Language Training - Pacific Region

Solicitation number EZ156-130001/A

Publication date

Closing date and time 2014/02/20 17:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Language Training - Pacific Region
    
    EZ156-130001/A
    Yamamoto, Albert
    Telephone No. - (604) 775-7549 
    Fax No. - (604) 775-7526
    
    DESCRIPTION OF REQUIREMNT
    
    Canada intends to issue Regional Master Standing Offers (RMSOs)
    for its language training requirements in the province of
    British Columbia and Whitehorse in the Yukon Territory.
    
    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 8 work streams*, as follows
    
    
    Work Stream 1: Full-time Group Training in French 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 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 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 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 area1: Greater Vancouver - 2 Standing Offers
    Geographical area 2: Greater Victoria - 2 Standing Offers
    Geographical area 3: Okanagan Valley - 2 Standing Offers
    Geographical area 4: Abbotsford / Mission - 1 Standing Offer
    Geographical area 5: Sidney - 1 Standing Offer
    Geographical area 6: Agassiz - 1 Standing Offer
    Geographical area 7: Prince George - 1 Standing Offer
    Geographical area 8: Nanaimo - 1 Standing Offer
    Geographical area 9: Whitehorse - 2 Standing Offers
    Offeror must submit a separate offer for each geographical area
    and must be able to provide language training services in all
    applicable work streams of a geographical area for a standing
    offer.
    
    ** See column E of each table in Attachment 2 to Part 3,
    "Financial evaluation for the Pacific 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 British Columbia and Whitehorse in the Yukon
    Territory, 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 British Columbia
    and Whitehorse in the Yukon Territory, 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.
     
    Offers not meeting requirements (a) or (b) 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 
    
    The location of the Offerors' Conference has been changed to:
    
    Canada School of Public Service
    Sinclair Centre
    Suite 500
    757 West Hastings
    Vancouver 
    Dogwood Room
    Telephone: 604-666-2183 
    
    
    Offerors unable to attend the Conference in person, may phone
    into the conference by dialling the phone number listed below
    and providing the required identification number when prompted:
    
    Dial: 1-877-413-4781
    
    ID: 9719163
    
    The date and time of the conference remains unchanged.   
    
    1:30 pm. January 28, 2014.
    
    
    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 3 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)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Yamamoto, Albert
    Phone
    (604) 775-7549 () )
    Fax
    (604) 775-7526
    Address
    800 Burrard Street, 12th Floor
    800, rue Burrard, 12e etage
    Vancouver, BC, V6Z 0B9

    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.

    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
    British Columbia
    ,
    Yukon
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    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: