui Institution

Fraser Valley Institution for Women

Pacific Institution

Mission Minimum Institution

Mission Medium Institution

Kwìkwèxwelhp Institution

Community location within the Fraser Valley

b. No travel is anticipated for performance of the work under this Standing Offer.

1.6.2 Language of Work:

The Contractor must perform all work in English.

1.7 Training Delivery Schedule:

The Contractor must deliver the full 6 week CORE Construction Certificate during normal institutional hours. The Program Manager will advise on the set hours at the training site. Hours will normally be between 8:00 am and 3:30 pm. Alternate hours may be set as mutually agreed upon between the Contractor and the Project Authority. The Contractor must take note that lunch break might be different at each of the sites; however, it will usually be set between the hours of 11:00 am – 1:00 pm. The Contractor must provide six hours of instruction per day at each of the sites.

The Contractor must submit detailed equipment/supply lists required for the delivery of the program and duly completed personnel security clearance forms to the Project Authority for pre-approval no later than 30 days prior to a program start date.

Institutional operational environments vary in terms of maximum classroom time per session with substantial break times often required to maintain institutional security protocols. The Contractor must anticipate the need for flexible scheduling and adapt program delivery according to each institution’s operational requirements.

1.8 Cancellation:

In the event that CSC must cancel or reschedule a scheduled course, the Project Authority, their delegated authority or the institution, will give the Contractor a minimum of 24 hours’ notice. A phone message followed by an email will be deemed as notification. In the event a training session is cancelled and the Project Authority did not provide 24 hours' notice, the Contractor will be entitled to bill CSC the full value of one day of the course cost. The Contractor will reschedule the cancelled course session(s) at the earliest convenience. 

As a visitor to a CSC correctional institution, the Contractor will be subject to local security requirements that can vary from moment to moment depending on inmate activities. The Contractor may be faced with delay or refusal of entry to certain areas at certain times although prior arrangements for access may have been made.

It is the Contractor's responsibility to call the institution prior to leaving the day of the training to ensure that a lockdown has not been issued in the previous 24 hours.

1.9 Security Requirements:

This contract includes the following security requirements:

  1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

2. The Contractor/Offeror personnel requiring access to sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.

3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.

4. The Contractor/Offeror must comply with the provisions of the:

a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

b) Industrial Security Manual (Latest Edition).

2. 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:

Experience: The supplier's resource must have a minimum of one (1) year of experience acquired within last five (5) years prior to the closing date of this ACAN working with offenders, persons with disabilities, person with special needs, persons with mental health needs, Indigenous, ethnic groups, at risk populations, public safety, or legal/justice groups.

Projects: The supplier's resource must have delivered a minimum of five (5) courses in Core Construction within last five (5) years prior to the closing date of this ACAN.

Professional designation, accreditation and/or certification:

The supplier (Organization) must be registered/recognized by provincial or federal regulatory body such as WorkSafeBC, Industry Training Authority, trade school, college, university.

3. Applicability of the trade agreement(s) to the procurement

This procurement is not subject to any trade agreement.

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

There is a restricted number of qualified service providers in the Pacific region who are willing and available to provide a series of 6 week CORE Construction Certificate courses to offenders under federal jurisdiction to meet the reintegration needs of CSC offenders.

The Supplier is the only Canadian organization that can perform the scope of work, given its history, experience and familiarity with the level of information required to complete the tasks identified in the scope of work. This Supplier is uniquely positioned to provide these services given its specific mandate to provide this vocational program to offenders.

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:

This procurement is not subject to any trade agreement.

9. Ownership of Intellectual Property

There are no intellectual property terms in the Standing offer.

10. Period of the proposed standing offer or delivery date

The proposed standing offer is from standing offer award to March 31 2022 with an option to extend the standing offer for two (2) additional one (1) year periods.

11. Cost estimate of the proposed Standing Offer

The estimated value of the standing offer, including option(s), is $665,700.00 (GST/HST extra).

12. Name and address of the pre-identified supplier

Name: School District No.42 (Maple Ridge-Pitt Meadows) o/a Ridge Meadows College

Address: 20575 Thorne Avenue, Maple Ridge, BC, V2X 9A6

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 April 1, 2021 at 2:00 PM EDT.

15. Inquiries and submission of statement of capabilities

Inquiries and statement of capabilities are to be directed to:

Joey Pasqua

340 Laurier Avenue West

Ottawa, Ontario

K1P 5K3

Telephone: 613-323-0915

E-mail: [email protected]

.

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more