SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

Development and Design Learning Services for Correctional Service Canada

Solicitation number 21120-17-2418529

Publication date

Closing date and time 2017/01/23 14:00 EST


    Description

    Nature of Requirement

    Development and Design Learning Services for Correctional Service Canada (CSC).

    Solicitation: 21120-17-2418529

    Contracting Authority: Danielle Cameron

    Telephone: (613) 943-5222

    E-mail: Danielle.Cameron@csc-scc.gc.ca

    ELIGIBLE BIDDERS UNDER THIS BID SOLICITATION

    This Bid Solicitation is issued against the Learning Services Supply Arrangement (SA), PWGSC File No. E60ZH-070003. All terms and conditions of the Learning Services SA apply and are incorporated into any resulting contract.

    The requirement described herein is open only to PSPC Learning Services SA Suppliers: Bluedrop Training & Simulation Inc.

    • CAE Inc
    • Calian Ltd
    • Deloitte Inc
    • Instrux Media Corp
    • Lockheed Martin Canada Inc

    The Contractor will be required to complete online and/or in class modules or courses on behalf of CSC clients. The majority of the modules will require a Rapid eLearning Product Programmer and we will work with the clients in advance to determine needs, review source documents and in some cases create storyboards. In other cases we will request the Contractor to provide instructional design for initial design or the conversion of classroom materials to online products.

    Mandatory Technical Criteria – Lowest Evaluated Price

    A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

    Should there be multiple compliant bids from companies with the same lowest evaluated price; the contract will be awarded according to the following methodology:

    • The responsive bid received first by the date and time will be recommended for award of a contract.

    Security Requirements:

    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer/Supply Arrangement, hold a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of PROTECTED B, issued by the Canadian Industrial Security Directorate, Public Works and Government Services Canada.

    2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).

    3. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce or store PROTECTED information until theCISD/PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed up to the level of PROTECTED B.

    4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.

    5. 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)

    Contractor’s Sites or Premises Requiring Safeguarding Measures

    Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date the information related to the Contractor’s and proposed individuals’ sites or premises for the following addresses:

    Street Number / Street Name, Unit / Suite / Apartment Number

    City, Province, Territory / State

    Postal Code / Zip Code

    Country

    The Company Security Officer (CSO) must ensure through the Industrial Security Program (ISP) that the Contractor and individuals hold a valid security clearance at the required level of document safeguarding capability.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Contracting authority
    Cameron, Danielle
    Phone
    613-943-5222
    Address
    340 Laurier Ave West
    Ottawa, ON, K1A 0P9
    CA

    Buying organization(s)

    Organization
    Correctional Service of Canada
    Address
    340 Laurier Ave W
    Ottawa, Ontario, K1P0P9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    English
    94
    000
    French
    8

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    National Capital Region (NCR)
    Procurement method
    Competitive – Selective Tendering

    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: