Digital Education Pilot Program

Solicitation number 21451-22-2977991

Publication date

Closing date and time 2018/12/10 14:00 EST

Last amendment date


    Description

    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 Canada has a requirement to for an Integrated Learning Management System (LMS) that delivers and manages instructional content via computer based learning, course administration, tracking, and reporting of user work. The work will involve the following:

                • An opportunity to use multimedia in an educational experience;
                • course progress can be monitored to ensure the completion of course requirements;
                • allows for modification to meet the cultural needs, mental health and/or learning challenges of the user(s)
        • Objectives:

    Introduction of the Digital Education Project using a Learning Management System (LMS) will provide a number of opportunities:

                • Increase digital and computer literacy skills
                • Increase user accountability and engagement
                • Increase educational achievements
                • Greater opportunity to meet the cultural needs of Indigenous users
                • Greater opportunity to meet the needs of users with disabilities and other learning challenges

    1.2 Tasks:

    The Contractor must:

                • ensure that all employees assigned to develop, maintain and/or have any access to the system designed for the CSC are granted the applicable Government of Canada Security Clearance and that such security clearances are maintained for the duration of the contract.
                • ensure that all applicable Federal, Provincial and Municipal Codes and legislation must be followed and the strictest of each shall be adhered to.
                • ensure that all data transfers over public data lines are encrypted at all times as per Treasury Board of Canada requirements. This includes end-user interactions (web or admin tools) and off-site backups
                • ensure that the cloud technology and proxy data centres are located within Canada and received the appropriate ISO 27001 certification
                • provide data centers that are certified under ISO 27001 certification and annually undergo their own SSAE16 SOC 2 audit
                • be approved by the Ontario Ministry of Education to use E-Learning Consortium materials on their platform or be able to provide educational course material that meets the academic requirements/criteria of the Ontario Ministry of Education in the achievement of grades up to Grade 12.
                • ensure that no personal information is collected or shared with external persons or entities.

    1.3 Expected results:

                • No personal information is collected or shared with external persons or entities.
                • All data transfers over public data lines are encrypted at all times as per Treasury Board of Canada requirements. This includes end-user interactions (web or admin tools) and off-site backups.
                • Provide client-branded services.
                • CSC owns and retains all rights and title to any information, data and results, or other material uploaded to or through the service.
                • Provide a back-up system to be conducted daily (incremental) and monthly full back-up.
                • Upon completion of the project and/or cancellation of the contract, the Contractor must ensure all information/data is destroyed from the source and any destination proxy within thirty (30) days and confirmation that all information and data are destroyed is provided to the client.

    1.4 Performance standards:

    The Contractor must meet the following performance standards:

                • Speed/timeliness of service delivery or work completion:
                • Setup and build cloud space eight (8) prior to commencement of the educational program
                • Setup administrator, instructor and student accounts
                • Import selected courses
                • Complete branding to CSC’s standard
                • Provide basic education tools
                • Provide training to identified CSC personnel

    Technical conformity of the work to specifications (i.e. accuracy and completeness):

                • must work with CSC IMS and Shared Services staff and/to allow for connectivity through the CSC Virtual Private Network (VPN) using a proxy.

    System Security must provide staff with:

                • The ability to moderate/release forum and local email
                • Flexibility in the use of usernames and display name.
                • Ability to create multiple sub-forums.
                • Restrict user access to the system only, no access to the internet.
                • Extensive security logging to monitor for intrusion
                • Logging to monitor user and/or instructor activity while logged into the LMS.
                • Ability to export courses to a stand-alone system, if required.

    1.5 Deliverables:

    The Contractor must provide:

                • Learning Management System (delivers, manages instructional content, course administration, tracking and reporting of user work).
                • Has access to the educational course material of the Ontario Ministry of Education or must provide educational course material that meets the academic requirements/criteria of the Ontario Ministry of Education in the achievement of grades up to Grade 12.
                • Program adjustable to meet CSC needs.
                • Cloud services to store the Learning Management System platform (software), Ministry of Education accredited learning materials and data information.
                • The Learning Management System software platform within the cloud service.
                • User access from a minimum of 1 to 500 accounts
                • Provides technical support to ensure functional operation, including contract information.
                • Support installation of all courseware.
                • Install and configure migration tools and provide guidance related to export procedures and best practices for data migration.
                • Conduct regular system and data backups.
                • Restoration/schedule not to exceed 24 hours.
                • Provide the client the ability to restrict logons to users at CSC facilities only; and no user should be able to logon from a non-CSC computer
                • Provide a method to isolate each CSC institution from logging on from another CSC site.

    1.5.1 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 Constraints:

    1.6.1 Location of work:

      • The Contractor must perform the work at Joyceville Institution (Minimum Security), Highway 15, No. 3766, P.O. Box 4510, Kingston, Ontario K7L 4X9.

    b. Travel

    i. Travel to the following locations will be required for performance of the work under this contract to Joyceville Institution (Minimum Security), Highway 15, No. 3766, P.O. Box 4510, Kingston, Ontario K7L 4X9.

    1.6.2 Language of Work:

    The contractor must perform all work in both official languages (English and French) as requested.

    1.6.3 Security Requirements:

    This contract includes the following security requirements:

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

    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 CISD/PWGSC.

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

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

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

    (a) Security Requirements Check List and security guide (if applicable)

    (b) Industrial Security Manual (Latest Edition)

     

     

    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 possess five (5) years of experience in the past ten (10) years of experience conducting learning management systems and must have completed five (5) projects in the past five (5) year performing learning management systems.

    The Contractor must have performed two (2) projects within the last ten (10) years that consisted of a learning management system for Departments of Education and/or other government agencies (Municipal, Provincial, Federal or Territorial)

    Professional designation, accreditation and/or certification:

                • Must ensure that the cloud technology, data centres and proxy datacentres are located within Canada and received the appropriate ISO 27001 certification
                • Must provide data centers that are certified under ISO 27001 certification and annually undergo their own SSAE16 SOC 2 audit

    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

    The CSC is responsible for the provision of programs that contribute to the rehabilitation of offenders and to their successful reintegration into the community (CCRA s. 5(b)). In order to accomplish this mandate, the Service provides a range of programs designed to address the needs of offenders and contribute to their successful reintegration into the community (CCRA s. 76). Moreover, in order to fulfill CSC’s mandate to provide offenders with educational programs to achieve the Ontario Secondary School Diploma, the Ontario Ministry of Education developed programs for the D2L environment. Therefore, contracting services to the D2L Corporation allows CSC to meet the educational requirement of the Ontario Ministry of Education and accomplish the Service’s mandate for the successful reintegration into the community.

    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 is 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 contract.

    10. Period of the proposed contract or the delivery date(s)

    The proposed contract is for a period of one (1) year, from January 1, 2019 to December 31, 2019 with an option to extend the contract for two (2) additional one (1) year periods.

    11. Cost estimate of the proposed contract

    The estimated value of the contract, including option(s), is $44,000.00 (GST/HST extra).

    12. Name and address of the pre-identified supplier

    Name: D2L Corporation

    Address: 151 Charles Street West, Suite 400, Kitchener, Ontario N2G 1H6

    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 Monday, December 10, 2018 at 2:00 PM EST.

    15. Inquiries and submission of statement of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Shane Collins, Regional Contract Administrator

    445 Union Street West, P.O. Box 1174

    Kingston, Ontario, K7L 4Y8

    Telephone: 613-536-4570

    Facsimile: 613-536-4571

    E-mail: shane.collins@csc-scc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    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
    Collins, Shane
    Phone
    613-536-6127
    Email
    shane.collins@csc-scc.gc.ca
    Fax
    613-536-4571
    Address
    445 Union Street West
    PO Box 1174
    Kingston, ON, K7L 4Y8
    CA

    Buying organization(s)

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

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Selective Tendering
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: