SAP Ariba system maintenance

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

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

SERVICES, LANGUAGE TRAINING PROGRA

Solicitation number 51019-132011/A

Publication date

Closing date and time 2014/08/11 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Non-Competitive Procurement Strategy: Government Objectives
    Representing Best Interests/Value to Govt
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Language Research Development Group
    1407 Saint Alexandre St.,
    Montreal Quebec
    Canada
    H3A2G3
    Nature of Requirements: 
    
    
    Note : The text below was amended to change the formatting of
    the text only. No changes were made to the content.
    
    
    1.	Advance Contract Award Notice (ACAN)
    
    An ACAN is a public notice indicating to the supplier community
    that a department or agency  intends to award a contract for
    goods, services or construction to a pre-identified supplier,
    thereby allowing other suppliers to signal their interest in
    bidding, by submitting a statement of capabilities. If no
    supplier submits a statement of capabilities that meets the
    requirements set out in the ACAN, on or before the closing date
    stated in the ACAN, the contracting officer may then proceed
    with the award to the pre-identified supplier.
    
    
    2.	Definition of the requirement
    
    2.1	Background
    
    Veterans Affairs Canada (VAC) exists to repay the nation's debt
    of gratitude toward those whose courageous efforts have given us
    this legacy, and have contributed to our growth as a nation.
    Among the significant responsibilities of the Department of
    Veterans Affairs Act, the Minister of Veterans Affairs is
    charged with the care, treatment, or re-establishment in civil
    life of any person who served in the Canadian Forces or merchant
    navy or in the naval, army or air forces or merchant navies of
    Her Majesty, of any person who has otherwise engaged in pursuits
    relating to war, and of any other person designated and the care
    of the dependants or survivors of any person referred to.
    
    As a service oriented department, VAC is committed to serving
    our clients in the official language of their choice. To meet
    this commitment, an appropriate level of bilingual positions has
    been established in our Head Office as well as in offices across
    Canada. Our operating environment requires that we maintain
    strong language levels at all levels throughout the Department.
    Further, there has been a move away from staffing positions with
    a non-imperative requirement.
    
    In 2012, delivery of second language learning programs was
    decentralized from the Canada School of the Public Service
    (CSPS) to departments. As such, VAC is responsible for the
    delivery of second language programs for employees across
    Canada. It is significant to note that our Head Office is
    located in Charlottetown, PEI and that significant regional
    offices are dispersed in somewhat distant locations where the
    public demand for second language training is low.
    
    VAC has developed a Second Language Learning Strategy to
    coordinate the approach of language training in the Department.
    The strategy offers a flexible framework in which managers can
    make prudent and consistent decisions regarding language
    training needs. A key objective of the strategy is to improve
    Service to Clients. We must have a flexible learning model
    wherein employees' needs are met based on specific learning
    needs/preferences/accessibility. 
    
    The Supplier must offer equitable access to French and English
    second language training through innovative and intelligent
    language instruction software with flexible options for
    one-on-one tutoring (by phone or in person) and group learning
    opportunities with qualified language teachers.
    
    LRDG software requires no additional 3rd party software. The
    products have been tested on all environments of desktop,
    laptop, work station and server environments and are fully
    compatible from Windows 98 through Windows 7, including Vista.
    The vendor does not require maintenance fees and VAC IT has
    demonstrated the software can be easily distributed in all VAC
    locations.
    
    
    2.2	Objective
    
    The objective is to provide full-time and part-time second
    language training, in French and English to employees of VAC
    across Canada in order to: 
    
    a. ensure that clients can be served in the official language of
    their choice;
    
    b. ensure the quality of our services in both official languages;
    
    c. promote the use of both official languages in the workplace;
    and
    
    d. establish a bilingual workplace.
    
    
    2.3	Scope of Work
    
    VAC is looking for a solution which comprises eight components: 
    
    a. a computer-based training delivered via a self-contained
    software product installed on individual computers (CD-ROM or
    DVD-ROM); 
    
    b. a subscription-based training delivered via a web portal; 
    
    c. a tutor-led training delivered in classroom, in virtual
    classroom and by telephone; 
    
    d. a language proficiency level evaluation delivered by a web
    portal;
    
    e. an on-site SLE preparation course;
    
    f. a virtual SLE preparation course;
    
    g. a tutor-led SLE preparation session; and
    
    h. virtual lunch and learn sessions for oral maintenance.
    
    
    The proposed solution must also comply with the following
    principles:
     
    a. The second language training must be provided at the levels
    A, B, and C in accordance with the Government of Canada
    Qualification Standards in Relation to Official Languages
    (http://www.tbs-sct.gc.ca/gui/squn03-eng.asp). 
    
    b. The second language training must be flexible to accommodate
    different employee schedules.
    
    Tutor-led training:
    
    - Classroom training
      Estimated number of students per year* = 120
      Estimated number of hours  per year = 2000
    
    - Virtual classroom training
      Estimated number of students per year* = 15	
      Estimated number of hours  per year = 1650
    
    - Telephone training
      Estimated number of students per year* = 75	
      Estimated number of hours  per year = 3650
    
    - SLE Preparation
      Estimated number of students per year* = 68	
      Estimated number of hours  per year = 2500
    
    * Due to the transitional period that VAC has been undergoing
    since the Canada School of the Public Service has decentralized
    responsibility for second language training, these figures are
    based on the usage of the past year. For each category, the
    actual usage may be more or less than the estimated figures.
    
    
    Estimated number of perpetual licenses** required:
    
    Self-contained software (CD-ROM or DVD-ROM) = 25
    
    ** Perpetual licenses: a perpetual license must allow VAC to use
    the licensed software indefinitely. It must also allow VAC to
    download all updates to the software and to receive technical
    support. After the one year period ends, VAC can choose to
    remain with the last version downloaded or to purchase a 1year
    updates and support package, for 20% of the license price. There
    are no penalties for letting updates and support lapse for a
    while before purchasing an annual package.
    
    
    2.4	Technical Environment
    
    The self-contained software and the web portal must run and
    function properly when implemented in the technical environment
    described below:
    
    - Windows 98 through Windows 7, including Vista
    
    - Must be compatible with Internet Explorer version 8 and above
    running on Microsoft Windows 7 Service Pack 1.
    
    - Must be able to be packaged and delivered as a virtual
    application using Microsoft Application Virtualization
    technology (App-V) version 4.6.
    
    
    2.5	Contractor's Responsibilities
    
    a. The Contractor must hold all intellectual property rights for
    the software, the web-portal and for all teaching materials; 
    
    b. When tutoring services are provided online or by telephone,
    the Contractor must bear the costs for calls and any other costs
    associated with the delivery of online services;
    
    c. For the classroom tutoring, the Contractor must bear the
    costs for travel and living expenses;
    
    d. For the classroom tutoring, the Contractor must provide
    teaching aids such as pocket dictionaries and English and French
    verb conjugation books at no additional cost to VAC;
    
    e. The Contractor must provide technical assistance for the
    software and the web portal at no additional cost to VAC. The
    technical assistance for the software and the web portal must be
    available 5 days per week, from Monday to Friday, between 9 am
    and 4 pm in all Time Zones throughout Canada;
    
    f. The Contractor must deliver the software package (CD-ROM or
    DVD-ROM, and the softwaredocumentation) to the Technical
    Authority, 10 calendar days following the issuing of a Task
    Authorization;
    
    g. The Contractor must replace any defective CD-ROM or DVD-ROM
    within 5 calendar days at no additional cost to VAC;
    
    h. If an instructor is absent, the Contractor must replace it by
    an instructor with the minimum qualifications as stated in point
    g) and h), under Tutor Services Requirements; and
    
    i. The Contractor must distribute and ask each student to fill
    out the satisfaction forms at the end of their training. The
    Contractor must then forward the completed satisfaction forms to
    the Technical Authority. 
    
    
    2.6	VAC's Responsibilities
    
    a. VAC will provide the facilities and equipment required for
    the classroom tutoring;
    
    b. VAC must ensure that each user is following its training plan
    as scheduled.
    
    c. VAC's users must provide a 24 hours' notice to the Contractor
    to cancel a training session with an instructor.
    
    
    2.7	Location
    
    Classroom tutoring services must be provided on an as and when
    requested basis in the following cities:
    
    Province of Alberta
      Cities: Calgary, Cold Lake and Edmonton
    
    Province of British Columbia
      Cities: Vancouver, Victoria, Penticton and Kelowna
    
    Province of Manitoba
      Cities: Winnipeg and Brandon
    
    Province of New Brunswick
      Cities: Campbellton and Saint John
    
    Province of Newfoundland and Labrador
      Cities: St John's and Corner Brook
    
    Province of Nova Scotia
      Cities: Halifax, Sydney and Dartmouth
    
    Province of Ontario
      Cities: Ottawa, Mississauga, Hamilton, Kingston, London, North
    Bay, Pembroke, 
    
    Peterborough, Toronto, Scarborough, Trenton, Windsor, Thunder
    Bay and Kirkland Lake
    
    Province of Prince Edward Island
      City:	Charlottetown
    
    Province of Québec
      Cities: Ste Anne de Bellevue, Montréal, Gatineau and Québec
    
    Province of Saskatchewan
      Cities: Regina and Saskatoon
    
    
    3	Criteria for assessment of the Statement of Capabilities
    
    3.1	Software Criteria
    
    a. The software must deliver, enable and support bilingual
    language training in French and English; 
    
    b. The software must enable users to maintain and improve their
    language skills in accordance with the Government of Canada
    Qualification Standards in Relation to Official Languages;
    
    c. The software must provide a fully interactive self-study
    modular, CD-ROM or DVD-ROM based French and English language
    training program;
    
    d. The software must provide language software with all run time
    licenses required for proper execution included in the DVD or CD
    package;
    
    e. The software must be able to run and function properly within
    the technical environment described above, including any laptop
    or desktop without the requirement to connect to any outside
    server for any reason whatsoever;
    
    f. The software must enable users to assess their language
    proficiency based on the Government of Canada Qualification
    Standards in Relation to Official Languages;
    
    g. The software must provide language training content at the
    levels A, B, and C in accordance with the Government of Canada
    Qualification Standards in Relation to Official Languages;
    
    h. The software must enable users to start their training at the
    appropriate proficiency level based on the Government of Canada
    Qualification Standards in Relation to Official Languages;
    
    i. The software must enable users to prepare individually for
    Second Language Evaluation tests (English and French) prescribed
    by the Public Service Commission of Canada.
    
    
    3.2	Web Portal Criteria
    
    a. The web portal must deliver, enable and support bilingual
    language training in French and English; 
    
    b. The web portal must enable users to maintain and improve
    their language skills in accordance with Government of Canada
    Qualification Standards in Relation to Official Languages;
    
    c. The web portal must be able to run and function properly
    within the technical environment described above, including any
    laptop, desktop or server;
    
    d. The web portal must enable users to assess their language
    proficiency based on the Government of Canada Qualification
    Standards in Relation to Official Languages;
    
    e The web portal must provide language training content at the
    levels A, B, and C in accordance with the Government of Canada
    Qualification Standards in Relation to Official Languages;
    
    f. The web portal must enable users to start their training at
    the appropriate proficiency level based on the Government of
    Canada Qualification Standards in Relation to Official Languages;
    
    g. The web portal must enable users to prepare individually for
    Second Language Evaluation tests (English and French) prescribed
    by the Public Service Commission of Canada.
    
    h. The web portal must be available 24 hours a day/ 7 days a
    week/ 365 days a year;
    
    i. The web portal must enable users to register and provide
    personal data in an automated and secure environment;
    
    j. The web portal must enable customization of access rights and
    grouping of users;
    
    k. The web portal must enable users to access their personal
    profile via a password, including their training schedule
    (number of hours of training per week and the course schedule
    with the tutor);
    
    l. The web portal must enable administrators to monitor
    activities and usage of all users;
    
    m. The web portal must enable administrators to download usage
    reports;  
    
    n. The web portal must enable administrators to track the hours
    billed for any training session and enable administrators to
    download invoices.
    
    o. The web portal must ensure the security of personal data and
    information.
    
    
    3.3	Tutor Services Criteria
    
    a. Tutoring services must deliver, enable and support bilingual
    language training in French and English in accordance with the
    Government of Canada Qualification Standards in Relation to
    Official Languages; 
    
    b. Tutoring services must enable students to maintain and
    improve their language skills in accordance with Government of
    Canada Qualification Standards in Relation to Official Languages;
    
    c. Tutoring services must be delivered on an as and when
    requested basis in classroom, in virtual classroom and by
    telephone;
    
    d. Classroom tutoring must be provided to groups of up to 10
    people;
    
    e. Each virtual classroom must be able to accommodate a minimum
    of 3 people simultaneously;
    
    f. Telephone tutoring must be provided on an individual basis; 
    
    g. Tutoring services must be available 5 days per week, from
    Monday to Friday, between 8 am and 6 pm in all Time Zones
    throughout Canada.
    
    h. Tutoring services must be delivered by instructors who are
    able to speak, read and write fluently in French and English.
    
    i. Tutoring services must be delivered by instructors who each
    hold a bachelor degree or a higher degree in education delivered
    by a recognized institution***. 
    
    *** Recognized institution: recognized by the Department of
    Education of any Canadian province, or by either credential
    assessment organizations listed on the following website:
    http://www.cicic.ca/
    
    
    3.4	Proficiency Level Evaluation Criteria
    
    a. The Contractor must evaluate, online or by telephone, each
    user to determine their proficiency level for each of the three
    language skills (written comprehension in the second official
    language; written expression in the second official language;
    and oral proficiency in the second official language) according
    to the Government of Canada Qualification Standards in Relation
    to Official Languages
    (http://www.tbs-sct.gc.ca/gui/squn03-eng.asp);
    
    b. Once the evaluation is completed, the Contractor must submit
    the results to the administrator and provide a training plan
    tailored to the proficiency level of each user(levels A, B, or C
    and the estimated number of hours of training).
    
    
    4.	Applicability of the trade agreements to the procurement
    
    This procurement is subject to the following trade agreements:
    
    a. Agreement on Internal Trade (AIT);
    
    b. North American Free Trade Agreement (NAFTA);
    
    c. World Trade Organization - Agreement on Government
    Procurement (WTO-AGP).
    
    
    5.	Justification for the Pre-Identified Supplier
    
    The pre-identified supplier was selected based on the following
    capabilities:
    
    LRDG is the only known supplier capable of offering a fully
    interactive self-study computer-based language training
    delivered via a self-contained software product installed on
    individual computers (CD-ROM or DVD-ROM) and a computer-based
    language training delivered via a web portal, in French and
    English, which include audio and video segments, self-assessment
    capabilities, exercises, reference manuals, and a tutor-led
    language training delivered by qualified instructors, in
    classroom, in virtual classroom, and by telephone. 
    
    
    6.	Government Contracts Regulations Exception
    
    The following exception to the Government Contracts Regulations
    is invoked for this procurement under subsection 6 (d) only one
    person is capable of performing the work.
    
    
    7.	Exclusions and/or Limited Tendering Reasons
    
    Exclusions and/or limited tendering reasons are invoked under
    the following agreements:
    
    a. Agreement on Internal Trade (AIT) - Articles 506.12 (a) and
    506.12 (b) under Annex 4.4;
    
    b. North American Free Trade Agreement (NAFTA) - Article(s)
    1016.2 (b) and 1016.2 (d);
    
    c. World Trade Organization - Agreement on Government
    Procurement (WTO-AGP) - Article XV (b).
    
    
    8.	Ownership of Intellectual Property
    
    Ownership of any Foreground Intellectual Property arising out of
    the proposed contract will vest in the Contractor.
    
    
    9.	Period of the proposed contract or delivery date
    
    The proposed contract period is from date of contract award to
    one (1) year inclusive, with an irrevocable option to extend the
    period of contract by up to two (2) addtional periods of one (1)
    year each, under the same terms and conditions.
    
    
    10.	Cost estimate of the proposed contract
    
    The estimated value of the contract, including the option, is
    $1,354,940.00 (GST/HST included). 
    
    
    11.	Name and address of the pre-identified supplier
    
    Language Research Development Group
    1407, rue Saint-Alexandre
    Montreal, Quebec, H3A 2G3
    
    
    12.	Suppliers' right to submit a statement of capabilities
    
    Suppliers who consider themselves fully qualified and available
    to provide the goods and services described in the ACAN may
    submit a statement of capabilities in writing to the contact
    person identified in this notice before the closing date.The
    statement of capabilities must clearly demonstrate how the
    supplier meets the advertised requirements.
    
    
    13.	Closing date for a submission of a statement of capabilities
    
    The closing date and time for accepting statements of
    capabilities is August 11, 2014 at 2:00 p.m. EDT (Eastern
    Daylight Time).
    
    
    14.	Inquiries and submission of statements of capabilities
    
    Inquiries and statements of capabilities are to be directed by
    email to the following person:
    
    Contracting Authority:	
    Mohamed Souleiman
    Supply Specialist
    
    Address:	
    Public Works and Government Services Canada (PWGSC) 
    Portage III, 10C1, unit XX, Laurier Street, 
    Gatineau, Quebec, K1A 0S5
    
    Email: 	
    Mohamed.Souleiman@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • 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
    Souleiman, Mohamed
    Phone
    (819) 956-8348 ( )
    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
    Veterans Affairs Canada
    Address
    Jean Canfield Building, 1st Floor, 191 Great George Street
    Charlottetown, Prince Edward Island, C1A 4L2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Selection criteria
    Consulting Services Regarding Matters of a Confidential Nature
    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: