An advanced contract award notice (ACAN) is a public notice indicating to the supplier community that a department or agency intends to award a Standing Offer 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:
Policy on Reciprocal Procurement: the Policy on Reciprocal Procurement does not apply to this procurement.
The Correctional Service Canada (CSC) CORCAN has a requirement to provide vocational training for federal Indigenous offenders that will meet community standards and labour market conditions. The work will require the following:
1.1 Objectives:
To provide training in 3D printing/Computer Numerical Control (CNC), laser, vinyl decal application with a heat press, women’s sewing (ribbon skirt, dress, bag, apron and traditional baby carrier) and men’s sewing (traditional jacket, ribbon shirt and drum bag) to groups of Indigenous offenders in federal institutions in the Quebec region to make Indigenous objects according to ancestral customs. This training must lead to certification issued by the training center to participants who successfully complete the programs.
1.2 Tasks:
1.2.1The Offeror must:
1. Provide high-level technology training in 3D/CNC printing, laser, vinyl decal application with a heat press, women’s sewing (ribbon skirt, dress, bag, apron and baby carrier) and men’s sewing (traditional jacket, ribbon shirt, and drum bag) aiming to make objects according to ancestral customs while respecting their indigenous traditions. The program must include in-class theoretical training and practical exercises. These practical exercises must include concepts enabling the acquisition of skills for using the different technologies taught.
2. Provide qualified trainers with the skills and expertise to Indigenous communities.
3. Provide instructors capable of leading a class of a minimum 10 students facing multiple barriers, including, without limitation, offenders, persons with disabilities, chemical dependent, person with special needs or mental health needs, Aboriginal people, ethnic minorities, at risk populations and persons in conflict with the law.
4. Provide all necessary materials for each in person training session on site at the institutions listed in the work location. The artistic materials include but are not limited to: equipment (various machines related to the training), teaching materials such as training manuals, written and practical exercises, and craft materials (including but not limited to leather, beads, fabrics and other materials related to the training).
5. Conduct participant evaluations upon completion of each course.
6. Provide a complete list of tools and equipment to the person responsible for coordinating CORCAN training sessions two weeks prior to the program start date.
7. Submit a list of successful and unsuccessful participants to the person responsible for coordinating CORCAN training within 14 days of course completion.
8. Submit to the person responsible for coordinating CORCAN training, within 30 days of course completion, recognized certificates for successful candidates.
1.2.2 The Offeror’s resources must:
1. Participate in an orientation at the designated training location prior to delivery of training.
2. Determine course dates in consultation with the person responsible for coordinating CORCAN training.
3. Arrive, at least, 30 to 45 minutes prior to the start time of the course to allow time for processing by the principal entrance security, resolve any logistical issue, set up and be ready for arrival of participants.
4. In collaboration with the CORCAN training coordinator, ensure area of work is searched at the end of each day and any tool control, attendance management and security procedures as identified in the site orientation prior to course delivery.
5. Disinfect the equipment before and after each use.
6. Take attendance and obtain the names of participants at each training session.
7. Conduct the necessary testing for the completion of each course.
1.3 Expected results:
1. Provide Indigenous offenders to high-level technology training through cultural teaching that respects their traditions.
2. Increase vocational skills training to Indigenous offenders;
3. Promote and encourage the participation of Indigenous offenders in learning programs;
4. Promote and when required, administer Indigenous offenders’ access to appropriate employment and employability services in the community;
5. Enhance Indigenous offenders’ ability to seek and maintain employment while under supervision in the community;
6. Promote innovative and culturally relevant training sessions for Indigenous offenders taking into account labour market trends.
1.4 Deliverables:
1.4.1 The offeror must provide the following training:
1. Vinyl heat press – 30.5 hours
2. 3D printing/CNC and laser – 30.5 hours
3. Women’s sewing (ribbon skirt, dress, and bag) – 30.5 hours
4. Women’s sewing (apron and traditional baby carrier) – 30.5 hours
5. Men’s sewing (traditional jacket) – 30.5 hours
6. Men’s sewing (ribbon shirt and drum bag) – 30.5 hours
The offeror must provide the following for each training:
a) Sufficient resources (trainers) to deliver the training at each institution;
b) Training materials and equipment. All types of media used to deliver the training must be approved in advance and identified by the person responsible for coordinating CORCAN training and these must be recorded in a control register verified by the trainer, the training coordinator, and also the establishment’s security personel;
c) Written and practical exercises, as well as assessments necessary for the completion of training applicable to any other necessary equipment;
d) Deliver all materials and equipment to the institution prior to start of course (materials/equipment will be stored on site during the course);
e) Submit a list of successful participants to the person responsible for coordinating CORCAN training;
f) Send a hard copy of the certificates for successful participants by mail to CORCAN Employment and Employability Program, 250 Montée Saint-François, Laval, Quebec H7C 1S5 within 30 days of course completion;
g) Submit the dates of training, the location and number of participants to the person responsible for coordinating CORCAN training within 10 days of completion of each course.
