SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, May 18 from 8:00 pm until 11:00 pm (Eastern Time)  

French Language Training Services

Solicitation number EZ156-190001/A

Publication date

Closing date and time 2018/12/10 17:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Regional Master Standing Offer(s): French Language Training Services
    
    Solicitation No.: EZ156-190001/A
    Contracting Authority: Albert Yamamoto
    Telephone No.: (604) 562-8773 
    Fax No.: (604) 775-7526
    E-mail: albert.yamamoto@pwgsc-tpsgc.gc.ca
    
    NOTE: This RFSO is geared towards language schools that must have sufficient teaching resources and pedagogical advisers for the performance of work required under this standing offer. Independent French Language teachers may refer to RFSO # EZ156-190001/B for French Language training services opportunity.
    
    DESCRIPTION OF REQUIREMENT
    
    Canada intends to issue Regional Master Standing Offers (RMSOs) for its French language training requirements in the province of British Columbia, for the Metro Vancouver Regional District (defined as municipalities covered under the following postal codes prefixes: V1M, V2W-V2Z, V3A-V3C, V3E, V3H, V3J-V3N,V3R-V3T, V3V-V3Z, V4A-V4C, V4E, V4G, V4K-V4N, V4P,V4R, V4W, V5A-V5Z, V6A-V6Z, V7A-V7Z),  Fraser Valley Regional District (defined as municipalities covered under the following postal codes prefixes: V0M, V2P, V2R, V2S, V2T,V3G, V4S, V4X and V4Z), Victoria on Vancouver Island (defined as municipalities covered under the following postal codes prefixes: V8L-V8N, V8P, V8R, V8S, V8T, V8V-V8Z, V9A-V9C, and V9E) and Nanaimo on Vancouver Island (defined as municipalities covered under the following postal codes prefixes: V9R-V9T, V9V and V9X).
    Training will be provided on request through a Call-up made pursuant to the Standing Offer.
    
    For the purposes of this Request for Standing Offer, the required Work is divided into six (6) work streams, as follows:  
    
    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
    
    Bidders Conference
    A bidders' conference will be held at PSPC - 800 Burrard Street, Vancouver on November 13th, 2018. The conference will begin at 10:00 AM PDT. The scope of the requirement outlined in the bid solicitation will be reviewed during the conference and questions will be answered. It is recommended that bidders who intend to submit a bid attend or send a representative. Webex or Conference call options are available.
    Bidders are requested to communicate with the Contracting Authority before the conference to confirm attendance. Bidders should provide, in writing, to the Contracting Authority, the name(s) of the person(s) who will be attending, a list of issues they wish to table and their current security clearance level no later than November 7th 2018 at 4:00 PM PDT. 
    Any clarifications or changes to the bid solicitation resulting from the bidders' conference will be included as an amendment to the bid solicitation. Bidders who do not attend will not be precluded from submitting a bid.
    
    Security Requirements 
    
    Security requirements will apply to all French Language training services delivered at federal 
    institutions only.
    
    The following security requirements (SRCL and related clauses provided by the Contract Security 
    program) apply and form part of the Standing Offer.
    
    1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Canadian Industrial Security Directorate (CISD), Public Works and Government Services Canada (PWGSC).
    
    2. The Contractor/Offeror personnel requiring access to sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CISD/PWGSC.
    
    3.  Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CISD/PWGSC.
    
    4. The Contractor/Offeror must comply with the provisions of the:
    
    a. Security Requirements Check List and security guide (if applicable), attached at Annex D;
    b. Industrial Security Manual (Latest Edition).
    
    Term of Standing Offer 
    
    The period during which call-ups can be made against the Standing Offers (SOs) is from the date the SOs are issued for a period of one year after date of issue. 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 listed below. 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:
    
    In their offer, offeror may submit a separate offer for each work stream for each geographical area (either on the offerors premises and/or in federal institution).  
    
    Training on the Offeror’s Premises 
    Geographical area 1: Metro Vancouver Regional District - 4 Standing Offers
    Geographical area 2: Fraser Valley Regional District - 2 Standing Offers
    Geographical area 3: Victoria on Vancouver Island - 2 Standing Offers
    Geographical area 4: Nanaimo on Vancouver Island - 2 Standing Offers
    
    Training at a Federal Institution
    Geographical area 1: Metro Vancouver Regional District - 4 Standing Offers
    Geographical area 2: Fraser Valley Regional District - 2 Standing Offers
    Geographical area 3: Victoria on Vancouver Island - 2 Standing Offers
    Geographical area 4: Nanaimo on Vancouver Island - 2 Standing Offers
    
    Standing Offer Enquiries
    Albert Yamamoto
    Telephone No.: (604) 562-8773 
    Fax No.: (604) 775-7526
    E-mail: albert.yamamoto@pwgsc-tpsgc.gc.ca
    
    Firms intending to submit proposals on this project should obtain documents through Buyandsell.gc.ca/tenders. Addenda, when issued will be available from Buyandsell.gc.ca/tenders.
    Firms that elect to base their proposal on documents obtained from other sources do so at their own risk and will be solely responsible to inform the tender calling authority of their intention to bid. 
    
    This procurement office provides procurement services to the public in English
    
    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
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • 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) 562-8773 ( )
    Email
    albert.yamamoto@pwgsc-tpsgc.gc.ca
    Fax
    (604) 775-7526
    Address
    219 - 800 Burrard Street
    800, rue Burrard, pièce 219
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    002
    English
    11
    002
    French
    5
    001
    English
    20
    001
    French
    15
    000
    English
    56
    000
    French
    38

    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
    Procurement method
    Competitive – Open Bidding
    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: