• Aucun résultat trouvé

Title - Sujet S.A. Marine Furniture. Solicitation No. - N de l'invitation F /A F HAL (203)

N/A
N/A
Protected

Academic year: 2022

Partager "Title - Sujet S.A. Marine Furniture. Solicitation No. - N de l'invitation F /A F HAL (203)"

Copied!
28
0
0

Texte intégral

(1)

FAX No. - N° de FAX (902)496-5016

Time Zone

Atlantic Standard Time AST

Cette Demande pour un arrangement ne comprend pas des dispositions en matière de sécurité.

This request for a Supply Arrangement does not include provisions for security.

Security - Sécurité

DEPARTMENT OF FISHERIES AND OCEANS CANADIAN COAST GUARD - MARINE ENG.

50 DISCOVERY DR - LEVEL 4 DARTMOUTH

NOVA SCOTIA B2Y4A2 Canada

Instructions: See Herein Instructions: Voir aux présentes

CCC No./N° CCC - FMS No./N° VME

Fuseau horaire

02:00 PM 2020-11-24

GETS Ref. No. - N° de réf. de SEAG PW-$HAL-203-6075

Buyer Id - Id de l'acheteur hal203

2020-10-21

Destination - des biens, services et construction:

Destination - of Goods, Services, and Construction:

(902)403-9839 ( )

Telephone No. - N° de téléphone MacDonald (HAL), Isabelle

Address Enquiries to: - Adresser toutes questions à:

Delivery Required - Livraison exigée

on - le at - à

Solicitation Closes - L'invitation prend fin

HAL-0-84045 (203) File No. - N° de dossier

Client Reference No. - N° de référence du client F5561-200747/A

F5561-20-0747

Vendor/Firm Name and Address

Raison sociale et adresse du fournisseur/de l'entrepreneur

Name and title of person authorized to sign on behalf of Vendor/Firm (type or print)

Signature Date

de l'entrepreneur (taper ou écrire en caractères d'imprimerie)

Nom et titre de la personne autorisée à signer au nom du fournisseur/

See Herein

Comments - Commentaires

Issuing Office - Bureau de distribution

Atlantic Region Acquisitions/Région de l'Atlantique Acquisitions

1713 Bedford Row

Halifax, N.S./Halifax, (N.É.) Halifax

Nova Scot B3J 1T3

Services Canada/Réception des soumissions Travaux publics et Services gouvernementaux Canada

1713 Bedford Row

Halifax, N.S./Halifax, (N.É.) Halifax

Nova Scotia B3J 1T3

Bid Fax: (902) 496-5016

Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

We hereby offer to provide to Canada, as represented by the Minister of Public Works and Government Services, in accordance with the terms and conditions set out herein or attached hereto, the goods, services, and construction detailed herein and on any attached sheets.

Offre au: Ministère des Travaux publics et des Services gouvernementaux

Nous offrons par la présente de fournir au Canada, représenté par le ministre des Travaux publics et des Services gouvernementaux, aux conditions énoncées ou incluses par référence dans la présente et aux annexes ci-jointes, les biens, services et construction énumérés ici et sur toute feuille ci-annexée.

Offer to: Department of Public Works and Government Services

Demande pour un arrangement en matière d'approvisionnement Request For Supply Arrangement -

Telephone No. - N° de téléphone Facsimile No. - N° de télécopieur

Page 1 of - de 1

(2)

Page 1 of - de 27

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION ... 3

1.1 INTRODUCTION... 3

1.2 SUMMARY ... 3

1.3 CANADIAN CONTENT ... 4

1.4 DEBRIEFINGS ... 4

1.5 USE OF AN E-PROCUREMENT SOLUTION (EPS) ... 4

PART 2 - SUPPLIER INSTRUCTIONS ... 4

2.1 STANDARD INSTRUCTIONS,CLAUSES AND CONDITIONS ... 4

2.2 SUBMISSION OF ARRANGEMENTS ... 5

2.3 FORMER PUBLIC SERVANT -NOTIFICATION... 5

2.4 FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY -NOTIFICATION ... 5

2.5 ENQUIRIES -REQUEST FOR SUPPLY ARRANGEMENTS ... 6

2.6 APPLICABLE LAWS ... 6

2.7 BID CHALLENGE AND RECOURSE MECHANISMS... 6

PART 3 - ARRANGEMENT PREPARATION INSTRUCTIONS ... 6

3.1 ARRANGEMENT PREPARATION INSTRUCTIONS ... 6

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ... 7

4.1 EVALUATION PROCEDURES ... 7

4.2 BASIS OF SELECTION... 8

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ... 8

5.1 CERTIFICATIONS REQUIRED WITH THE ARRANGEMENT... 8

5.2 CERTIFICATIONS PRECEDENT TO THE ISSUANCE OF A SUPPLY ARRANGEMENT AND ADDITIONAL INFORMATION ... 8

PART 6 - SUPPLY ARRANGEMENT AND RESULTING CONTRACT CLAUSES ... 9

A. SUPPLY ARRANGEMENT ... 9

6.1 ARRANGEMENT ... 9

6.2 SECURITY REQUIREMENTS ... 9

6.3 STANDARD CLAUSES AND CONDITIONS ... 9

6.4 TERM OF SUPPLY ARRANGEMENT ... 10

6.5 AUTHORITIES ... 10

6.6 IDENTIFIED USERS ... 11

6.7 ON-GOING OPPORTUNITY FOR QUALIFICATION ... 11

6.8 PRIORITY OF DOCUMENTS ... 11

6.9 CERTIFICATIONS AND ADDITIONAL INFORMATION ... 11

6.10 APPLICABLE LAWS ... 11

6.11 TRANSITION TO AN E-PROCUREMENT SOLUTION (EPS) ... 11

B. BID SOLICITATION ... 12

6.1 BID SOLICITATION DOCUMENTS ... 12

6.2 BID SOLICITATION PROCESS ... 13

C. RESULTING CONTRACT CLAUSES ... 13

6.1 GENERAL ... 13

(3)

Page 2 of - de 27

ANNEX "A" ... 14

STATEMENTOFWORK ... 14

ANNEX "B" ... 19

MANDATORY TECHNICAL EVALUATION CRITERIA ... 19

ANNEX "C" ... 20

QUARTERLYUSAGEREPORT... 20

ANNEX D ... 21

GEOGRAPHICAL LOCATION OF OPERATIONS ... 21

ANNEX E ... 22

INTEGRITY PROVISIONS – REQUIRED DOCUMENTATION... 22

APPENDIX 1 ... 23

EQUIVALENT - ENVIRONMENTAL MANAGEMENT SYSTEM ... 23

APPENDIX 2 ... 24

SOCIAL PROCUREMENT ... 24

(4)

Page 3 of - de 27

PART 1 - GENERAL INFORMATION 1.1 Introduction

The Request for Supply Arrangements (RFSA) is divided into six parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Supplier Instructions: provides the instructions applicable to the clauses and conditions of the RFSA;

Part 3 Arrangement Preparation Instructions: provides Suppliers with instructions on how to prepare the arrangement to address the evaluation criteria specified;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the arrangement and the basis of selection;

Part 5 Certifications and Additional Information: includes the certifications and additional information to be provided; and

Part 6 6A, Supply Arrangement, 6B, Bid Solicitation, and 6C, Resulting Contract Clauses:

6A, includes the Supply Arrangement (SA) with the applicable clauses and conditions;

6B, includes the instructions for the bid solicitation process within the scope of the SA;

6C, includes general information for the conditions which will apply to any contract entered into pursuant to the SA.

The Annexes include the Statement of Work, the Basis of Payment and any other annexes.

1.2 Summary

1.2.1 Public Services and Procurement Canada has a requirement to establish a list of pre-qualified suppliers that will be used by PSPC Atlantic Region to permit processing of individual bid solicitations and award subsequent contracts for Marine Grade Furniture work on behalf of the Department of Fisheries and Oceans, Canadian Coast Guard, Atlantic Canada.

Public Services and Procurement Canada reserves the right to use the vendor list created as a result of this Supply Arrangement in support of any government department, agency or Crown Corporation listed in Schedules I, I.1, II, III, of the Financial Administration Act, R.S., 1985, c. F- 11, within Eastern Canada.

A supply arrangement (SA) is a non-binding arrangement between Canada and a pre-qualified supplier that allows departments and agencies to award contracts and solicit bids from a pool of pre-qualified suppliers for specific requirements within the scope of the SA.

An SA is not a contract for the provision of the goods and services described in it and neither party is legally bound, as a result of signing a supply arrangement alone. The intent of a supply arrangement is to establish a framework to permit expeditious processing of individual bid solicitations, which result in legally binding contracts for the goods and services described in those bid solicitations.

The following areas of expertise in Marine Grade Furniture are required:

(5)

Page 4 of - de 27

a) Design (Furniture and Layout) b) Removals and Installation c) Supply and Fabrication

The Supply Arrangement has no defined end-date and will remain valid until such time as Canada no longer considers it to be advantageous to use it.

.

1.2.2 This RFSA allows suppliers to use the epost Connect service provided by Canada Post Corporation to transmit their arrangement electronically. Suppliers must refer to Part 2 of the RFSA entitled Supplier Instructions and Part 3 of the RFSA entitled Arrangement Preparation Instructions for further information on using this method.

1.3 Canadian Content

The goods and/or services covered by the Supply Arrangement may be limited to Canadian good or services as defined in clause A3050T.

SACC Manual clause A3050T (2020-07-01) Canadian Content Definition

1.4 Debriefings

Suppliers may request a debriefing on the results of the request for supply arrangements process.

Suppliers should make the request to the Supply Arrangement Authority within 15 working days of receipt of the results of the request for supply arrangements process. The debriefing may be in writing, by telephone or in person.

1.5 Use of an e-Procurement Solution (EPS)

Canada is currently developing an online EPS for faster and more convenient ordering of goods and services. In support of the anticipated transition to this system and how it may impact any resulting Supply Arrangement that is issued under this solicitation, refer to 6.12 Transition to an e-Procurement Solution (EPS).

The Government of Canada’s press release provides additional information.

PART 2 - SUPPLIER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the Request for Supply Arrangements (RFSA) 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-conditions-manual) issued by Public Works and Government Services Canada.

Suppliers who submit an arrangement agree to be bound by the instructions, clauses and conditions of the RFSA and accept the clauses and conditions of the Supply Arrangement and resulting contract(s).

The 2008 (2020-05-28) Standard Instructions - Request for Supply Arrangements - Goods or Services, are incorporated by reference into and form part of the RFSA.

Subsection 5.4 of 2008, Standard Instructions - Request for Supply Arrangements - Goods or Services, is amended as follows:

(6)

Page 5 of - de 27

Delete: 60 days Insert: 120 days

2.2 Submission of Arrangements

Arrangements must be submitted only to the Public Works and Government Services Canada (PWGSC) Bid Receiving Unit specified below by the date and time indicated on page 1 of the RFSA:

Bid Receiving Public Works and Government Services Canada/Réception des soumissions Travaux publics et Services gouvernementaux Canada

1713 Bedford Row

Halifax, N.S./Halifax, (N.É.) Halifax

Nova Scotia B3J 1T3

Bid Fax: (902) 496-5016

Epost:

TPSGC.RAReceptionSoumissionsNE-ARBidReceivingNS.PWGSC@tpsgc-pwgsc.gc.ca Note: Arrangements will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard

Instructions 2008, or to send arrangements through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.

Due to the nature of the Request for Supply Arrangements, transmission of arrangements by facsimile to PWGSC will not be accepted.

2.3 Former Public Servant - Notification

Service contracts awarded to former public servants in receipt of a pension or a lump sum payment must bear the closest public scrutiny and reflect fairness in the spending of public funds. Therefore, the bid solicitation will require that you provide information that, were you to be the successful bidder, your status with respect to being a former public servant in receipt of a pension or a lump sum payment, will be required to report this information on the departmental websites as part of the published proactive disclosure reports generated in accordance with Treasury Board policies and directives on contracts with former public servants, Contracting Policy Notice 2012-2 and the Guidelines on the Proactive Disclosure of Contracts.

2.4 Federal Contractors Program for Employment Equity - Notification

The Federal Contractors Program (FCP) for employment equity requires that some contractors make a formal commitment to Employment and Social Development Canada (ESDC) - Labour to implement employment equity. In the event that this Supply Arrangement would lead to a contract subject to the Federal Contractors Program (FCP) for employment equity, the bid solicitation and resulting contract templates would include such specific requirements. Further information on the Federal Contractors Program (FCP) for employment equity can be found on Employment and Social Development Canada (ESDC) - Labour's website.

(7)

Page 6 of - de 27

2.5 Enquiries - Request for Supply Arrangements

All enquiries must be submitted in writing to the Supply Arrangement Authority no later than 5 calendar days before the Request for Supply Arrangements (RFSA) closing date. Enquiries received after that time may not be answered.

Suppliers should reference as accurately as possible the numbered item of the RFSA to which the enquiry relates. Care should be taken by Suppliers 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 Suppliers do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all Suppliers. Enquiries not submitted in a form that can be distributed to all Suppliers may not be answered by Canada.

2.6 Applicable Laws

The Supply Arrangement (SA) and any contract awarded under the SA must be interpreted and governed, and the relations between the parties determined, by the laws in force in Nova Scotia.

Suppliers may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of the arrangement, 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 Suppliers.

2.7 Bid Challenge and Recourse Mechanisms

(a) Several mechanisms are available to potential suppliers to challenge aspects of the procurement process up to and including contract award.

(b) Canada encourages suppliers to first bring their concerns to the attention of the Contracting Authority.

Canada’s Buy and Sell website, under the heading “Bid Challenge and Recourse Mechanisms”

contains information on potential complaint bodies such as:

x Office of the Procurement Ombudsman (OPO) x Canadian International Trade Tribunal (CITT)

(c) Suppliers should note that there are strict deadlines for filing complaints, and the time periods vary depending on the complaint body in question. Suppliers should therefore act quickly when they want to challenge any aspect of the procurement process.

PART 3 - ARRANGEMENT PREPARATION INSTRUCTIONS 3.1 Arrangement Preparation Instructions

x If the Supplier chooses to submit its arrangement electronically, Canada requests that the Supplier submits its arrangement in accordance with section 08 of the 2008 standard instructions. The epost Connect system has a limit of 1GB per single message posted and a limit of 20GB per conversation.

The arrangement must be gathered per section and separated as follows:

Section I: Technical Arrangement Section III: Certifications

(8)

Page 7 of - de 27

x If the Supplier chooses to submit its arrangement in hard copies, Canada requests that the Supplier submits its arrangement in separately bound sections as follows:

Section I: Technical Arrangement (1 hard copies) Section II: Certifications (1 hard copies)

If there is a discrepancy between the wording of the soft copy on electronic media and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy.

x If the Supplier is simultaneously providing copies of its arrangement using multiple acceptable delivery methods, and if there is a discrepancy between the wording of any of these copies and the electronic copy provided through epost Connect service, the wording of the electronic copy provided through epost Connect service will have priority over the wording of the other copies.

Canada requests that suppliers follow the format instructions described below in the preparation of hard copy of their arrangement:

(a) use 8.5 x 11 inch (216 mm x 279 mm) paper;

(b) use a numbering system that corresponds to the RFSA.

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 (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573). To assist Canada in reaching its objectives, suppliers 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.

Section I: Technical Arrangement

In the technical arrangement, Suppliers should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work.

Section II: Certifications

Suppliers must submit the certifications and additional information required under Part 5.

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 Evaluation Procedures

(a) Arrangements will be assessed in accordance with the entire requirement of the Request for Supply Arrangements including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the arrangements.

.

4.1.1 Technical Evaluation

(9)

Page 8 of - de 27

4.1.1.1 Mandatory Technical Criteria Please refer to Annex B.

4.2 Basis of Selection

4.2.1 Basis of Selection - Mandatory Technical

An arrangement must comply with the requirements of the Request for Supply Arrangements and meet all mandatory technical evaluation criteria to be declared responsive.

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Suppliers must provide the required certifications and additional information to be issued a supply arrangement (SA).

The certifications provided by Suppliers to Canada are subject to verification by Canada at all times.

Unless specified otherwise, Canada will declare an arrangement non-responsive, or will declare a contractor in default if any certification made by the Supplier is found to be untrue whether made knowingly or unknowingly during the arrangement evaluation period, or during the period of any supply arrangement arising from this RFSA and any resulting contracts.

The Supply Arrangement Authority will have the right to ask for additional information to verify the Supplier’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Supply Arrangement Authority will render the arrangement non-responsive, or constitute a default under the Contract.

5.1 Certifications Required with the Arrangement

Suppliers must submit the following duly completed certifications as part of their arrangement.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all suppliers must provide with their arrangement, if applicable, the declaration form available on the Forms for the Integrity Regime website (http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.1.2 Additional Certifications Required with the Arrangement

5.2 Certifications Precedent to the Issuance of a Supply Arrangement and Additional Information

The certifications and additional information listed below should be submitted with the arrangement, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Supply Arrangement Authority will inform the Supplier of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the arrangement non-responsive.

5.2.1 Integrity Provisions – Required Documentation

(10)

Page 9 of - de 27

In accordance with the section titled Information to be provided when bidding, contracting or entering into a real property agreement of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci- if/politique-policy-eng.html), the Supplier must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Additional Certifications Precedent to Issuance of a Supply Arrangement 5.2.2.1 Status and Availability of Resources

5.2.2.1.1 SACC Manual clause S3005T (2008-12-12) Status and Availability of Resources.

5.2.2.2 Education and Experience

5.2.2.2.1 SACC Manual clause S1010T (2008-12-12) Education and Experience

PART 6 - SUPPLY ARRANGEMENT AND RESULTING CONTRACT CLAUSES A. SUPPLY ARRANGEMENT

6.1 Arrangement

The Supply Arrangement covers the Work described in the Statement of Work at Annex A.

6.2 Security Requirements

6.2.1 There is no security requirement applicable to the Supply Arrangement.

6.3 Standard Clauses and Conditions

All clauses and conditions identified in the Supply Arrangement 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-conditions-manual) issued by Public Works and Government Services Canada.

6.3.1 General Conditions

2020 (2020-07-01) General Conditions - Supply Arrangement - Goods or Services, apply to and form part of the Supply Arrangement.

6.3.2 Supply Arrangement Reporting

The Supplier must compile and maintain records on its provision of goods, services or both to the federal government under contracts resulting from the Supply Arrangement. This data must include all purchases, including those paid for by a Government of Canada Acquisition Card.

The Supplier must provide this data in accordance with the reporting requirements detailed in Annex

"C". If some data is not available, the reason must be indicated. If no goods or services are provided during a given period, the Supplier must still provide a "NIL" report.

The data must be submitted on a quarterly basis to the Supply Arrangement Authority.

The quarterly reporting periods are defined as follows:

(11)

Page 10 of - de 27

x 1st quarter: April 1 to June 30;

x 2nd quarter: July 1 to September 30;

x 3rd quarter: October 1 to December 31;

x 4th quarter: January 1 to March 31.

The data must be submitted to the Supply Arrangement Authority no later than 30 days calendar days after the end of the reporting period.

6.4 Term of Supply Arrangement 6.4.1 Period of the Supply Arrangement

The Supply Arrangement has no defined end-date and will remain valid until such time as Canada no longer considers it to be advantageous to use it.

The period for awarding contracts under the Supply Arrangement begins __________. To be determined.

6.4.2 Comprehensive Land Claims Agreements (CLCAs)

The Supply Arrangement (SA) is for the delivery of the requirement detailed in the SA to the Identified Users across Atlantic Region. Any requirement for deliveries to locations within CLCAs areas will have to be treated as a separate procurement, outside of the supply arrangement.

6.4.3 Delivery Points

Delivery of the requirement will be made to delivery points specified at Annex “A” of the Supply Arrangement.

6.5 Authorities

6.5.1 Supply Arrangement Authority

The Supply Arrangement Authority is:

Name: Isabelle MacDonald Title: Supply Specialist

Public Works and Government Services Canada Acquisitions Branch

Directorate: Acquisitions Address: 1713 Bedford Row

Halifax, NS B3J 3C9

Telephone: 902-403-9839 Facsimile: 902-426-5016

E-mail address: isabelle.macdonald@pwgsc.gc.ca

The Supply Arrangement Authority is responsible for the issuance of the Supply Arrangement, its administration and its revision, if applicable.

(12)

Page 11 of - de 27

6.5.2 Supplier's Representative Information to be provided with Offer.

6.6 Identified Users

The Identified User is: Department of Fisheries and Oceans, Atlantic Region.

6.7 On-going Opportunity for Qualification

A Notice will be posted once a year on the Government Electronic Tendering Service (GETS) to allow new Suppliers to become qualified. Existing qualified Suppliers, who have been issued a supply arrangement, will not be required to submit a new arrangement.

6.8 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the articles of the Supply Arrangement;

(b) the general conditions 2020 (2020-07-01), General Conditions - Supply Arrangement - Goods or Services

(c) Annex A, Statement of Work;

(d) Annex C, Reporting Requirements;

(e) the Supplier's arrangement dated _________ (insert date of arrangement) 6.9 Certifications and Additional Information

6.9.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Supplier in its arrangement or precedent to issuance of the Supply Arrangement (SA), and the ongoing cooperation in providing additional information are conditions of issuance of the SA and failure to comply will

constitute the Supplier in default. Certifications are subject to verification by Canada during the entire period of the SA and of any resulting contract that would continue beyond the period of the SA.

6.10 Applicable Laws

The Supply Arrangement (SA) and any contract resulting from the SA must be interpreted and governed, and the relations between the parties determined, by the laws in force in Nova Scotia.

6.11 Transition to an e-Procurement Solution (EPS)

During the period of the Supply Arrangement, Canada may transition to an EPS for more efficient processing and management of individual contracts for any or all of the SA’s applicable goods and services. Canada reserves the right, at its sole discretion, to make the use of the new e-procurement solution mandatory.

Canada agrees to provide the Supplier with at least a three-month notice to allow for any measures necessary for the integration of the Supply Arrangement into the EPS. The notice will include a detailed information package indicating the requirements, as well as any applicable guidance and support.

(13)

Page 12 of - de 27

If the Supplier chooses not to provide the supply arrangement of their goods or services through the e- procurement solution, the Supply Arrangement may be set aside by Canada.

B. BID SOLICITATION

6.1 Bid Solicitation Documents

Canada will use the following bid solicitation templates based on the estimated dollar value and complexity of the requirement:

x Medium Complexity (MC) for medium complexity requirements;

x High Complexity (HC) for more complex requirements.

A copy of the standard procurement template(s) can be requested by suppliers from the Supply Arrangement Authority or the Contracting Authority, as applicable.

Note: References to the HC, MC and Simple templates in PWGSC Requests for Supply Arrangements are provided as examples only. The latest versions of the template and terms and conditions will be used at time of bid solicitation.

The bid solicitation will contain as a minimum the following:

(a) security requirements;

(b) a complete description of the Work to be performed;

(c) 2003, Standard Instructions - Goods or Services - Competitive Requirements;

Subsection 3.a) of Section 01, Integrity Provisions - Bid of the Standard Instructions 2003 incorporated by reference above is deleted in its entirety and replaced with the following:

a. at the time of submitting an arrangement under the Request for Supply Arrangements (RFSA), the Bidder has already provided a list of names, as requested under the Ineligibility and Suspension Policy.During this procurement process, the Bidder must immediately inform Canada in writing of any changes affecting the list of directors.”

(d) bid preparation instructions;

(e) instructions for the submission of bids (address for submission of bids, bid closing date and time);

(f) evaluation procedures and basis of selection;

(g) certifications;

x Federal Contractors Program (FCP) for Employment Equity - Notification

x SACC Manual A3005T, A3010T for service requirements when specific individuals will be proposed for the work;

(14)

Page 13 of - de 27

yy Integrity Provisions - Declaration of Convicted Offences;

(i) conditions of the resulting contract.

6.2 Bid Solicitation Process

6.2.1 Bids will be solicited for specific requirements within the scope of the Supply Arrangement (SA) from Suppliers who have been issued a SA.

6.2.2 The bid solicitation will be sent directly to Suppliers.

C. RESULTING CONTRACT CLAUSES 6.1 General

The conditions of any contract awarded under the Supply Arrangement will be in accordance with the resulting contract clauses of the template used for the bid solicitation.

For any contract to be awarded using the template:

(a) MC (for medium complexity requirements), general conditions 2010C will apply to the resulting contract;

(b) HC (for high complexity requirements), general conditions 2035 will apply to the resulting contract.

A copy of the template(s) can be provided upon request by contacting the Strategic Policy Integration Division by sending a query to TPSGC.Outilsdapprovisionnement-ProcurementTools.PWGSC@tpsgc- pwgsc.gc.ca.

Note: References to the HC and MC templates in PWGSC Requests for Supply Arrangements are provided as examples only. The latest versions of the template and terms and conditions will be used at time of bid solicitation.

(15)

Page 14 of - de 27

ANNEX "A"

STATEMENT OF WORK

PART 1:SCOPE:

The intent of this Statement of Work is to give Suppliers an overview of work that could be expected under the Supply Arrangement to supply and install Marine Grade Furniture and components on various Department of Fisheries and Oceans (DFO)/Canadian Coast Guard (CCG) Vessels in the Atlantic Region.

The subsequent scope of work pertains to all areas of the vessel i.e. Accommodations, work areas, lounge areas, etc.

Work will include, but not limited to, design layout of space for furniture, removal of existing Furnishings, supply and install Transport Canada Marine Safety and Security (TCMSS) approved and applicable Classification Society (ABS) approved Marine Grade Furniture / materials.

Contractor / Installer / Subcontractor must be Original Equipment Manufacturer (OEM) trained (certified) and/or authorized to install the OEM Furnishings.

Each requirement is time sensitive due to the nature of the vessel being out of service. The Contractor will be required to provide layout and design services in a timely manner, as indicated in each individual RFP.

Canadian Coast Guard operates within the International Safety Management Code (ISM). Contractor is responsible to ensure that all work is carried out in accordance with the DFO/CCG Fleet Safety Manual for those items that are pertinent to Contractor’s operation.

The scope of work is on a when required basis for DFO/CCG Vessels in the Atlantic Region. This includes provision of materials, equipment and Service in the Atlantic Region North (Newfoundland) and Atlantic Region South (Nova Scotia, P.E.I and New Brunswick).

Contracts in Atlantic region will be initiated from either the Coast Guard Marine Engineering Office in St.

John’s, Newfoundland or Coast Guard Marine Engineering Office in Dartmouth, Nova Scotia depending on the Region making the request.

Contractor to take note that there may be locations having asbestos containing materials (ACM). Contractor will be notify of areas of concern and provided with the Vessel’s latest Asbestos Assessment report upon request. Any areas requiring remediation will be the responsibility of the Coast Guard Technical Authority (CGTA) or their Designate.

PART 2:TECHNICAL DESCRIPTION: 2.1 GENERAL

Contractor to provide services of labour, parts, material, fabrication and equipment for the following, but not limited to any single item.

FURNISHINGS

2.1.1 MEASUREMENTS

(16)

Page 15 of - de 27

2.1.1.1 Contractor to measure each area prior to fabrication and/or supplying Furnishings.

Contractor to attend the vessel and take detailed measurements for all location(s) identified by the CGTA for renewal as part of the initial scope of work.

2.1.1.2 Contractor to provide the CGTA with a detailed plan. The plan at a minimum to include all measurements, drawings, identified locations, pictures if applicable, recommendations and quantities of each part / material required.

2.1.1.3 New Furniture installation(s) must meet the existing layout. Contractor must identify any conflicts to the CGTA prior to any work taking place. Contractor in consultation with the CGTA to agree upon any changes prior to work commencing.

2.1.2 LAYOUT AND DESIGN

2.1.2.1 Contractor to provide services for space design, layout and reconfiguration, furniture design, drawing services and 3D rendering drawings if required.

2.1.3 MATERIALS /INSTALLATION

2.1.3.1 Contractor to supply and install TCMSS approved and applicable Classification Society (ABS) approved marine grade materials in the construction of furniture being supplied. Contractor to provide CGTA with detailed plans for each location being addressed in the Statement of Work provided by the CGTA’s and seek CGTA approval prior to start of work.

2.1.3.2 Contractor to use lightweight materials where possible, but keeping the overall strength requirements. At a minimum, the strength must be comparable to the existing Furnishings. The Furniture being installed must at least be similar in weight to the units being renewed.

2.1.3.3 Contractor to provide CGTA with a selection of colors/materials to choose from prior to fabrication and seek CGTA approval prior to start of work.

2.1.3.4 Marine Grade Furniture must include, but not limited to any individual item, moldings, hardware, connections, brackets, etc. required for completing the installation as identified by the CGTA. All hardware to be Marine Grade Stainless steel unless otherwise advised. All drawers and doors to be fitted with latching mechanism – in some cases it may be required that a locking (keyed) mechanism be installed as identified by the CGTA.

2.1.3.5 All Furnishings must meet the requirement outlined in the Vessel Fire Safety Regulation SOR-2017-14 for Structural Fire Protection.

2.1.4 REMOVALS

2.1.4.1 Contractor must remove old furnishings prior to installing the new units. This requirement also applies to any other items that may require removal to access, remove, renew and replace the Furnishings. All interference items removed must be reinstalled upon completion of Furniture installs, prior to final acceptance.

2.1.4.2 All exposed service connections resulting from the removal of furnishings must be identified and tagged with their service and purpose. These temporary tags must be affixed to the services in such a way that they will remain attached to identify the

(17)

Page 16 of - de 27

services throughout the scope of work. All interference items removed must be reinstalled upon completion of Furniture installs, prior to final acceptance.

2.1.5 ELECTRICAL &PLUMBING ISOLATION

2.1.5.1 Contractor must use common ship building and repair practices when removing Furnishings. This includes proper lockout and tag out of all associated electrical connections as well as the disconnection of all associated plumbing interfaces. Both electrical and plumbing connections affected during the removal of the Panel(s) must be reconnected and demonstrated as operable to the CGTA prior to the contract end.

2.1.5.2 Prior to commencing any work, Contractor must tag and lock out applicable system(s) being worked on as a minimum, per the DFO/5737 Fleet Safety Manual, 7.B.5 - LOCKOUT AND TAGOUT. Contractor must install /remove locks and tags accordingly during the scope of work. Coast Guard Technical Authority (CGTA) will assist Contractor in identifying the locations to perform the lock outs, but will not perform the actual lock out. Contractor must supply and install their own locking devices and retain all keys during the scope of this work. Upon completion of all work CGTA must be in attendance when all locks/tags are removed

2.1.6 PARTS

2.1.6.1 Contractor to supply and install parts related to new Furniture installations or corrective actions required due to issues related to existing Systems.

2.1.6.2 Contractor to provide CGTA with a description / cost for all parts required to complete corrective actions as a result of their findings and seek CGTA approval prior to ordering / purchasing the part(s) / installing.

2.1.7 EQUIPMENT

2.1.7.1 Contractor to supply and install equipment related to new furnishing System installations or corrective actions required due to issues related to existing furnishings.

2.1.7.2 Contractor to provide CGTA with a description / cost for all equipment required to complete new installation and corrective actions as a result of their findings and seek CGTA approval prior to obtaining or installing equipment.

2.1.8 TYPICAL FURNISHINGS

2.1.8.1 The following are provided for guidance purposes only;

1) Bunk with Drawers 2) Double bunk 3) Chest of drawers

4) Desk top with drawers underneath 5) Book case

6) Wardrobe 7) Coat rack

8) Night table / Night Shelf 9) Shelfing

(18)

Page 17 of - de 27

10) Table 2.2 LOCATION

2.2.1 Various Vessels within the DFO/Canadian Coast Guard Fleet in the Atlantic Region.

Atlantic South - Nova Scotia

- Prince Edward Island - New Brunswick Atlantic North

- Newfoundland and Labrador 2.3 INTERFERENCES

2.3.1 Contractor is responsible for the identification of any interference items, their temporary removal with approval from the CGTA and storage until work is completed and refitting to the vessel upon completion of the scope of work.

2.3.2 Contractor is responsible for protecting surrounding areas and equipment while carrying out this work

PART 3:REFERENCES:

3.1 GUIDANCE DRAWINGS/NAMEPLATE DATA

3.1.1 Applicable drawings will be made available to Contractor.

3.1.2 DFO/CCG Fleet Safety Manual will be made available to Contractor.

3.2 STANDARDS AND REGULATIONS

The following regulations and standards are applicable to this section:

3.2.1 Vessel Fire Safety Regulation SOR-2017-14 3.2.2 Canada Shipping Act 2001

3.2.3 International Association of Classification Societies (IACS) No. 47 – Shipbuilding and Repair Quality Standard.

3.3 OWNER FURNISHED EQUIPMENT

N/A–INTENTIONALLY LEFT BLANK

PART 4:PROOF OF PERFORMANCE: 4.1 INSPECTION

4.1.1 All work to be to the satisfaction of the CGTA, Contractor to provide CGTA an opportunity to inspect the installation and final completion of work prior to acceptance.

4.2 TESTING

(19)

Page 18 of - de 27

N/A – INTENTIONALLY LEFT BLANK 4.2 CERTIFICATION

4.2.1 All Furniture and their Systems / components must meet TCMSS requirements (i.e. type approval) and applicable Class Society (ABS) approval. Approval certificates for all material(s) must be submitted to the CGTA prior to start of work.

PART 5:DELIVERABLES:

5.1 REPORTS,DRAWINGS, AND MANUALS

1. Contractor to provide a detailed report on all work performed in typewritten format and electronic copy in PDF format. The report must include a list of materials and part numbers installed and any recommendations for the areas worked on.

2. Contractor to provide all applicable documentation (i.e. manuals) in typewritten format and electronic PDF format, for all new installations.

(20)

Page 19 of - de 27

ANNEX "B"

Mandatory Technical Evaluation Criteria

Bidders are requested to provide cross-reference below to identify the page(s) where each mandatory minimum specification can be demonstrated in their technical documentation provided with the bid.

Please flag the applicable criteria in the brochure, referencing the numbers below. For the few criteria which are not identified in specification sheets/literature/brochures, your firm’s indication of "Compliant"

will be considered as certification that the requirement is met. Canada reserves the right to verify any and all information relating to mandatory requirements. Mandatory Requirements found not to be met will result in a non-compliant bid.

(To be completed by Bidder)

EVALUATION CRITERIA Cross Reference

Page #

Contractor shall have a minimum of five (5) years of applicable experience supplying and installing marine approved furnishings as noted above.

Experience is understood to mean the depth and breadth of the experience normally associated with having performed a broad range of various related activities which are normally acquired over a period of at least five (5) years.

Contractor to propose a minimum of three (3) certified installers with a minimum of five (5) years of applicable marine experience each, installing marine approved furnishings.

Contractor to supply Curriculum Vitae (CV) for each employee, the document to clearly demonstrate the qualifications and experience that would make these individuals qualified to perform this type of work in the Marine Environment. Contractor shall indicate that these employees, if found acceptable, would be the personnel performing work under the terms and conditions of the Supply Arrangement.

Contractor must have the minimum number of qualified employees in the province in which they propose to perform work (Nova Scotia and Newfoundland).

Contractor to have a Quality Assurance Program in place, ISO 9001 and ISO 14001 Quality Assurance Systems or equivalent.

(21)

Page 20 of - de 27

ANNEX "C"

QUARTERLY USAGE REPORT

The Quarterly Usage Report for this Request for Supply Arrangement (RFSA) will contain:

1. The list of each contract issued under this SA with number, contract number, issue date and issue value.

2. The list of each contract completed with end date and final value.

3. The total value of all contracts issued.

4. The total value of all contracts completed.

Example:

Usage Report for the third Quarter of fiscal year 2019-2020 Contracts completed and on-going

N Contract number Issue Date Issue Value End Date Final Value

1 F5564-180001 2019-10-01 $20,000 2019-11-01 $20,000

2 F5564-180002 2019-11-05 $10,000 2019-12-05 $10,000

3 F5564-18003 2019-12-12 $30,000 On-going

Total $60,000 $30,000

(22)

Page 21 of - de 27

ANNEX D

Geographical Location of Operations

Please indicate the geographical location in which your firm will be offering the services as described in this Supply Arrangement and Statement of Work.

Geographical location

Atlantic South (Nova Scotia; New Brunswick, PEI ܆

Atlantic North (Newfoundland and Labrador) ܆

(23)

Page 22 of - de 27

ANNEX E

Integrity Provisions – Required Documentation

Offeror’s List of Directors and/or Owners’ Surnames and Given Names below. Please provide a list of names of all individuals who are currently Directors in accordance with Part 5 – CERTIFICATION.

Directors: Please print clearly

Given Name(s) Surname Given Name(s) Surname

Attach additional names on a separate sheet if required.

(24)

Page 23 of - de 27

APPENDIX 1

Equivalent - Environmental Management System

*Suppliers are encouraged to provide any information related to green procurement*

Bidders have the option to present their firms’ ISO 14001 certificate or provide their firms’ internal plan, system or policy. In order to be considered an equivalent, a bidder’s firm must meet the green

procurement categories as described below.

No. Green Procurement Category Met

1. Development of an environmental policy that reflects the organization’s commitments ܆ 2. The appointment of a person(s) responsible for the Environmental Management

System’s coordination

܆

3. Identification of how the organization interacts with the environment ܆ 4. Identification of actual and potential environmental impacts ܆

5. Identification of environmental compliance requirements ܆

6. Establishment of environmental objectives, targets and programs ܆ 7. Monitoring and measurement of the progress to achieve its objectives ܆

8. Reviewing the system and environmental performance ܆

9. Continuous improvement of the organizations environmental performance ܆

(25)

Page 24 of - de 27

APPENDIX 2 Social Procurement

Suppliers are encouraged to advise PSPC if they engage in Social Procurement. Here are the definitions of Social Procurement:

The following definitions, listed in alphabetical order, were developed based on national and international best practices as well as the Canadian federal legislative and policy environment.

Indigenous/Aboriginal

Indigenous/Aboriginal is a collective name for the original peoples of North America and their

descendants.[1] Aboriginal peoples of Canada are defined in the Constitution Act, 1982, Section 35 (2) as including the Indian, Inuit and Métis peoples of Canada[2]. In the Employment Equity Act (S.C. 1995, c.

44)[3], Indigenous/Aboriginal refers to persons who are First Nation, Metis, or Inuit. Moreover, the Government of Canada’s Public Services Commission also specifies that members of a First Nation encompass treaty, status, or registered Indians, as well as non-status and non-registered Indians.[4]

Indigenous business

Indigenous businesses are those enterprises that are majority-owned and controlled by Indigenous individuals or communities[5]. The Government of Canada is committed to a renewed, nation-to-nation relationship with Indigenous Peoples, based on recognition of rights, respect, co-operation, and partnership. In regards to procurement, this means improving access opportunities to government contracts and eliminate or reduce disadvantages.

Persons with Disabilities

As per the Accessible Canada Act: “disability means any impairment, including a physical, mental, intellectual, cognitive, learning, communication or sensory impairment-or a functional limitation-whether permanent, temporary or episodic in nature, or evident or not, that, in interaction with a barrier, hinders a person’s full and equal participation in society.”[6] Furthermore, as per the to the Employment Equity Act

``person with disabilities can consider themselves to be disadvantaged in employment by reason of that impairment, or believe that an employer or potential employer is likely to consider them to be

disadvantaged in employment by reason of that impairment.”[7]

Social Benefit Criteria (or socio-economic benefit criteria)

A requirement related to a social benefit in a procurement is called a social benefit criteria. A social benefits criteria can take one of these forms:

x Subcontracting of goods or services required under the contract from an underrepresented supplier or social enterprise;

x Employment of individuals from an underrepresented group, who will be performing work under the contract as employees, apprentices or trainees;

[1] Indian and Northern Affairs Canada (2016), Indigenous People and their Communities, https://www.aadnc- aandc.gc.ca/eng/1100100013785/1304467449155

[2]Rights of the Aboriginal Peoples of Canada, https://laws-lois.justice.gc.ca/eng/const/page-16.html

[3] Justice Canada, Employment Equity Act (S.C. 1995, c. 44), http://laws-lois.justice.gc.ca/eng/acts/E-5.401/page-1.html#h-3

[4] Public Service Commission, Employment Equity: https://www.canada.ca/en/public-service-commission/jobs/services/gc- jobs/employment-equity.html

[5]Spotlight on Inclusive Trade – Indigenous Business, https://www.tradecommissioner.gc.ca/tcs- sdc/guides/spotlight-pleins_feux/spotlight-trade-pleins-feux-commerce.aspx?lang=eng

[6] Accessible Canada Act, https://laws-lois.justice.gc.ca/eng/acts/A-0.6/page-1.html#h-1153395

[7]Employment Equity Act (S.C. 1995, c. 44), http://laws-lois.justice.gc.ca/eng/acts/E-5.401/page-1.html#h-3

(26)

Page 25 of - de 27

x Workforce and skills development that includes training individuals from an underrepresented group so that they can perform work under the contract; or

x Investment in skills by working with post-secondary institutions such as: Co-op work terms;

scholarships; and or research funding.

Social Enterprise[8]

A social enterprise seeks to achieve social, cultural or environmental aims through the sale of goods and services. The social enterprise can be for-profit or non-profit but the majority of net profits must be directed to a social objective (e.g., reducing environmental impacts of its products or including local training in communities) with limited distribution to shareholders and owners.

Social procurement

At PSPC, social procurement is defined as leveraging the government’s buying power through procurement to generate positive societal impacts. Among ways social procurement can be achieved: purchasing goods and services from targeted underrepresented suppliers and social enterprises; or incorporating social or community benefits requirements into procurements.

Socio-economic procurement

Socio-economic procurement is when in addition to the purchase of a good or service, the procurement also seeks to achieve key policy objectives including:

x Benefits for specific under-represented groups or communities (can include indigenous communities)

x Meeting environmental or accessibility goals/requirements x Engagement of under-represented suppliers

x Meeting economic goals such as increased employment Underrepresented group

Social procurement can provide opportunities for various groups that are socially underrepresented and/or economically disadvantaged. An underrepresented group can include representatives from specific social, cultural, or economic segments of the population such as: women, persons with disabilities, visible minorities, etc.[9]

Underrepresented supplier

In the context of social procurement at PSPC, an underrepresented supplier is a business owned, or led (i.e., operated or controlled) [10] by a member of an underrepresented group (e.g., women, persons with disabilities, visible minorities[11], etc.). In addition, the owner must be a Canadian citizen or legal resident and the company must physically reside in Canada.

Underrepresented Supplier Ownership

Ownership, operation, or control within the context of social procurement is understood as a businesses with 51% majority control or effective management of the business by underrepresented individual(s).

Proof of ownership or operation can include governing documents such as by-laws and business

[8]BC Center for Social Enterprise; The Canadian Community Economic Development Network

[9] The PSPC definition focuses on the Employment Equity Act designated groups however other groups can be considered, for example: veteran, LGBT, unemployed, youth, ex-offenders or recent immigrant.

[10]Led, in the PSPC mandate letter context, is interpreted as operated and controlled which implies control of the management and daily business operations.

[11] PSPC 2015 Mandate Letter, https://pm.gc.ca/en/mandate-letters/2015/11/12/archived-minister-public-services-and- procurement-mandate-letter

(27)

Page 26 of - de 27

decision-making authority. Control of business is also evidenced by signature role on debt or financial instruments, such as legally binding documents such as leases and contracts.

Visible Minorities

The Employment Equity Act (S.C. 1995, c. 44), defines visible minority as “persons, other than Aboriginal peoples, who are non-Caucasian in race or non-white in colour”.[12] Statistics Canada, however, provides a detailed explanation of visible minority, referring to “persons who are non-Caucasian in race or non- white in colour and who do not report being Aboriginal”.[13] Visible minority groups include Chinese, Black, South Asian, Filipino, Latin American, Southeast Asian, Arab, West Asian, Korean, Japanese, etc.

Women

Women are an underrepresented group in the federally regulated private sector workforce[14]. As per the Canada Employment Equity Act, women are defined as an “an employment equity designated group”.

[15],[16]

[12] Justice Canada, Employment Equity Act (S.C. 1995, c. 44), http://laws-lois.justice.gc.ca/eng/acts/E-5.401/page-1.html#h- 3

[13] Statistics Canada (2016), http://www12.statcan.gc.ca/census-recensement/2016/ref/dict/pop127-eng.cfm

[14]Employment and Social Development Canada (2017), Employment Equity Act: Annual Report 2017,

https://www.canada.ca/en/employment-social-development/services/labour-standards/reports/employment-equity- 2017.html#h2.4-h3.1

[15] Treasury Board (2018), Employment Equity in the Public Service of Canada 2016-2017.

https://www.canada.ca/content/dam/tbs-sct/documents/reports/eepsfy-emefp/2017/eepsfy-emefp-eng.pdf see also Public Service Commission Canada (n.d.), Designated Groups – Women, https://www.canada.ca/en/public-service- commission/services/appointment-framework/employment-equity-diversity/employment-equity-groups/designated- groups/designated-groups-women.html

[16] Canada Employment Equity Act, http://laws-lois.justice.gc.ca/eng/acts/e-5.401/page-1.html

(28)

Page 27 of - de 27

Références

Documents relatifs

send as early as possible, and in any case, at least six business days prior to the solicitation closing date and time, (in order to ensure a response), an email that includes the

Le verre trempé, le cadre et les composants doivent être conçus, fabriqués et certifiés conformément aux règles et règlements d’une société de classification reconnue par

Un maximum de deux (2) personnes, agissant comme porte-paroles du proposant, peuvent participer à la présentation. Ces porte-paroles doivent faire parties de l’équipe

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation

Le chargé de projet doit aussi s’assurer que les employés et les sous-traitants du fournisseur qui doivent accéder au site respectent le délai accordé au fournisseur pour aller

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

Le soumissionnaire atteste que, s'il obtient le contrat découlant de la demande de soumissions, chaque individu proposé dans sa soumission sera disponible pour exécuter les