Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet O/C Formation micro-informatique. Solicitation No. - N de l'invitation



Similar documents
Travaux publics et Services gouvernementaux Canada. Title - Sujet Engineering technical support. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet PCI CONSULTANT. Solicitation No. - N de l'invitation EN /B

Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet Armour Materials - Personal protect. Solicitation No. - N de l'invitation

Travaux publics et Services gouvernementaux Canada. 1 1 Title - Sujet Incubateur avec agitation. Solicitation No. - N de l'invitation

Travaux publics et Services gouvernementaux Canada. Title - Sujet Performance Analysis System. Solicitation No. - N de l'invitation EN /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Armour Materials - Personal protect

Travaux publics et Services. Solicitation No. - N de l'invitation. Client Reference No. - N de référence du client 01R11-15S021

Travaux publics et Services gouvernementaux Canada. Title - Sujet Pharmacy and E-Mar Managed Solution

Q&A RFP DND-15/ Certified Project Management Training

This page is intentionally left blank.

Travaux publics et Services gouvernementaux Canada. Title - Sujet FOOD SERVICES - CADETS - WHITEHORSE

How To Bid On A National Database

Travaux publics et Services gouvernementaux Canada. Title - Sujet PCO-TBIPS / BCP-SPICT. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Paint Coating - CCGS Cap Aupaluk

Travaux publics et Services gouvernementaux Canada. Title - Sujet Grand Valley Inst. - Entrance Bldg

Travaux publics et Services gouvernementaux Canada. Title - Sujet SYSTEMS INTEGRATION - SBIPS. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet PROJECT PORTFOLIO MANAGEMENT. Solicitation No. - N de l'invitation HT /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet PCI QSA/ASV. Solicitation No. - N de l'invitation EN /B

Travaux publics et Services gouvernementaux Canada. Title - Sujet Tactical Medical Training. Solicitation No. - N de l'invitation W /B

Travaux publics et Services gouvernementaux Canada. Title - Sujet PROFESSIONAL SERVICES. Solicitation No. - N de l'invitation W MP05/A

This page is intentionally left blank.

Travaux publics et Services gouvernementaux Canada. Title - Sujet ATIP SOLUTION. Solicitation No. - N de l'invitation HT /A

Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet EDI/LVTS. Solicitation No. - N de l'invitation EN /A

Shared Services Canada Services partagés Canada RETURN BIDS TO : RETOURNER LES SOUMISSIONS À:

Travaux publics et Services gouvernementaux Canada. Title - Sujet DEW Line Sites Monitoring Program

SPECTRUM ANALYZER must be able to. Equivalent SPECTRUM ANALYZER must. spectrum analyzer. Equivalent. do the X, KU and DBS bands.

Travaux publics et Services gouvernementaux Canada. Title - Sujet TBIPS - Business and PM Services

EN /B zl. This Amendment is raised to provide clarification and answers to questions from potential suppliers.

Travaux publics et Services gouvernementaux Canada. Title - Sujet TBIPS PROF SERVICES - AIT PROJECT

Travaux publics et Services gouvernementaux Canada. Title - Sujet PROJECT PORTFOLIO MANAGEMENT. Solicitation No. - N de l'invitation HT /A

Travaux publics et Services gouvernementaux Canada. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet PROFESSIONAL SERVICES-TIER 2- TBIPS

Travaux publics et Services gouvernementaux Canada. Title - Sujet TBIPS- PMSS for MPMCT. Solicitation No. - N de l'invitation W MP13/A

PGS VISION V5.2.0; P/N: P/N: SA E Iss QAC "J" QAC "J" 1 DONGLE-PROTECTED T8493 T Each $ $ See Herein

Travaux publics et Services gouvernementaux Canada. Title - Sujet Province House, Techinical/Design

Travaux publics et Services gouvernementaux Canada. Title - Sujet Project Manager -Release Management

Travaux publics et Services gouvernementaux Canada. Title - Sujet Maintenance of Non-Prop NRTSD Sys

Travaux publics et Services gouvernementaux Canada. Solicitation No. - N de l'invitation E62ZR /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet ICSS FOR NCR. Solicitation No. - N de l'invitation 2B0KB /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Pharmacy and E-Mar Managed Service

Travaux publics et Services gouvernementaux Canada. Title - Sujet court reporting services. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Nat. Laboratory Mgt Sys (NLIMS) Solicitation No. - N de l'invitation K7A /A

Title Sujet: MDM Professional Services Solicitation No. Nº de l invitation Date: _A August 13, 2013

Travaux publics et Services gouvernementaux Canada. Title - Sujet Audio Visual at NEB. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet SCANNERS. Solicitation No. - N de l'invitation M /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Engineering technical support. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet FUNCTIONAL SUPPORT REQUIREMENT. Solicitation No. - N de l'invitation EN /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Adult Basic Education CSC. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet NUANS RENEWAL PROJECT. Solicitation No. - N de l'invitation U /C

RFP AMENDMENT#2 DDP MODIFICATION#2

Travaux publics et Services gouvernementaux Canada. Title - Sujet IM/IT Prof Sv Aboriginal Set-aside

Travaux publics et Services gouvernementaux Canada. Title - Sujet REPLACEMENT HF MONITOR RECEIVERS

Travaux publics et Services gouvernementaux Canada. Title - Sujet MANAGED WEB SERVICES. Solicitation No. - N de l'invitation G /B

Travaux publics et Services gouvernementaux Canada. Title - Sujet TELECOM EQUIPMENT & MAINT SERVICES

Travaux publics et Services gouvernementaux Canada. Title - Sujet SPECTRUM ANALYZER. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet (3)BUS ANALYSTS-(1)RE-ENGINEERING

Travaux publics et Services gouvernementaux Canada. Title - Sujet Petroleum products storage syst.

W /A REQUEST FOR INFORMATION (RFI) REGARDING. A Solution for Web Application Firewalls and Databse Application Monitoring and Protection FOR

Travaux publics et Services gouvernementaux Canada. Title - Sujet ERP FUNCTIONAL ANALYSTS 2011/2012

Travaux publics et Services gouvernementaux Canada. Title - Sujet RFSA FOR THE PROVISION OF SOFTWARE. Solicitation No. - N de l'invitation

Travaux publics et Services gouvernementaux Canada. Solicitation No. - N de l'invitation publics et Services gouvernementaux Canada

Travaux publics et Services gouvernementaux Canada. Title - Sujet IP Address Management Appliance. Solicitation No. - N de l'invitation T /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet SYSTEMS INTEGRATION - SBIPS. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet SYSTEMS INTEGRATION - SBIPS. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet POLICE RECORDS PORTAL - RFI. Solicitation No. - N de l'invitation M /A

Title - Sujet Professional Services Tier 2 TBIPS. Solicitation No. - N de l'invitation W P5HW/A. Client Reference No. - N de référence du client

Travaux publics et Services gouvernementaux Canada. Title - Sujet TEMPORARY HELP SERVICES. Solicitation No. - N de l'invitation E60ZN

Travaux publics et Services gouvernementaux Canada. Title - Sujet LEARNING SERVICES. Solicitation No. - N de l'invitation E60ZH

Travaux publics et Services gouvernementaux Canada. Title - Sujet SUPPLY AND INSTALL AUTOCLAVE. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Collaboration Area Furniture. Solicitation No. - N de l'invitation E /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet HRSDC FUNCTIONAL SUPPORT. Solicitation No. - N de l'invitation G /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet File and Folder Encryption. Solicitation No. - N de l'invitation W /A

Title Sujet Project Delivery Office Support. Solicitation No. Nº de l invitation Solicitation Closes L invitation prend fin.

Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet SENIOR ENGINEER. Solicitation No. - N de l'invitation

SOLICITATION AMENDMENT MODIFICATION DE L INVITATION

Travaux publics et Services gouvernementaux Canada. Title - Sujet Card Access Control System. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Single Antenna SATCOM Terminals. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Temporary Help Services. Solicitation No. - N de l'invitation E6TOR-13RM38/C

Travaux publics et Services gouvernementaux Canada. Title - Sujet SIMULATION ENGINE/GUI DEVELOPMENT

at à 02 :00 PM on le

Travaux publics et Services gouvernementaux Canada. Title - Sujet CCTV ACCESSORIES. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Scanner Doppler Lidar. Solicitation No. - N de l'invitation K8D /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Interoperability Radio Gateway. Solicitation No. - N de l'invitation W W732/A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Thirty Meter Telescope. Solicitation No. - N de l'invitation /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet Digital Display Network (DDN) Solicitation No. - N de l'invitation G /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet FLEET MANAGEMENT SUPPORT SRVCS. Solicitation No. - N de l'invitation E60HP-11FMSS

Title - Sujet A&E-Carleton Martello Tower Repairs. Solicitation No. - N de l'invitation EC /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet ESAFE REPLACEMENT RFI. Solicitation No. - N de l'invitation W /A

Travaux publics et Services gouvernementaux Canada. Title - Sujet PM Svcs Aboriginal Infratstructure

Travaux publics et Services gouvernementaux Canada. Title - Sujet UPGRADE & RECONFIG MCCP DONNACONA

Travaux publics et Services gouvernementaux Canada. Solicitation No. - N de l'invitation publics et Services gouvernementaux Canada

Travaux publics et Services gouvernementaux Canada. Title - Sujet Sand Shed Replacement. Solicitation No. - N de l'invitation EZ /A

Titre Sujet PW F.O.B - F.A.B. Plant-Usine : Destination : Other-Autre : Instructions : See Herein Instructions : Voir aux présentes

Travaux publics et Services gouvernementaux Canada. Title - Sujet Mass Spectrometer, Benchtop. Solicitation No. - N de l'invitation 5K /A

Title - Sujet ONE WAY OPTICAL DIODE. Solicitation No. - N de l'invitation W /A. Client Reference No. - N de référence du client

Travaux publics et Services. Solicitation No. - N de l'invitation. Client Reference No. - N de référence du client B

Travaux publics et Services gouvernementaux Canada. Title - Sujet INFRASTRUCTURE MANAGEMENT SERVICES. Solicitation No. - N de l'invitation

Title - Sujet Online Caregiver Training Program. Solicitation No. - N de l'invitation /A. Client Reference No. - N de référence du client

Travaux publics et Services gouvernementaux Canada. Title - Sujet PROFESSIONAL SERVICES. Solicitation No. - N de l'invitation EN /A

Travaux publics et Services gouvernementaux Canada. Solicitation No. - N de l'invitation E60PD-14PAPR. pd032.e60pd-14papr

Transcription:

Public Works and Government Services Canada RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Réception des soumissions - TPSGC / Bid Receiving - PWGSC 1550, Avenue d'estimauville 1550, D'Estimauville Avenue Québec Québec G1J 0C7 REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Public Works and Government Services Canada We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor. Proposition aux: Travaux Publics et Services Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). Comments - Commentaires Travaux publics et Services gouvernementaux Canada 1 1 Title - Sujet O/C Formation micro-informatique Solicitation No. - N de l'invitation Date E6QUE-130006/B 2014-09-02 Client Reference No. - N de référence du client GETS Reference No. - N de référence de SEAG PW-$QCN-015-16081 File No. - N de dossier CCC No./N CCC - FMS No./N VME QCN-4-37035 (015) Solicitation Closes - L'invitation prend fin Time Zone Fuseau horaire at - à 02:00 PM Heure Avancée de l'est HAE on - le 2014-10-14 F.O.B. - F.A.B. Plant-Usine: Destination: -Autre: Address Enquiries to: - Adresser toutes questions à: Legendre, Sylvie Telephone No. - N de téléphone (418) 649-2860 ( ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: TOUS LES MINISTÈRES ET ORGANISMES FÉDÉRAUX DE LA RÉGION DE QUÉBEC INCLUANT VALCARTIER et DONNACONA QUEBEC Québec Canada Buyer Id - Id de l'acheteur qcn015 FAX No. - N de FAX (418) 648-2209 Instructions: See Herein Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Instructions: Voir aux présentes Delivery Required - Livraison exigée Delivery Offered - Livraison proposée VOIR DOC. Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Issuing Office - Bureau de distribution TPSGC/PWGSC 601-1550, Avenue d'estimauville Québec Québec G1J 0C7 Telephone No. - N de téléphone Facsimile No. - N de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Date Canada Page 1 of - de 2

Solicitation No. - N de l'invitation Amd. No. - N de la modif. Buyer ID - Id de l'acheteur E6QUE-130006/B qcn015 Client Ref. No. - N de réf. du client File No. - N du dossier CCC No./N CCC - FMS No/ N VME QCN-4-37035 Page 2 of - de 2

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1. Introduction 2. Summary 3. Security Requirement 4. Debriefings PART 2 - OFFEROR INSTRUCTIONS 1. Standard Instructions, Clauses and Conditions 2. Submission of Offers 3. Former Public Servant 4. Enquiries - Request for Standing Offers 5. Applicable Laws PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. Evaluation Procedures 2. Basis of Selection PART 5 - CERTIFICATIONS 1. Certifications Required Precedent to Issuance of a Standing Offer PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. Security Requirement 2. Financial Capability Part 2 of 2 / Page 1 of 41

PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. Offer 2. Security Requirement 3. Standard Clauses and Conditions 4. Term of Standing Offer 5. Authorities 6. Proactive Disclosure of Contracts with Former Public Servants 7. Identified Users 8. Call-up Procedures 9. Call-up Instrument 10. Limitation of Call-ups 11. Priority of Documents 12. Certifications 13. Applicable Laws 14. Publication of Standing Offers 15. SACC Manual Clauses B. RESULTING CONTRACT CLAUSES 1. Statement of Work 2. Standard Clauses and Conditions 3. Term of Contract 4. Proactive Disclosure of Contracts with Former Public Servants 5. Payment 6. Invoicing Instructions 7. Insurance 8. SACC Manual Clauses 9. Class cancellation LIST OF ANNEXES: Annex A - Annex B - Annex C - Annex D - Annex E - Annex F - Statement of Work Basis of Payment Rate Table Information Table on Offerors and Branches List of Federal Departments and Agencies Security Requirements Checklist Part 2 of 2 / Page 2 of 41

PART 1 - GENERAL INFORMATION 1. Introduction COMPUTER TRAINING SERVICES The Request for Standing Offers (RFSO) is divided into seven parts plus attachments and annexes, as follows: Part 1 Part 2 Part 3 Part 4 Part 5 Part 6 Part 7 General Information: provides a general description of the requirement; Offeror Instructions: provides the instructions applicable to the clauses and conditions of the RFSO; Offer Preparation Instructions: provides offerors with instructions on how to prepare their offer to address the evaluation criteria specified; Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the offer, and the basis of selection; Certifications: includes the certifications to be provided; Security, Financial and Insurance Requirements: includes specific requirements that must be addressed by offerors; and 7A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions; The Annexes include: 7B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer. Annex A - Annex B - Annex C - Annex D - Annex E - Annex F - Statement of Work Basis of Payment Rate Table Information Table on Offerors and Branches List of Federal Departments and Agencies Security Requirements Checklist Part 2 of 2 / Page 3 of 41

2. Summary To provide, on an as-and-when ordered basis, computer training services. These services do not include technology-assisted training, such as computer or video assisted training and selftraining. An inventory of computer training offerors will be established, by regions of Quebec, and by various types of training, such as those listed in Annex A, Statement of Work. All qualified offerors who have submitted offers will be listed in the inventory. 2.1 Standing Offers To meet the needs of all the federal departments and agencies in the Province of Quebec, Canada intends to issue multiple Standing Offers to offerors of computer training service who meet the evaluation criteria and selection method specified in this document. An undetermined number of Standing Offers may be issued following this Request for Standing Offers. As a way to make administration of the Standing Offers easier, all standing offers will be issued with a NIL value. This doesn t limit the volume of business the offeror may do with Canada. The computer training services will be available to all federal departments and agencies in the Province of Quebec. For the purposes of Standing Offers, Quebec is divided into nine (9) regions (excluding Outaouais, Abitibi-Témiscamingue and Nord-du-Québec) : 1) Québec (including Valcartier and Donnacona) 2) Chaudière-Appalaches and Centre-du-Québec 3) Montérégie 4) Estrie 5) Montréal 6) Laval, Lanaudière and Laurentides 7) Mauricie 8) Bas-Saint-Laurent and Gaspésie-Îles-de-la-Madeleine 9) Saguenay-Lac-Saint-Jean (including Bagoville and Jonquière) and Côte-Nord The inventory will be accessible to all of the federal departments and agencies identified in Annex E. The period for making call-ups against the Standing Offer is from January 1, 2015 to December 31, 2016. There is a security requirement associated with this requirement. For additional information, consult Part 6 - Security, Financial and Insurance Requirements, and Part 7A - Standing Offer. For more information on personnel and organization security screening or security clauses, offerors should refer to the Canadian Industrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgcpwgsc.gc.ca/index-eng.html) website. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT). Part 2 of 2 / Page 4 of 41

3. Security Requirement 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. 4. Debriefings Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of the results of the request for standing offers process. The debriefing may be in writing, by telephone or in person. Part 2 of 2 / Page 5 of 41

PART 2 - OFFEROR INSTRUCTIONS 1. Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the Request for Standing Offers (RFSO) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada. Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s). The 2006 (2014-03-01) Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the RFSO. Subsection 12.1. (a) and (b) of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Delete: sixty (60) days Insert: one hundred twenty (120) days 2. Submission of Offers Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the Request for Standing Offers. In addition, an electronic copy of Annex C and Annex D should be submitted to the following email address : QueReceptionSoumissionsQc.QueSupplyTendersReceptionQc@tpsgc-pwgsc.gc.ca Part 2 of 2 / Page 6 of 41

3. Former Public Servant Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to comply with Treasury Board policies and directives on contracts awarded to FPS, offerors must provide the information required below before the issuance of a standing offer. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of offers is completed, Canada will inform the Offeror of a time frame within which to provide the information. Failure to comply with Canada s request and meet the requirement within the prescribed time frame will render the offer non-responsive. 3.1 Definitions For the purposes of this clause, "former public servant" is any former member of a department as defined in the Financial Administration Act R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former public servant may be: a. an individual; b. an individual who has incorporated; c. a partnership made of former public servants; or d. a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity. "lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner. "pension" means a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act, 1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11, the Members of Parliament Retiring Allowances Act, R.S. 1985, c. M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c. C-8. Part 2 of 2 / Page 7 of 41

3.2 Former Public Servant in Receipt of a Pension As per the above definitions, is the Offeror a FPS in receipt of a pension? YES ( ) NO ( ) If so, the Offeror must provide the following information, for all FPS in receipt of a pension, as applicable: a. name of former public servant; b. date of termination of employment or retirement from the Public Service. By providing this information, Offerors agree that the successful Offeror's status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines on the Proactive Disclosure of Contracts. 3.3 Work Force Adjustment Directive Is the Offeror a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? YES ( ) NO ( ) If so, the Offeror must provide the following information: a. name of former public servant; b. conditions of the lump sum payment incentive; c. date of termination of employment; d. amount of lump sum payment; e. rate of pay on which lump sum payment is based; f. period of lump sum payment including start date, end date and number of weeks; g. number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment program. For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including Applicable Taxes. Part 2 of 2 / Page 8 of 41

4. Enquiries - Request for Standing Offers All enquiries must be submitted in writing to the Standing Offer Authority (sylvie.legendre@tpsgcpwgsc.gc.ca) no later than seven (7) calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered. Offerors should reference as accurately as possible the numbered item of the RFSO to which the enquiry relates. Care should be taken by offerors to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that offerors do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all offerors. Enquiries not submitted in a form that can be distributed to all offerors may not be answered by Canada. 5. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in Quebec Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their offer, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the offerors. Part 2 of 2 / Page 9 of 41

PART 3 - OFFER PREPARATION INSTRUCTIONS 1. Offer Preparation Instructions Canada requests that offerors provide their offer in separately bound sections as follows: Section I: Section II: Section III: Technical Offer (one (1) hard copy of the Technical Offer and one (1) electronic copy of the Annex D, Information table on Suppliers and Branches, in Microsoft Excel) Financial Offer (one (1) hard copy of the financial offer and one (1) electronic copy of the Annex C, Rates Table, in Microsoft Excel) Certification: one (1) hard copy If there is a discrepancy between the wording of the soft copy and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy. Prices must appear in the financial offer only. No prices must be indicated in any other section of the offer. Canada requests that offerors follow the format instructions described below in the preparation of their offer. (a) (b) use 8.5 x 11 inch (216 mm x 279 mm) paper; use a numbering system that corresponds to that of the Request for Standing Offers. In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achatsprocurement/politique-policy-eng.html). To assist Canada in reaching its objectives, offerors should: 1) use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainably-managed forest and containing minimum 30% recycled content; and 2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders. Part 2 of 2 / Page 10 of 41

Section I: Technical Offer In their technical offer, offerors should explain and support how they propose to meet the requirements and how they will carry out the Work. Section II: Financial Offer Offerors must submit their financial offer in accordance with the Annex B, Basis of Payment and the Annex C, Rates table. The total amount of applicable taxes must be indicated separately. Payment by Credit Card Canada requests that offerors complete one of the following: (a) ( ) Government of Canada Acquisition Cards (credit cards) will be accepted for payment of call-ups against the standing offer. The following credit card(s) are accepted: and (b) ( ) Government of Canada Acquisition Cards (credit cards) will not be accepted for payment of call-ups against the standing offer. Offeror is not obligated to accept payment by credit card. Acceptance of credit cards for payment of call-ups will not be considered as an evaluation criterion. Section III: Certifications Offerors must submit the certifications required under Part 5. Part 2 of 2 / Page 11 of 41

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 1. Evaluation Procedures (a) (b) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria. An evaluation team composed of representatives of Canada will evaluate the offers. 1.1. Technical Evaluation 1.1.1 Mandatory Technical Criteria At the Request for Standing Offer closing date, the offeror must comply with the following mandatory technical criteria and provide the documentation to support compliance. Any offer which doesn t meet the following mandatory technical criteria will be declared non-responsive. Each criterion should be addressed separately. (A) The Offeror must provide the list of the training offered by submitting its catalogue or by providing its internet address: - Internet address: - Catalogue: The following information should appear in the catalogue or at the Internet address indicated above: - Title of training; - Training description in the language it will be taught. (eg: For training offered in French, the description given in the catalogue or on the internet should be written in French); - Duration. (B) The offeror must describe the quality control procedures he has established to ensure the quality of the training and the performance of the instructors (use additional sheets as needed): Part 2 of 2 / Page 12 of 41

(C) The offeror must provide a copy of contracts or invoices, showing that the offeror has performed five (5) computer training contracts, in any category identified in this Standing Offer, for each region identified in the Annex A, Statement of Work, for which he has indicated rates in Annex C, Rate Table. These computer trainings must have been performed in the past two (2) years prior the Request for Standing Offer closing date. Each region will be evaluated separately. Therefore, if the Offeror provided these documents for at least one region for which he has indicated rates at Annex C, but he omitted to provide these documents for other regions for which he indicated rates at Annex C, the Offeror s offer will only be considered for the regions for which the required documents were provided. For each computer training contract, the Offeror must provide: Training Name; Training Date; Duration of the training; Training Location. Example: If the Offeror had indicated rates for Montreal and Estrie regions. Then, the Offeror must provide the following: A copy of contracts or invoices showing that the Offeror had five (5) computer training contracts, in any category, in the past two(2) years, in the Montreal region. A copy of contracts or invoices showing that the Offeror had five (5) computer training contracts, in any category, in the past two(2) years, in the Estrie region. 1.2 Financial Evaluation 1.2.1 Financial criteria The Offeror must submit its financial offer in accordance with Annex "B", Basis of Payment and with Annex C, Rates Table, of the Request for a Standing Offer. The total of the firm rates of the offeror*, for each of the training categories, for a given region, must not exceed by more than 25% the average of all offerors for the same firm rates totals. If the offeror s total exceeds by more than 25% the average of all offerors, each of the offeror s firm totals, for that training category, for that region, will not be considered. *the total of the firm rates of the offeror will be calculated as follows : the sum of the firm daily rate per group at the users premises, the firm daily rate per group at the offeror s premises and the firm daily rate per student at the offeror s premises. Example: Total of the firm rates for a training of Type 1, Business software Training (Basic/Intermediate), in the Quebec region. Training category Offeror A Offeror B Offeror C Offeror D 1. Word processor 3470 3065 4550 3330 2. Spreadsheets 2870 3250 3950 3785 Part 2 of 2 / Page 13 of 41

Average of Offerors for item 1, Word processor : [ ( A + B + C + D ) / 4 ] * 1.25 = 4504,69 Average of Offerors for item 2, Spreadsheets : [ ( A + B + C + D ) / 4 ] * 1.25 = 4329,69 The total of the firm rates for Offeror C, for item 1, Word Processor, exceeds the average by more than 25%. This training category, in this region, for Offeror C, will not be considered for the Standing Offer. 1.2.2 Evaluation of Price The price of the bid will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included. 2. Basis of Selection 2.1 Basis of Selection Mandatory Technical Criteria only An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical and financial evaluation criteria to be declared responsive. All responsive offers will be recommended for issuance of a standing offer. Part 2 of 2 / Page 14 of 41

PART 5 - CERTIFICATIONS Offerors must provide the required certifications and associated information to be issued a standing offer. The certifications provided by offerors to Canada are subject to verification by Canada at all times. Canada will declare an offer non-responsive, will have the right to set-aside a standing offer, or will declare a contractor in default in carrying out any of its obligations under any resulting contracts, if any certification made by the Offeror is found to be untrue whether made knowingly or unknowingly during the offer evaluation period, during the Standing Offer period, or during the contract period. The Standing Offer Authority will have the right to ask for additional information to verify the Offeror s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Standing Offer Authority may render the Offer non-responsive, may result in the setting aside of the Standing Offer or constitute a default under the Contract. 1. Certifications Required Precedent to Issuance of a Standing Offer The certification listed below should be completed and submitted with the offer, but may be submitted afterward. If any of these required certifications is not completed and submitted as requested, the Standing Offer Authority will so inform the Offeror and provide the Offeror with a time frame within which to meet the requirement. Failure to comply with the request of the Standing offer Authority and meet the requirement within that time period will render the offer non-responsive. 1.1 Integrity Provisions - Associated Information By submitting an offer, the Offeror certifies that the Offeror and its Affiliates are in compliance with the provisions as stated in Section 01 Integrity Provisions - Offer of Standard Instructions 2006. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true. 1.2 Federal Contractors Program for Employment Equity - Standing Offer Certification By submitting an offer, the Offeror certifies that the Offeror, and any of the Offeror's members if the Offeror is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada-Labour's website. Canada will have the right to declare an offer non-responsive, or to set-aside a Standing Offer, if the Offeror, or any member of the Offeror if the Offeror is a Joint Venture, appears on the FCP Limited Eligibility to Bid list at the time of issuing of a Standing Offer or during the period of the Standing Offer. 1.3 Offeror s responsibility (branches) By submitting an offer, the offeror certifies that it has the authority to bind its branches. Part 2 of 2 / Page 15 of 41

PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS 1. Security Requirement 1.1 Before issuance of a standing offer, the following conditions must be meet: (a) (b) (c) the Offeror must hold a valid organization security clearance as indicated in Part 7A - Standing Offer; the Offeror's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirement as indicated in Part 7A - Standing Offer; the Offeror must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites; 1.2. Offerors are reminded to obtain the required security clearance promptly. Any delay in the issuance of a standing offer to allow the successful offeror to obtain the required clearance will be at the entire discretion of the Standing Offer Authority. 1.3. For additional information on security requirements, offerors should refer to the Canadian Insdustrial Security Directorate (CISD), Industrial Security Program of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website. 2. Financial Capability SACC Manual clause M9033T (2011-05-16) Financial Capability Part 2 of 2 / Page 16 of 41

PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. Offer 1.1 The Offeror offers to perform the Work in accordance with the Statement of Work at Annex "A". 2. Security Requirement 2.1 The following security requirement (SRCL and related clauses) applies and form part of the Standing Offer. 1. The Offeror must, at all times during the performance of the 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 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 Offeror must comply with the provisions of the: a) Security Requirements Check List and Security Guide (if applicable), attached at Annex F ; b) Industrial Security Manual (Latest Edition). 3. Standard Clauses and Conditions All clauses and conditions identified in the Standing Offer and resulting contract(s) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditionsmanual) issued by Public Works and Government Services Canada. 3.1 General Conditions 2005 (2014-03-04), General Conditions - Standing Offers - Goods or Services, apply to and form part of the Standing Offer. Part 2 of 2 / Page 17 of 41

3.2 Standing Offers Reporting The Offeror must compile and maintain records on its provision of goods, services or both to the federal government under contracts resulting from the Standing Offer. This data must include all purchases, including those paid for by a Government of Canada Acquisition Card. The Offeror must provide this data in accordance with the reporting requirements detailed in Annex "A". If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Offeror must still provide a "NIL" report. The data must be submitted on a semester to the Standing Offer Authority (sylvie.legendre@tpsgc-pwgsc.gc.ca). The semester reporting periods are defined as follows: 1st semester: July 1 to December 31; 2nd semester: January 1 to June 30; The data must be submitted to the Standing Offer Authority no later than fifteen (15) calendar days after the end of the reporting period. Example of information required in each report: USER Total amount for the semester from to National Defence $ Fisheries and Oceans Canada $ Transport Canada $ Part 2 of 2 / Page 18 of 41