Language Training

Solicitation number E6MON-120002/B

Publication date

Closing date and time 2013/11/27 14:00 EST

Last amendment date


    Description
    Trade Agreement: Agreement on Internal Trade (AIT)
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (Other)
    Competitive Procurement Strategy: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    AMENDMENT NO. 1
    
    1) Add telephone number:
    
    Almeida, Emidio
    N° de téléphone - (514) 496-5562 (    )
    Nº fax - (514) 496-3822
    
    2) Change the consignee on page 1 of the solicitation document. 
    -----------------------------------------------------------------
    ---------
    Language Training
    
    E6MON-120002/B
    Almeida, Emidio
    N° de téléphone - (514) 496-0000 (    )
    Nº fax - (514) 496-3822
    
    
    We would like to thank you for responding to our solicitation
    number E6MON-120002/A:
    https://buyandsell.gc.ca/procurement-data/tender-notice/PW-MTB-62
    5-12219
    
    Please find attached for your information a table summarising
    all the comments received from the industry as well as the
    feedback provided by Public Works and Government Services Canada
    (PWGSC) and the Canadian School of Public Service (CSPS) to each
    comment: 
     
    We are currently in the process of developing the regional
    Requests for Standing Offers (RFSO's) that will be posted in the
    near future nationally, excluding the national capital region,
    on www.buyandsell.gc.ca  in order to have new Regional Master
    Standing Offers (RMSO's) in place in 2014. 
    
    In the interim, we encourage you to review the instructions on
    how to follow tender opportunities at the following link:
    https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun
    ities
    
    Thank you again for your continued interest in this initiative
    and we hope you will continue to bid on opportunities offered by
    PWGSC.
    
    
    
    *****************************************************************
    *********
    REQUEST FOR INFORMATION (RFI) REGARDING REGIONAL MASTER STANDING
    OFFERS (RMSO's)
    FOR LANGUAGE TRAINING SERVICES
    REQUIRED BY THE 
    GOVERNMENT OF CANADA
    
    
    1. RFI OBJECTIVE
    
    Public Works and Government Services Canada (PWGSC) is
    requesting the Industry feedback on the proposed attached
    Statements of Work for language training services that will be
    applicable across all regions of Canada, with the exception of
    the National Capital Region (NCR).
    
    The purpose of this RFI is to provide the Industry with an early
    opportunity to assess and comment on the proposed requirements
    while reducing potential questions when the regional language
    training services request for standing offers (RFSO's) are
    posted. 
    
    Suppliers that have the capability to provide language training
    services in these regions are invited to take part in this RFI.
    
    This RFI covers the following regions: 
    
    1) Pacific (British Columbia and Yukon)
    2) Western (Alberta, Saskatchewan, Manitoba, Northwest
    Territories, and Nunavut)
    3) Ontario (Ontario, excluding the National Capital Region)
    4) Quebec (Quebec, excluding the National Capital Region)
    5) Atlantic (New Brunswick, Nova Scotia, Newfoundland and
    Labrador, and Prince Edward Island)
    
    2. BACKGROUND
    
    During the summer of 2012, PWGSC posted RFI EN578-093429/B on
    the Government Electronic Tendering Service (GETS), currently
    provided through MERX, to obtain Industry feedback on language
    training requirements arising in the NCR. This new RFI is a
    supplement to RFI EN578-093429/B and aims to solicit supplier
    feedback on language training requirements arising in all other
    regions of Canada. The Statements of Work have been revised for
    this RFI to reflect specific regional requirements. 
    
    Respondents that have responded to RFI EN578-093429/B do not
    need to re-submit their responses to this RFI unless they have
    additional comments or information to provide. All comments
    received under RFI EN578-093429/B for all regions, both in the
    NCR and outside the NCR, have already been noted. 
    
    This RFI applies only to language training services that are
    most commonly required by government departments and for which
    RFSO's will be issued by PWGSC in early 2013. Another RFI will
    be issued in 2013 to obtain Industry comments to meet all other
    needs under a national Request for Supply Arrangements (RFSA).
    
    The implementation of these tools is part of a larger and longer
    term National procurement Strategy that may have an impact on
    the way the Government of Canada procures language training
    services in the future. To this end, PWGSC plans on posting
    another RFI in 2013 to outline the new draft National
    procurement Strategy it is proposing for the procurement of
    language training services in Canada's official languages. This
    Strategy has been developed to provide an innovative, consistent
    and coherent national approach to the procurement of language
    training services.
    
    
    Here is a summary of the various RFI's:
    
    Date	RFI number	Description	Region Covered
    July 17 to September 10 2012	EN578-093429/B	RFI regarding RMSO's
    for language training services in both English and French 	NCR
    only
    November 2 2012 to December 14 2012	E6MON-120002	RFI regarding
    RMSO's for language training services in both English and French
     	All regions, excluding the NCR
    2013	To be determined	RFI regarding Supply arrangements for
    language training services in both English and French  	All
    regions, including the NCR
    2013	To be determined	New draft national procurement strategy
    for language training services 	All regions, including the NCR
    
    
    As stated above, a RFSO will be posted in early 2013 for each
    region. These RFSO's will take into account any comments
    received on the Statements of Work that are part of this RFI.
    The basis of selection in the RFSO will be based on the lowest
    evaluated price per point. The ranking methodology for the
    RMSO's will be based either on the right of first refusal or on
    a proportional basis. Potential suppliers are invited to provide
    comments on the proposed basis of selection and ranking
    methodology as part of their response to this RFI. 
    
    3. NATURE OF RFI
    
    This RFI is a consultation document intended to solicit feedback
    from the industry with respect to the matters described in this
    RFI. This is not a bid solicitation.
    
    This RFI will not result in the award of any contract,
    therefore, potential suppliers of any goods or services
    described in this RFI should not earmark stock or facilities,
    nor allocate resources, as a result of any information contained
    in this RFI. Nor will this RFI result in the creation of any
    source list, therefore, whether or not any potential supplier
    responds to this RFI will not preclude that supplier from
    participating in any future procurement. Also, the procurement
    of any of the goods and services described in this RFI will not
    necessarily follow this RFI. This RFI is not considered as an
    authorization by PWGSC to undertake any work that would result
    in costs to PWGSC.
    
    4. NATURE AND FORMAT OF RESPONSES REQUESTED
    
    Respondents are requested to provide their comments, raise any
    concerns and, where applicable, make recommendations on how the
    requirements or objectives described in this RFI could be
    satisfied. Respondents should explain any assumptions they make
    in their responses.
    
    
    5. RESPONSE COSTS
    
    Canada will not reimburse any respondent for expenses incurred
    in responding to this RFI.
    
    6. TREATMENT OF RESPONSES
    
    a) Use of Responses: Responses will not be formally evaluated.
    However, the responses received may be used by the Canada to
    modify procurement strategies or any draft documents related to
    this RFI. Canada will review all responses received by the RFI
    closing date. Canada may, at its discretion, review responses
    received after the RFI closing date.
    
    b) Review Team: A review team composed of representatives from
    various Sectors within the PWGSC will review the responses.
    Canada reserves the right to hire any independent consultant, or
    use any Government resources, which it deems necessary to review
    any response. Not all members of the review team will
    necessarily review all responses.
    
    c) Confidentiality: Respondents should mark any portions of
    their response that they consider proprietary or confidential.
    Canada will treat those portions of the responses as
    confidential to the extent permitted by the Access to
    Information Act.
    
    d) Activity: Canada may, in its discretion, contact any
    respondents to follow up with additional questions or for
    clarification of any aspect of a response.
    
    7. OFFICIAL LANGUAGES
    
    Responses to this RFI may be in one of the official languages of
    Canada, French or English.
    
    8. RFI CONTENT 
    
    This RFI contains drafts Statements of Work for language
    training regional requirements. These documents remain a work in
    progress and respondents should not assume that requirements
    will be added or will not be added to any bid solicitations that
    are ultimately published by Canada. Nor should respondents
    assume that none of the clauses or requirements will be deleted
    or revised. 
    
    9. SUBMISSION OF RESPONSES
    
    Responses must be sent to the individual named in Article 10 of
    this RFI by mail or by e-mail and must include:
    
    1. the title and number of the RFI;
    2. the name, title and address of the respondent;
    3. the name, address and telephone number of the respondent's
    contact;
    4. the date; and
    5. the closing date of the RFI.
    
    9.1. 
    
    a) Time for submission of responses
    
    Suppliers interested in providing a response should deliver it
    to the individual named in Article 10 identified below as
    indicated by the time and date indicated on page 1 of this
    document. 
    
    b) Responsibility for Timely Delivery: Each respondent is solely
    responsible for ensuring its response is delivered on time to
    the correct location. 
    
    c) Identification of Response: Each respondent should ensure
    that its name and return address, the solicitation number and
    the closing date appear legibly on the outside of the response. 
    
    9.2 Number of copies
    
    Canada requests that respondents submit the following:
    
    -	Responses submitted via e-mail: 	One (1) copy
    -	Responses submitted via mail: 	Three (3) paper copies
    
    10. ENQUIRIES
    
    Because this is not a bid solicitation, Canada will not
    necessarily respond to enquiries in writing or by circulating
    answers to all potential suppliers. However, respondents with
    questions regarding this RFI may direct their enquiries by mail
    or by e-mail to:
    
    Emidio Almeida
    Supply Team Leader 
    Supply and Compensation Directorate 
    Quebec Region 
    Public Works and Government Services Canada 
    800 rue de la Gauchetière Ouest, local 7300, Montréal, QC H5A
    1L6 
    Emidio.Almeida@pwgsc-tpsgc.gc.ca 
    Téléphone | Telephone: (514) 496-5562
    Télécopieur | Facsimile: (514) 496-3822 
    
    Any general question on doing business with PWGSC should be
    directed to the Office of Small and Medium Entreprises (OSME).
    We invite you to visit the website http://www.buysell.gc.ca 
    where you will find information, tools and help completing the
    tasks related to selling to the Government of Canada, such as
    understanding how to sell to the government and registering your
    business. 
    
    You can locate seminars on doing business with the Government of
    Canada at the following link: 
    https://buyandsell.gc.ca/event-calendar/all
    
    We thank all participants for their continued interest and
    participation in the various procurement processes in support of
    language training services for the Government 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

    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Almeida, Emidio
    Phone
    (514) 496-5562 ( )
    Fax
    (514) 496-3822
    Address
    Place Bonaventure, portail Sud-Est
    800, rue de La Gauchetière Ouest
    7 ième étage
    Montréal, Québec, H5A 1L6

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    27
    000
    French
    11

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

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Quebec (except NCR)
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.