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 Offeror 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 Offeror must recycle unneeded printed documents (in accordance with Security Requirements).
1.5 Constraints:
1.5.1 Location of work:
a. The Offeror must perform the work at
Joliette Institution (for woman)
400 Marsolais Street
Joliette, QC J6E 8V4
Archambault Institution (minimum)
244 Gibson Boulevard
Sainte-Anne-des-Plaines, QC J5N 1V8
Archambault Institution (medium)
242 Gibson Boulevard
Sainte-Anne-des-Plaines, QC J5N 1V8
Federal Training Center (multi level unit)
6099 Lévesque Boulevard East
Laval, QC H7C1P1
La Macaza Institution (medium)
321 chemin de l’Aéroport
La Macaza , QC J0T 1R0
Port-Cartier Institution (maximum)
1, chemin de l’Aéroport
Port-Cartier, QC G5B 2W2
b. Travel
i. Travel to the following locations will be required for performance of the work under this contract:
Joliette Institution (for woman)
400 Marsolais Street
Joliette, QC J6E 8V4
Archambault Institution (minimum)
244 Gibson Boulevard
Sainte-Anne-des-Plaines, QC J5N 1V8
Archambault Institution (medium)
242 Gibson Boulevard
Sainte-Anne-des-Plaines, QC J5N 1V8
Federal Training Center (multi level units)
6099 Lévesque Boulevard East
Laval, QC H7C1P1
La Macaza Institution (medium)
321 chemin de l’Aéroport
La Macaza , QC J0T 1R0
Port-Cartier Institution (maximum)
1, chemin de l’Aéroport
Port-Cartier, QC G5B 2W2
1.5.2 Language of Work:
The offeror must perform all work in both languages French and English.
1.5.3 Institutional Access Requirements
Offeror personnel will be escorted at all times by Correctional Service Canada personnel or those authorized by CSC on its behalf. Offeror personnel must adhere to institutional requirements for the conduct of searches by Correctional Service Canada prior to admittance to the institution/site. Correctional Service Canada reserves the right to deny access to any institution/site or part thereof by any Offeror personnel, at any time.
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:
Have five (5) years experience acquired within the ten (10) years prior to the closing date of this ACAN in providing digital and technological learning services in a holistic approach ( a holistic approach is defined by consideration of the physical, intellectual, emotional and spiritual dimensions, as well as the connection with family, community, culture and the land) designated to Indigenous female and male clientele while respecting Indigenous culture.
Demonstrate by providing at least two examples that it has developed, implemented and offered a specialized training program to Indigenous female clients.
Demonstrate by providing three references that it has established partnerships and is able to build bridges to Indigenous communities, so that learners have the skills to be recognized by employers in their community.
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 Indigenous Business
This procurement is set-aside for an Indigenous Supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities.
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 First Peoples Innovation Centre is the only supplier able to offer training that respects and enhances Indigenous traditions allowing CSC’s Indigenous inmate population to benefit from this learning and apply it to their reintegration into their communities.
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
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 for a period of one year, from date October 1, 2025 to September 30, 2026 with an option to extend the contract for two additional one year period.
11. Cost estimate of the proposed Standing Offer
The estimated value of the Standing Offer including option(s) is 1,105,792.92 $ (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Centre d’innovation des Premiers Peuples
Address: 85B Promenade du Portage, Gatineau, Quebec, J8X 2K2
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 September 17, 2025 at 2:00 PM (EDT).
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Linda Mandeville, Senior Procurement Officer
340 Laurier Ave. W., Ottawa, ON, K1A 0P9
Telephone: 438-357-6503
E-mail: linda.mandeville@csc-scc.gc.ca