Virtual language training services - Atlantic and Western Regions

Status Awarded

Contract number 5500001155

Solicitation number 1000406454A

Publication date

Contract award date

Amendment value

CAD 757,172.00

    Description

    This contract was awarded to:

    The Alliance Française of Manitoba inc.

    Notice of Proposed Procurement (NPP) for Virtual language training services for Canada Revenue Agency - Atlantic and Western Regions.

    The Canada Revenue Agency (CRA) intends to enter into up to four contracts with a single or multiple contractor(s) for the provision of full-time and part-time virtual language training (English and/or French), on an “as and when requested” basis, to CRA employee the either in groups or individually in order for the employees to:

    - obtain Level A, Level B or Level C in reading, writing and oral proficiency, as required per employee, in their second official language;
    - maintain their second official language; and
    - improve their second official language.

    The Contractor must also provide telephone tutoring and Preparation for Second Language Evaluation (SLE) evaluation level C oral interaction assessment “as and when requested” basis.

    The period of any resulting contract will be for two years, with three irrevocable options to extend the Contract period. Each option is for one year period.

    A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with the Highest Combined Rating of Technical Merit and Price, for each region and language, and meeting all the mandatory requirements of the bid solicitation and meet all mandatory evaluation criteria will be recommended for award of a contract(s).

    In the event that a single Bidder is deemed the highest ranked responsive bid for both regions and both languages, the CRA will award one contract to this single Bidder for both regions and both languages in which they are the highest ranked responsive bidder.

    Proposal documents and supporting information must be submitted in either English or French.

    Conditional Set-Aside Under the Procurement Strategy for Indigenous Business
    • This procurement may be conditionally set aside under the federal government Procurement Strategy for Indigenous Business.
    • In order to be considered for the set-aside, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted.
    • For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Eligibility for Indigenous procurement set aside and Procurement information for Indigenous business owners
    Questions must be directed in writing to the contracting authority via email: Furqana.Mehkari@cra-arc.gc.ca

    Bids must be submitted by using the Connect service provided by the Canada Post Corporation. When responding, the proposal MUST be delivered to:
    Canada Revenue Agency
    Bid Receiving Unit
    BRUg@cra-arc.gc.ca
    Bids will not be accepted if emailed directly to this email address. This email address must be used to request that CRA open a Connect conversation, as detailed in Standard Instructions 2003. Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA.

    The CRA reserves the right to negotiate with suppliers on any procurement.

    All services will be rendered virtually.

    There are security requirements associated with this requirement. For additional information, consult the bid solicitation document.

    The Federal Contractors Program (FCP) for employment equity applies to this procurement.

    Business address

    934 CORYDON AVE, MB,

    WINNIPEG , MB, R3M 0Y5
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    Canada
    Alberta
    British Columbia
    Manitoba
    Saskatchewan

    Contract duration

    The contract will be for a period of 24 month(s), from 2024/01/10 to 2026/01/09.

    Commodity - UNSPSC

    • 86111700 - Language schooling

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    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:

    • None
    Contact information

    Contracting organization

    Organization
    Canada Revenue Agency
    Address

    320 Queen St., 10th floor, Place de Ville, Tower A

    Ottawa, ON, K1A 0L5
    Canada
    Contracting authority
    Furqana Mehkari
    Phone
    (613) 219-6096
    Email
    Furqana.Mehkari@cra-arc.gc.ca
    Address

    320 Queen St., 10th floor, Place de Ville, Tower A

    Ottawa, ON, K1A 0L5
    Canada
    Date modified: