Development of Research Security Online Courses for Researchers and Academia
Solicitation number ISED197489
Publication date
Closing date and time 2020/12/23 12:00 EST
Last amendment date
Description
Summary
As a result of its excellence, Canadian science, research, and intellectual property (IP) is an attractive target for those seeking to take advantage of it for their own gain, through licit or illicit means. These individuals, organizations, and countries may try to unfairly take advantage of the efforts and investments in Canadian research by stealing or misappropriating ideas and results for their own clandestine or undisclosed purposes. ISED, in partnership with other federal departments, is seeking to support literacy, capacity, and dialogue in the extramural research community, by raising awareness of the potential research security risks and best practices on how to manage these risks.
This project will require the development of two (2) research security online courses based on awareness materials and guidance/best-practices developed by Government of Canada subject-matter experts, before the end of the federal fiscal year (March 31, 2021). The courses will be short in length taking between 15-45 minutes to complete.
This bid solicitation is being issued for the requirement of E-Learning for the services of one (1) Junior Programmer and one (1) Senior Programmer for Innovation, Science and Economic Development Canada under the E-Learning Supply Arrangement (SA) method of supply which specifically covers requirements for below the Canada Korea Free Trade Agreement (CKFTA) threshold (including taxes, travel and living, amendments, etc.). The work to be performed is detailed under Annex "A" Statement of Work.
Basis of Selection
SACC Manual Clause A0027T , Basis of Selection – Highest Combined Rating of Technical Merit and Price
1. To be declared responsive, a bid must:
-
comply with all the requirements of the bid solicitation; and
- meet all mandatory criteria; and
- obtain the required minimum of 40 points overall for the technical evaluation criteria which are subject to point rating.
Bids not meeting (a), (b) or (c) will be declared non-responsive.
2. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70% for the technical merit and 30% for the price.
3. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70%.
4. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%.
5. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.
6. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
Security Requirements
There is no Security Requirement for this project.
Contract duration
Refer to the description above for full details.
Trade agreements
-
No trade agreements are applicable to this solicitation process
-
Set-Aside Program for Aboriginal Business (SPAB)
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Ontario-Quebec Trade and Cooperation Agreement
-
Quebec-New York Corridor Agreement
-
Quebec-New Brunswick Procurement Agreement
-
General Agreement on Tariffs and Trade (GATT)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
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)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
Comprehensive Land Claim Agreement (CLCA)
-
Land Claim Set Asides (LCSA)
Contact information
Contracting organization
- Organization
-
Industry Canada
- Contracting authority
- Gauthier, Suzanne
- Phone
- 343-572-8946
- Email
- Suzanne.gauthier@canada.ca
- Address
-
235 Queen streetOttawa, ON, K1A 0H5CA
Buying organization(s)
- Organization
-
Industry 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.