Language training - Quebec region
Solicitation number E6MON-130001/A
Publication date
Closing date and time 2014/02/21 14:00 EST
Last amendment date
Description
Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: YES (MERX) Electronic Competitive Procurement Strategy: Best Overall Proposal Comprehensive Land Claim Agreement: No Nature of Requirements: NOTICE OF PROPOSED PROCUREMENT AMENDMENT 8 See amendment 8 in the request for standing offer document. ***************************************************************** ******* AMENDMENT 7 See amendment 7 in the request for standing offer document. ***************************************************************** ******* AMENDMENT 6 See amendment 6 in the request for standing offer document. ***************************************************************** ******* AMENDMENT 5 Please take note that the closing date for the present request for standing offers has been changed to February 21, 2014 2:00 PM EST. See amendment 5 in the request for standing offer document. ***************************************************************** ******* AMENDMENT 4 Please take note that the closing date for the present request for standing offers has been changed to February 7, 2014 EST. ***************************************************************** ******* AMENDMENT 3 See amendment 3 in the request for standing offer document. ***************************************************************** ******* AMENDMENT 2 1) On the first page of the Notice of proposed procurement, Delete the title: RMSO: Language training requirement Replace the title by: LANGUAGE TRAINING - QUEBEC REGION 2) At the beginning of the Notice of proposed procurement, Delete: Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Replace by: Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama 3) At the end of the Notice of proposed procurement, Delete: "The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada." ***************************************************************** ******* AMENDMENT 1 Please take note that the closing date for the present request for standing offer has been changed to January 30, 2014 EST. ***************************************************************** ******* DESCRIPTION OF REQUIREMENT Canada intends to issue Regional Master Standing Offers (RMSOs) for its language training requirements in the province of Quebec, excluding the national capital area, as defined in the National Capital Act, R.S.C. 1985, c. N-4, S.2, which can be consulted on the Department of Justice's Web site at http://laws.justice.gc.ca/eng/acts/N-4/. Training will be provided on request through a Call-up made pursuant to the Standing Offer (Part 7B). For the purposes of this Request For Standing Offer, the required Work is divided into fourteen (14) work streams*, as follows: Work Stream 1: Full-time Group Training in French on the Offeror's Premises Work Stream 2: Full-time Group Training in English on the Offeror's Premises Work Stream 3: Part-time Group Training in French on the Offeror's Premises Work Stream 4: Part-time Group Training in French at a Federal Institution Work Stream 5: Part-time Group Training in English on the Offeror's Premises Work Stream 6: Part-time Group Training in English at a Federal Institution Work Stream 7A: Full-time Individual Training in French on the Offeror's Premises Work Stream 7B: Full-time Individual Training in French at a Federal Institution Work Stream 8A: Full-tine Individual Training in English on the Offeror's Premises Work Stream 8B: Full-time Individual Training in English at a Federal Institution Work Stream 9A: Part-time Individual Training in French on the Offeror's Premises Work Stream 9B: Part-time Individual Training in French at a Federal Institution Work Stream 10A: Part-time Individual Training in English on the Offeror's Premises Work Stream10B: Part-time Individual Training in English at a Federal Institution *Please note that all work streams do not automatically apply to each geographic area listed in article 10.0 of the Statements of Work. TERM OF STANDING OFFER The period during which call-ups can be made against the Standing Offers (SOs) is twenty-four (24) months from the date the SOs are issued. Canada reserves the right to extend the term of the SOs for two (2) additional one (1) year periods. MULTIPLE STANDING OFFERS Given the nature and diversity of the services, a number of standing offers may be issued for all of the work streams and geographical areas. However Canada makes no commitment to issue any or all of the standing offers indicated. MAXIMUM NUMBER OF STANDING OFFERS TO BE ISSUED AND ESTIMATED VOLUME**: Geographical area 1: Québec (including its boroughs) - 2 Standing Offers Geographical area 2: Greater Montreal (including communities north and south of Montreal) - 3 Standing Offers Geographical area 3: CFB Bagotville - 1 Standing Offer Geographical area 4: Saguenay (including its boroughs) - 1 Standing Offer Geographical area 5: CFB Valcartier - 1 Standing Offer Geographical area 6: Shawinnigan (including its sectors)- 1 Standing Offer Geographical area 7: Saint-Jean-sur-Richelieu - 1 Standing Offer Offerors must submit one offer for each work stream covering a standing offer. ** See column E of each table in Attachment 2 to Part 3, "Financial evaluation for the Quebec region" LEARNER TRAINING LOCATION Training must be provided at the Offeror's facilities, with or without accommodation*** or in federal institution facilities. ***For the purposes of this SO, the applicable accommodations are those that enable persons with limited mobility to access the premises where the training will take place, the room, the sanitary facilities and other areas made available to all learners. An Offeror that identifies itself in this category must accept all call-ups requiring accommodations. PREDEFINED AREA - WORK STREAMS ON THE OFFEROR'S PREMISES For training that will take place on the Offeror's premises, the the Offeror's facilities must be located within a predefined area in accordance with clause 10 - Training Location of Students, Section I - Requirements of the Annex A1, A2 and A3 - Statement of Work. However, if, at no additional cost to Canada in accordance with the Basis of Payment in Annex B, the Offeror is able to provide language training services outside the specified geographical areas specified while remaining in the province of Quebec, the Offeror must so indicate in its offer at Part 2 of Annex "C". Facilities proposed by the Offeror that are located outside the predefined area will not be evaluated for the selection of the Offeror, in accordance with Parts 3 and 4 of the Request for Standing Offers (RFSO). Canada reserves the right to issue call-ups to the Offeror for facilities located outside the specified geographical areas only if the Offeror was awarded a standing offer in one of the geographical areas specified in article 10.0 of Section 1 - Requirements of Annexes A1, A2 and A3. PREDEFINED AREA - WORK STREAMS AT A FEDERAL INSTITUTION If, at no additional cost to Canada in accordance with the Basis of Payment in Annex B, the Offeror is able to provide language training services outside the specified geographical areas specified while remaining in the province of Quebec, the Offeror must so indicate in its offer at Part 2 of Annex "C. Canada reserves the right to issue call-ups to the Offeror for the specified geographical areas only if the Offeror was awarded a standing offer in one of the geographical areas specified in article 10.0 of Section 1 - Requirements of Annexes A1, A2 and A3. SECURITY REQUIREMENT (APPLIES ONLY TO TRAINING AT A FEDERAL INSTITUTION) There is a security requirement associated with the requirement of the Standing Offer. For additional information, see Part 6 - Security, Financial and Insurance Requirements, and Part 7 - Standing Offer and Resulting Contract Clauses. Offerors should consult the "Security Requirements for PWGSC Bid Solicitations - Instructions for Bidders"(http://www.tpsgc-pwgsc.gc.ca/app-acq/lc-pl/lc-pl-eng.htm l#a31) document on the Departmental Standard Procurement Documents Web site. FINANCIAL OFFER Offerors must propose firm all-inclusive hourly rates per learner (the total amount of tax on the goods and services tax (GST) or the harmonized sales tax (HST) tax must be indicated separately, if applicable), for each work stream in a geographical area(s) for which they are submitting an offer and must include it in their financial offer. Offeror's may propose rates for one, several or all the geographical areas identified in article 10.0 - Learner training location in Section I of Annex A - Statement of Work. The firm all-inclusive hourly rates per learner must at least include: 1) preparation and delivery of deliverables; 2) work of the teacher and the pedagogical adviser; 3) time spent by the teacher and pedagogical adviser on parts 1 and/or 2 and/or 3 of the familiarization sessions and pedagogical sessions; 4) the Offeror's facilities where applicable; 5) any other costs incurred by the Offeror's resources in performing the Work or going to familiarization sessions and pedagogical sessions; 6) teacher preparation time of the courses; 7) printing fees up to 50 pages per month per learner; 8) acquisition of training material (the CSPS's teaching program - PLF2 and CEWP); 9) course loading (creation) of group courses for the work stream - Group Training; 10) coffee breaks for the teacher and the pedagogical adviser; and 11) direct costs, indirect costs, general and administrative expenses as well as profit. For more details, please refer to Attachment 1 to Part 3 of the Request for Standing Offer. BASIS OF SELECTION - LOWEST EVALUATED PRICE PER POINT To be declared responsive, a bid must: (a) comply with all the requirements of the Request for Standing Offers; (b) meet all mandatory evaluation criteria; and (c) for geographical area 2, obtain the required minimum number of points specified in Attachment 1 to Part 4 for the point-rated technical criteria. Offers not meeting requirements (a) or (b) or (c) will be declared non-responsive. Neither the responsive offer that receives the highest number of points nor the one with the lowest evaluated price will necessarily be accepted. For more details, please refer to Part 4 of the Request for Standing Offer. OFFEROR'S CONFERENCE An offerors' conference will be held at PWGSC, Place Bonaventure, 800 de la Gauchetière Street West, South-East portal, 7th floor, Montreal, Quebec, H5A 1L6, FRIDAY DECEMBER 20 2013. The conference will begin at 1:30 PM, in room Nunavut. The scope of the requirement outlined in the Request for Standing Offers (RFSO) will be reviewed during the conference and questions will be answered. It is recommended that offerors who intend to submit an offer attend or send a representative. Offerors are requested to communicate with the Standing Offer Authority before the conference to confirm attendance. Offerors should provide, in writing, to the Standing Offer Authority, the name of the person(s) who will be attending and a list of issues they wish to table at least five (5) working days before the scheduled conference. Any clarifications or changes to the RFSO resulting from the offerors' conference will be included as an amendment to the RFSO. Offerors who do not attend will not be precluded from submitting an offer. The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada. Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Carpentier, Patricia
- Phone
- (514) 496-3505 ( )
- Fax
- (514) 496-3822
- Address
-
Place Bonaventure, portail Sud-Est
800, rue de La Gauchetière Ouest
7 ième étageMontréal, Québec, H5A 1L6
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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.
Access the Getting started page for details on how to bid, and more.