LANGUAGE TRAINING SERVICES: PART-TIME GROUP TRAINING AT
SUPPLIER'S AND FEDERAL INST. FACILITIES/NCR

Solicitation number EN578-093429/D

Publication date

Closing date and time 2013/01/16 14:00 EST

Last amendment date


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    LANGUAGE TRAINING SERVICES
    
    Solicitation No.: 		EN578-093429/D
    Contracting Officer:	CHRISTINE BÉLAIR
    Telephone No.:		819-956-7018 
    Fax No.:		819-956-2675
    E-mail:			christine.belair@pwgsc.gc.ca
    
    *****************************************************************
    *******************************************************
    This Notice to Proposed Procurement Amendment (NPPA) is publish
    to modify the closing date to 2013-01-16.
    
    DESCRIPTION OF REQUIREMENT
    
    Canada intends  to issue Regional Master Standing Offers (RMSOs)
    for its language training requirements in the National Capital
    Region (NCR).
    
    To meet the overall needs of language training in the NCR, three
    (3) Request for Standing Offer (RFSO) are simultaneously
    published on Merx. This RFSO is one of the three (3) and the
    resulting RMSO is to deliver part-time group second language
    training, in English and French, on the premises of the Offeror
    or of a federal institution. Offerors may submit offer(s) for
    one or more RFSOs, however, they must submit one or more offers
    for each RFSO separately.
    
    Training will be provided on request to groups from 6 to 8
    Learners, through a Call-up made pursuant to the Standing Offer
    (Part 7B).
    
    For the purposes of this RFSO, the required Work is divided into
    seven (7) work streams:
      Work Stream #		Target Language	Location		Format	Mode
    3	A	French	Offeror 	Ottawa/Gatineau downtown area	Part-time	Group
    	B			Quebec/ Outaouais area		
    	C			East/Ontario area		
    	D			West/Ontario area		
    4		French	Federal institution		Part-time	Group
    5		English	Federal institution		Part-time	Group
    6		English	Offeror		Part-time	Group
    
    
    Offerors may submit offers for one or more work streams.
    
    BACKGROUND
    
    Government of Canada is aimed at providing French and English
    Second Language Training to federal government employees,
    meeting the needs stipulated by the Government of Canada in the
    matter of bilingualism in operations and in the workplace.  
    LEARNER TRAINING LOCATION
    Training must be provided at the Offeror's facilities, with or
    without accommodation* or in federal institution facilities. 
    
    Training in French:
    
    For training delivered on the Offeror's premises, the facilities
    must be located:
    
    Stream 3A: within the following boundaries: between Wellington
    Street, Maclaren Street, Bay Street and Elgin Street in Ottawa,
    Ontario and between Laurier Street, Sacré-Cœur Boulevard and
    St-Rédempteur Street in Gatineau, Quebec. The Offeror can also
    propose classrooms outside these boundaries, in the National
    Capital Region. Facilities must meet the requirements set out in
    the standing offer. The Offeror is responsible for providing all
    the necessary tools to deliver training programs as specified in
    Annex A (Statement of Work), Section II, article 6.0.
    
    Stream 3B: within a 10 km radius from the center of the river
    behind the library of the Parliament Building on Wellington
    Street, Ottawa, Ontario, in the Outaouais, in the Quebec
    province, except for the predefined area in stream 3A, as shown
    in appendix 8, Territory Covered by the Standing Offers. The
    Offeror can also propose classrooms outside this territory, in
    the National Capital Region. Facilities must meet the
    requirements set out in the standing offer. The Offeror is
    responsible for providing all the necessary tools to deliver
    training programs as specified in Annex A (Statement of Work),
    Section II, article 6.0. This area will cover only the needs of
    federal institutions whose offices are located in this area and
    when the institution does not wish to send the learner in sector
    1.
    
    Stream 3C: within a 10 km radius from the center of the river
    behind the library of the Parliament Building on Wellington
    Street, Ottawa, Ontario, in the East area of the Ontario
    province, except for the predefined area in stream 3A, as shown
    in appendix 8, Territory Covered by the Standing Offers. The
    Offeror can also propose classrooms outside this territory, in
    the National Capital Region. Facilities must meet the
    requirements set out in the standing offer. The Offeror is
    responsible for providing all the necessary tools to deliver
    training programs as specified in Annex A (Statement of Work),
    Section II, article 6.0. This area will cover only the needs of
    federal institutions whose offices are located in this area and
    when the institution does not wish to send the learner in sector
    1.
    
    Stream 3D: within a 10 km radius from the center of the river
    behind the library of the Parliament Building on Wellington
    Street, Ottawa, Ontario, in the West area of the Ontario
    province, except for the predefined area in stream 3A, as shown
    in appendix 8, Territory Covered by the Standing Offers. The
    Offeror can also propose classrooms outside this territory, in
    the National Capital Region. Facilities must meet the
    requirements set out in the standing offer. The Offeror is
    responsible for providing all the necessary tools to deliver
    training programs as specified in Annex A (Statement of Work),
    Section II, article 6.0. This area will cover only the needs of
    federal institutions whose offices are located in this area and
    when the institution does not wish to send the learner in sector
    1.
    
    Training in English : 
    
    For training delivered on the Offeror's premises, the facilities
    must be located within the following boundaries: between
    Wellington Street, Maclaren Street, Bay Street and Elgin Street
    in Ottawa, Ontario and between Laurier Street, Sacré-Cœur
    Boulevard and St-Rédempteur Street in Gatineau, Quebec. The
    Offeror can also propose classrooms outside this territory, in
    the National Capital Region. Facilities must meet the
    requirements set out in the standing offer. The Offeror is
    responsible for providing all the necessary tools to deliver
    training programs as specified in Annex A (Statement of Work),
    Section II, article 6..
    
    *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.
    
    PREDIFINED AREA - WORK STREAMS AT THE OFFERORS PREMISES ONLY
    
    Depending on the work stream, the Offeror's facilities must be
    located within a predefined area in accordance with clause 10 -
    Training Location of Students, Annex A - 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 that area while remaining in
    the NCR, the Offeror may so indicate it in its offer.  
    
    Facilities provided 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).
    
    PERIOD OF THE STANDING OFFER
    
    The period during which call-ups can be made against  the
    Standing Offers is twenty-four (24) months from the date the
    Standing Offers is issued. Canada reserves the right to extend
    the term of the SOs for  two (2) additional one (1) year periods.
    
    MULTIPLE STANDING OFFERS
    
    Part-time group training in French on the Offeror's premises in
    Ottawa /Gatineau downtown area: up to 3 standing offers may be
    issues for this Work stream. 
    
    Part-time group training in French on the Offeror's premises in
    Quebec/Outaouais area: one standing offer will be issues for
    this Work stream.
    
    Part-time group training in French on the Offeror's premises in
    East/Ontario area: one standing offer will be issues for this
    Work stream.
    
    Part-time group training in French on the Offeror's premises in
    West/Ontario area: one standing offer will be issues for this
    Work stream.
    
    Part-time group training in French at a federal institution: up
    to 3 standing offers may be issues for this Work stream.
    
    Part-time group training in English at a federal institution:
    one standing offer will be issues for this Work stream.
    
    Part-time group training in English on the Offeror's premises:
    one standing offer will be issues for this Work stream.
    
    Offerors may submit offers for one or more work streams. 
    
    SECURITY REQUIREMENT
     
    There is a security requirement associated with the requirement
    of the Standing Offer. For additional information, see Part 6,
    Security and Financial Requirements, and Part 7, Standing Offer
    and Resulting Contract Clauses.
    
    FINANCIAL OFFER: 
    Offerors must propose firm all-inclusive hourly rates per
    Learner for each work stream in which they are submitting an
    offer and must  include it in their financial offer. 
    
    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 on parts 1 and/or 2 and/or 3 of the
    familiarization sessions by the teacher and pedagogical adviser; 
    4)	the Offeror's facilities where applicable; 
    5)	travel costs incurred by the Offeror's resources in
    performing the Work or going to familiarization sessions; 
    6)	teacher preparation time; 
    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; and 
    10)	coffee breaks for the teacher and the pedagogical adviser.
    
    BASIS OF SELECTION - LOWEST EVALUATED PRICE PER POINT:
    
    1.	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)        obtain the required minimum number of points
    specified in Attachment 1 to Part 4 for the point-rated
    technical criteria.
    
    2.	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 Offers. 
    
    BIDDER'S CONFERENCE
    
    A bidders' conference will be held at Asticou Centre, 241,
    Cité-des-Jeunes blvd., Room 2519, Gatineau, QC, K1N 6Z2 on
    Thursday November 22, 2013. The conference in French will be
    from 9 : 00 AM to 11 : 00 AM and in English from 1 : 00 PM to 3
    : 00 PM. 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.
    
    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
    names 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.
    
    If applicable, 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.
    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)
    • 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
    Bélair, Christine
    Phone
    (819) 956-7018 ( )
    Fax
    (819) 956-2675
    Address
    PSBID, PWGSC / DIASP,TPSGC
    11 Laurier St. / 11, rue Laurier
    10C1/Place du Portage, Phase III
    Gatineau, Québec, K1A 0S5

    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
    National Capital Region (NCR)
    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: