873-354-0959 n/a€¦ · 2020-12-09  · 873-354-0959 fax no. – n° de fax n/a destination – of...

26
RFSO : Page 1 of - de 26 NCR#11226562 - v1 RETURN BIDS TO : RETOURNER LES SOUMISSIONS À: [email protected] REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal To: Indigenous 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 thereof. Proposition aux: Services aux Autochtones 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-annexées, au(x) prix indiqué(s). Instructions : See Herein Instructions: Voir aux présentes Comments - Commentaires Ce document contient une sécurité Exigence - This document contains a Security Requirement Vendor/Firm Name and address Raison sociale et adresse du fournisseur/de l’entrepreneur : Issuing Office – Bureau de distribution Indigenous Services Canada/ Services aux Autochtones Canada Title – Sujet SAC/ISC - RFSO – Multiple Vendors - Appraisal Services for land required by Indigenous Services Canada Solicitation No. – N° de l’invitation 1000225331 Date 9-December-2020 Client Reference No. – N° référence du client N/A GETS Reference No. – N° de reference de SEAG PW-20-00937094 File No. – N° de dossier N/A CCC No. / N° CCC - FMS No. / N° VME N/A Solicitation Closes – L’invitation prend fin at – à 02 :00 PM on – le January 18th, 2021 Time Zone Fuseau horaire Eastern Standard Time EST F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Inquiries to : - Adresser toutes questions à: [email protected] Buyer Id – Id de l’acheteur DY6 Telephone No. – N° de téléphone : 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction : Ontario Delivery required - Livraison exigée Delivered Offered – Livraison proposée Vendor/firm Name and address Raison sociale et adresse du fournisseur/de l’entrepreneur Facsimile No. – N° de télécopieur Telephone No. – N° de téléphone 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

Upload: others

Post on 23-Jan-2021

1 views

Category:

Documents


0 download

TRANSCRIPT

Page 1: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 1 of - de 26 NCR#11226562 - v1

RETURN BIDS TO :

RETOURNER LES SOUMISSIONS À: [email protected] REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION

Proposal To: Indigenous 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 thereof.

Proposition aux: Services aux Autochtones 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-annexées, au(x) prix indiqué(s). Instructions : See Herein Instructions: Voir aux présentes Comments - Commentaires

Ce document contient une sécurité Exigence - This document contains a Security Requirement Vendor/Firm Name and address Raison sociale et adresse du fournisseur/de l’entrepreneur :

Issuing Office – Bureau de distribution

Indigenous Services Canada/ Services aux Autochtones Canada

Title – Sujet

SAC/ISC - RFSO – Multiple Vendors - Appraisal Services for land required by Indigenous Services Canada Solicitation No. – N° de l’invitation

1000225331 Date

9-December-2020 Client Reference No. – N° référence du client

N/A GETS Reference No. – N° de reference de SEAG

PW-20-00937094 File No. – N° de dossier

N/A CCC No. / N° CCC - FMS No. / N° VME N/A

Solicitation Closes – L’invitation prend fin

at – à 02 :00 PM on – le January 18th, 2021

Time Zone Fuseau horaire Eastern Standard Time EST

F.O.B. - F.A.B.

Plant-Usine: Destination: Other-Autre: Address Inquiries to : - Adresser toutes questions à:

[email protected] Buyer Id – Id de l’acheteur

DY6 Telephone No. – N° de téléphone :

873-354-0959 FAX No. – N° de FAX

N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction :

Ontario

Delivery required - Livraison exigée

Delivered Offered – Livraison proposée

Vendor/firm Name and address Raison sociale et adresse du fournisseur/de l’entrepreneur Facsimile No. – N° de télécopieur Telephone No. – N° de téléphone 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

Page 2: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 2 of - de 26 NCR#11226562 - v1

TABLE OF CONTENTS

PART 1 - GENERAL INFORMATION ............................................................................................................... 4

1.1 INTRODUCTION ............................................................................................................................................................... 4 1.2 SUMMARY ....................................................................................................................................................................... 4 1.3 SECURITY REQUIREMENTS ............................................................................................................................................. 4 1.4 DEBRIEFINGS .................................................................................................................................................................. 4

PART 2 - OFFEROR INSTRUCTIONS ............................................................................................................. 5

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ................................................................................................. 5 2.2 SUBMISSION OF OFFERS ................................................................................................................................................ 5 2.3 FORMER PUBLIC SERVANT ............................................................................................................................................. 5 2.4 ENQUIRIES - REQUEST FOR STANDING OFFERS ............................................................................................................. 5 2.5 APPLICABLE LAWS .......................................................................................................................................................... 6

PART 3 - OFFER PREPARATION INSTRUCTIONS....................................................................................... 7

3.1 OFFER PREPARATION INSTRUCTIONS ............................................................................................................................. 7

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ...................................................... 8

4.1 EVALUATION PROCEDURES ............................................................................................................................................ 8 4.2 BASIS OF SELECTION .................................................................................................................................................... 10

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ............................................................. 12

5.1 CERTIFICATIONS REQUIRED WITH THE OFFER .............................................................................................................. 12 5.2 CERTIFICATIONS PRECEDENT TO THE ISSUANCE OF A STANDING OFFER AND ADDITIONAL INFORMATION ................... 12

PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS ................................................. 14

6.1 SECURITY REQUIREMENTS ........................................................................................................................................... 14

PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES ................................................ 15

A. STANDING OFFER ................................................................................................................................... 15

7.1 OFFER .......................................................................................................................................................................... 15 7.2 SECURITY REQUIREMENTS ........................................................................................................................................... 15 7.3 STANDARD CLAUSES AND CONDITIONS ........................................................................................................................ 15 7.4 TERM OF STANDING OFFER .......................................................................................................................................... 15 7.5 AUTHORITIES ................................................................................................................................................................ 15 7.6 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS .............................................................. 16 7.7 IDENTIFIED USERS ........................................................................................................................................................ 16 7.8 CALL-UP PROCEDURES ................................................................................................................................................ 16 7.9 CALL-UP INSTRUMENT .................................................................................................................................................. 16 7.10 LIMITATION OF CALL-UPS .............................................................................................................................................. 17 7.11 PRIORITY OF DOCUMENTS ............................................................................................................................................ 17 7.12 CERTIFICATIONS AND ADDITIONAL INFORMATION ......................................................................................................... 17 7.13 APPLICABLE LAWS ........................................................................................................................................................ 17 7.14 TRANSITION TO AN E-PROCUREMENT SOLUTION (EPS) ............................................................................................... 17

B. RESULTING CONTRACT CLAUSES ..................................................................................................... 18

7.1 STATEMENT OF WORK .................................................................................................................................................. 18 7.2 STANDARD CLAUSES AND CONDITIONS ........................................................................................................................ 18 7.3 TERM OF CONTRACT .................................................................................................................................................... 19 7.4 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS .............................................................. 19 7.5 PAYMENT ...................................................................................................................................................................... 19 7.6 INVOICING INSTRUCTIONS ............................................................................................................................................. 19

ANNEX "A" ........................................................................................................................................................ 20

Page 3: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 3 of - de 26 NCR#11226562 - v1

STATEMENT OF WORK ........................................................................................................................................................ 20

ANNEX "B" ........................................................................................................................................................ 23

BASIS OF PAYMENT .............................................................................................................................................................. 23

ANNEX "C" ........................................................................................................................................................ 25

SECURITY REQUIREMENTS CHECK LIST ....................................................................................................................... 25

Page 4: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 4 of - de 26 NCR#11226562 - v1

PART 1 - GENERAL INFORMATION

1.1 Introduction

The Request for Standing Offers (RFSO) is divided into seven parts plus attachments and annexes, as follows: Part 1 General Information: provides a general description of the requirement; Part 2 Offeror Instructions: provides the instructions applicable to the clauses and conditions of

the RFSO; Part 3 Offer Preparation Instructions: provides offerors with instructions on how to prepare their

offer 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 offer, and the basis of selection;

Part 5 Certifications and Additional Information: includes the certifications and additional

information to be provided; Part 6 Security, Financial and Insurance Requirements: includes specific requirements that

must be addressed by offerors; and Part 7 7A, Standing Offer, and 7B, Resulting Contract Clauses:

7A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions; 7B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer.

The Annexes include the Statement of Work, the Basis of Payment, the Electronic Payment Instruments, the Federal Contractors Program for Employment Equity - Certification and any other annexes 1.2 Summary To establish a departmental Standing Offer to determine fair market value of interests on reserve land and non-reserve land, for historical land value appraisals and for periodic rent reviews and to provide ISC-BC with advice on appraisal/land valuation matters which can be relied on by ISC-BC. 1.3 Security Requirements There are no security requirements associated with the requirement of the Standing Offer. 1.4 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.

Page 5: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 5 of - de 26 NCR#11226562 - v1

PART 2 - OFFEROR INSTRUCTIONS

2.1 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-conditions-manual) 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 2020-05-28 Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the RFSO. Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Delete: 60 days Insert: 90 days 2.2 Submission of Offers Offers must be submitted only to Indigenous Service Canada (ISC) by the date, time and e-mail address indicated on page 1 of the Request for Standing Offers. Due to the nature of the Request for Standing Offers, transmission of offers by any other means to ISC will not be accepted. 2.3 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 FPSs, bidders must provide the information required below before contract award. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder 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 bid non-responsive. 2.4 Enquiries - Request for Standing Offers All enquiries must be submitted in writing to the Standing Offer Authority no later than 3 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

Page 6: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 6 of - de 26 NCR#11226562 - v1

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. 2.5 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 British Columbia. 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.

Page 7: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 7 of - de 26 NCR#11226562 - v1

PART 3 - OFFER PREPARATION INSTRUCTIONS

3.1 Offer Preparation Instructions Canada requests that the Offeror submits its offer electronically in accordance with section 8 of the

2006 standard instructions and as amended in Part 2 - Offeror Instructions, Article 2.1 Standard Instructions, Clauses and Conditions. Offerors are required to provide their offer in a single transmission. The total size of the email, including all attachments, must not exceed 10 megabytes (MB). It is solely the Bidder’s responsibility to ensure that the total size of the email does not exceed this limit. The offer must be gathered per section and separated as follows:

Section I: Technical Offer Section II: Financial Offer Section III: Certifications Section IV: Additional Information

Section I: Technical Offer In their technical offer, offerors should explain and demonstrate 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. 3.1.1 Electronic Payment of Invoices - Offer The method of invoice payment by the Indigenous Service Canada is by direct deposit to the Contractor’s financial institution of choice. Section III: Certifications Offerors must submit the certifications and additional information required under Part 5.

Page 8: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 8 of - de 26 NCR#11226562 - v1

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures (a) Offers will be assessed in accordance with the entire requirement of the Request for Standing

Offers including the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the offers. 4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria

Mandatory Technical Criteria (MT) For the purpose of the mandatory technical criteria specified below, the experience of the Bidder and its subcontractors, affiliates and suppliers will be considered

Number Mandatory Technical Criterion Yes/No

MT1

For each proposed appraiser resource, bidders must submit with their proposal, a detailed resume including a letter from the Appraisal Institute of Canada (AIC) confirming current good standing of their Accredited Appraiser Canadian Institute (AACI) designation. Each proposed appraiser resource must have a minimum of 5 years experience as an AACI designated appraiser and must have completed a Full Narrative Appraisal Report on reserve land in the past five (5) years.

MT2 Bidders must submit a copy of a Full Narrative Final Appraisal Report completed within the last twenty-four (24) months related to reserve lands.

4.1.1.2 Point Rated Technical Criteria

Point Rated Technical Criteria (RT) and Scores Maximum Number of Points

Minimum Number of Points

RT1

Category 1: Bidders breadth of experience Bidder’s should provide proof of various types of appraisals completed in these areas in the past 5 years: Residential, Commercial, Industrial Appraisals in 1 of the above categories = 5 points Appraisals in 2 of the above categories = 10 points Appraisals in all three of the above categories= 15 points

15

Page 9: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 9 of - de 26 NCR#11226562 - v1

RT2

Category 2: Bidders Sample of Final Report Bidders must include a sample of a Full Narrative Final Appraisal Report prepared within the last twenty-four (24) months on reserve land and submitted to one of their clients. The report must contain the minimal Standards of Professional Practice of the Appraisal Institute of Canada which would include: • Estimate of value • Effective date of the appraisal • Certification and signature • Purpose of the appraisal • Qualifying conditions • Condition of the neighbourhood • An identification of the property and its ownership • An analysis and interpretation of the data and the assumptions made • The processing of the data by one or more of the three approaches to value • Other description support material such as maps, plans, charts, photography, etc. Rated on: Minimal Standards of Professional Practice of the Appraisal Institute of Canada All minimum standards met = 50 Points 5 points will be subtracted for each minimum standard not met

50

RT3

Category 3: Recent Experience working with First Nation Communities in Ontario Bidders should have a minimum of 5 years of appraisal experience on reserve lands. 1 point for each year of appraisal experience on reserve lands within the last 10 years, up to 5 points.

5

Overall Score:

Minimum Pass Mark (60%): 42

Page 10: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 10 of - de 26 NCR#11226562 - v1

4.2 Basis of Selection *The intent is to establish a Standing Offer with multiple vendors, usage will be ranked and

determined by the following basis of selection:

SACC Manual Clause A0027T , Basis of Selection – Highest Combined Rating of Technical Merit and Price

1. To be declared responsive, a bid must:

a. comply with all the requirements of the bid solicitation; and

b. meet all mandatory criteria; and c. obtain the required minimum of 42 points overall for the technical evaluation

criteria which are subject to point rating.

The rating is performed on a scale of 70 points.

2. Bids not meeting (a) or (b) or (c) will be declared non-responsive.

The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70 % for the technical merit and 30 % for the price.

4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 70%.

To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30%.

6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating.

7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid(s) with the highest combined rating of technical merit and price will be recommended for award of a standing offer.

The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 60/40 ratio of technical merit and price, respectively. The total available points equals 135 and the lowest evaluated price is $45,000 (45).

Basis of Selection - Highest Combined Rating Technical Merit (60%) and Price (40%)

Bidder 1 Bidder 2 Bidder 3

Page 11: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 11 of - de 26 NCR#11226562 - v1

Overall Technical Score 115/135 89/135 92/135

Bid Evaluated Price $55,000.00 $50,000.00 $45,000.00

Calculations

Technical Merit Score

115/135 x 60 = 51.11

89/135 x 60 = 39.56

92/135 x 60 = 40.89

Pricing Score 45/55 x 40 = 32.73 45/50 x 40 = 36.00

45/45 x 40 = 40.00

Combined Rating 83.84 75.56 80.89

Overall Rating 1 3 2

Rankings: The responsive offer with the Highest Combined Rating of Technical Merit and Price, will be

ranked as #1 on the Standing Offer issuance list, subsequent responsive bids will be listed in descending order, based on overall rating (See above example). User’s are to begin at the top of the list, should the highest ranked vendor not be able to provide services, the user should move to the next vendor on the list, repeat as necessary.

SO Holder’s: 1._________________________________ 2._________________________________ 3._________________________________ 4._________________________________ 5._________________________________ 6._________________________________ 7._________________________________ 8._________________________________ 9._________________________________ 10._________________________________

Page 12: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 12 of - de 26 NCR#11226562 - v1

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Offerors must provide the required certifications and additional information to be issued a standing offer. The certifications provided by offerors to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare an offer non-responsive, will have the right to set-aside a standing offer, or will declare a contractor in default 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 will render the offer non-responsive, result in the setting aside of the Standing Offer or constitute a default under the Contract.

5.1 Certifications Required with the Offer

Offerors must submit the following duly completed certifications as part of their offer. 5.1.1 Integrity Provisions - Declaration of Convicted Offences In accordance with the Integrity Provisions of the Standard Instructions, all offerors must provide with their offer, 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.

5.2 Certifications Precedent to the Issuance of a Standing Offer and Additional Information

The certifications and additional information listed below should be submitted with the offer, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Standing Offer Authority will inform the Offeror 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 offer non-responsive. 5.2.1 Integrity Provisions – Required Documentation

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 Offeror must provide the required documentation, as applicable, to be given further consideration in the procurement process. 5.2.2 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 ) available at the bottom of the page of the Employment and Social Development Canada-Labour's website (https://www.canada.ca/en/employment-social-development/programs/employment-equity/federal-contractor-program.html#s4).

Page 13: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 13 of - de 26 NCR#11226562 - v1

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.

Page 14: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 14 of - de 26 NCR#11226562 - v1

PART 6 - SECURITY, FINANCIAL AND INSURANCE REQUIREMENTS

6.1 Security Requirements There is no security requirement applicable to this Standing Offer.

Page 15: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 15 of - de 26 NCR#11226562 - v1

PART 7 - STANDING OFFER AND RESULTING CONTRACT CLAUSES

A. STANDING OFFER

7.1 Offer 7.1.1 The Offeror offers to perform the Work in accordance with the Statement of Work at Annex "A". 7.2 Security Requirements 7.2.1 There is no security requirement applicable to the Standing Offer.

7.3 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-conditions-manual) issued by Public Works and Government Services Canada. 7.3.1 General Conditions 2005 2017-06-21 General Conditions - Standing Offers - Goods or Services, apply to and form part of the Standing Offer.

7.4 Term of Standing Offer

7.4.1 Period of the Standing Offer The period for making call-ups against the Standing Offer is from Contract Award to March 31, 2024. 7.4.2 Extension of Standing Offer If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for an additional 2, 1 year periods under the same conditions and at the rates or prices specified in the Standing Offer, or at the rates or prices calculated in accordance with the formula specified in the Standing Offer. The Offeror will be advised of the decision to authorize the use of the Standing Offer for an extended period by the Standing Offer Authority 3 days before the expiry date of the Standing Offer. A revision to the Standing Offer will be issued by the Standing Offer Authority. 7.5 Authorities 7.5.1 Standing Offer Authority The Standing Offer Authority is: Name: Alex Cormier Howie Title: Senior Supply Officer Indigenous Services Canada Materiel and Assets Management Directorate Address: 10 rue Wellington, 13th floor, Gatineau, Qc, K1A 0H4

Page 16: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 16 of - de 26 NCR#11226562 - v1

Telephone: 873-354-0959 E-mail address: [email protected] The Standing Offer Authority is responsible for the establishment of the Standing Offer, its administration and its revision, if applicable. Upon the making of a call-up, as Contracting Authority, he is responsible for any contractual issues relating to individual call-ups made against the Standing Offer by any Identified User. 7.5.2 Project Authority The Project Authority for the Standing Offer is identified in the call-up against the Standing Offer. The Project Authority is the representative of the department or agency for whom the Work will be carried out pursuant to a call-up against the Standing Offer and is responsible for all the technical content of the Work under the resulting Contract. 7.5.3 Offeror's Representative 7.6 Proactive Disclosure of Contracts with Former Public Servants By providing information on its status, with respect to being a former public servant in receipt of a Public Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be reported on departmental websites as part of the published proactive disclosure reports, in accordance with Contracting Policy Notice: 2019-01 of the Treasury Board Secretariat of Canada. 7.7 Identified Users The Identified User authorized to make call-ups against the Standing Offer is: Indigenous Services Canada. 7.8 Call-up Procedures 7.9 Call-up Instrument The Work will be authorized or confirmed by the Identified User(s) using the duly completed forms or their equivalents as identified in paragraphs 2 and 3 below, or by using Canada acquisition cards (Visa or MasterCard) for low dollar value requirements.

1. Call-ups must be made by Identified Users' authorized representatives under the Standing Offer and must be for goods or services or combination of goods and services included in the Standing Offer at the prices and in accordance with the terms and conditions specified in the Standing Offer.

2. Any of the following forms could be used which are available through PWGSC Forms Catalogue website: PWGSC-TPSGC 942 Call-up Against a Standing Offer PWGSC-TPGSC 942-2 Call-up Against a Standing Offer - Multiple Delivery PWGSC-TPSGC 944 Call-up Against Multiple Standing Offers (English version) PWGSC-TPSGC 945 Commande subséquente à plusieurs offres à commandes (French

version) or

Page 17: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 17 of - de 26 NCR#11226562 - v1

3. An equivalent form or electronic call-up document which contains at a minimum the following information: standing offer number; statement that incorporates the terms and conditions of the Standing Offer; description and unit price for each line item; total value of the call-up; point of delivery; confirmation that funds are available under section 32 of the Financial Administration Act; confirmation that the user is an Identified User under the Standing Offer with authority to enter

into a contract. 7.10 Limitation of Call-ups Individual call-ups against the Standing Offer must not exceed $35,000.00 (Applicable Taxes included). 7.11 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 call up against the Standing Offer, including any annexes; b) the articles of the Standing Offer; c) the general conditions 2005 2017-06-21, General Conditions - Standing Offers - Goods or

Services d) the general conditions 2010B - 2020-05-28; e) Annex A, Statement of Work; f) Annex B, Basis of Payment; g) Annex C, Security Requirements Check List; h) the Offeror's offer dated _________ 7.12 Certifications and Additional Information 7.12.1 Compliance Unless specified otherwise, the continuous compliance with the certifications provided by the Offeror with its offer or precedent to issuance of the Standing Offer (SO), and the ongoing cooperation in providing additional information are conditions of issuance of the SO and failure to comply will constitute the Offeror in default. Certifications are subject to verification by Canada during the entire period of the SO and of any resulting contract that would continue beyond the period of the SO.

7.13 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_______________. 7.14 Transition to an e-Procurement Solution (EPS) During the period of the Standing Offer, Canada may transition to an EPS for more efficient processing and management of individual call-ups for any or all of the SO’s applicable goods and services. Canada reserves the right, at its sole discretion, to make the use of the new e-procurement solution mandatory.

Page 18: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 18 of - de 26 NCR#11226562 - v1

Canada agrees to provide the Offeror with at least a three-month notice to allow for any measures necessary for the integration of the Offer into the EPS. The notice will include a detailed information package indicating the requirements, as well as any applicable guidance and support. If the Offeror chooses not to offer their goods or services through the e-procurement solution, the Standing Offer may be set aside by Canada.

B. RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from a call-up against the Standing Offer. 7.1 Statement of Work The Contractor must perform the Work described in the call-up against the Standing Offer.

7.2 Standard Clauses and Conditions

7.2.1 General Conditions 2010B 2020-05-28, General Conditions - Professional Services (Medium Complexity) apply to and form part of the Contract.

a) References to Public Works and Government Services Canada (PWGSC) are replaced by the Indigenous Service Canada (ISC); and

b) Section 10, Subsection 1 is amended as follows:

Delete: “Invoices must be submitted in the Contractor’s name. The Contractor must submit invoices for each delivery or shipment; invoices must only apply to the Contract. Each invoice must indicate whether it covers partial or final delivery.”

Insert: “Invoices must be submitted by Email to the Project Authority in the Contractor’s name. The Contractor must submit invoices for each delivery or shipment; invoices must only apply to the Contract. Each invoice must indicate whether it covers partial or final delivery.”

c) Section 10, Subsection 2, paragraph a. is amended as follows:

Delete: “the date, the name and address of the client department, item or reference numbers, deliverable/description of the Work, contract number, Client Reference Number (CRN), Procurement Business Number (PBN), and financial code(s)”

Insert: “the contract title and number, the date, deliverable/description of the Work and financial code(s)”

d) Insert: “2010B 36 (2018-05-10) Liability

The Contractor is liable for any damage caused by the Contractor, its employees, subcontractors, or agents to Canada or any third party. Canada is liable for any damage caused by Canada, its employees or agents to the Contractor or any third party. The Parties agree that no limitation of liability or indemnity provision applies to the Contract unless it is specifically incorporated in full text in the Articles of Agreement. Damage includes any injury to persons (including injury resulting in death) or loss of or damage to property (including real property) caused as a result of or during the performance of the Contract.”

Page 19: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 19 of - de 26 NCR#11226562 - v1

7.3 Term of Contract 7.3.1 Period of the Contract The period of the Contract is from date of Contract Award to _____________ inclusive 7.3.2 Delivery Date Delivery must be completed in accordance with the call-up against the Standing Offer. 7.4 Proactive Disclosure of Contracts with Former Public Servants By providing information on its status, with respect to being a former public servant in receipt of a Public Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be reported on departmental websites as part of the published proactive disclosure reports, in accordance with Contracting Policy Notice: 2019-01 of the Treasury Board Secretariat of Canada. 7.5 Payment 7.5.1 Basis of Payment The Contractor will be paid firm monthly rates, in arrears, as follows, for the preventive and remedial maintenance services (including parts, labour, travel and living) performed during the Principal Period of Maintenance (PPM), FOB Destination. Customs duties are excluded and Applicable Taxes are extra 7.5.2 Limitation of Price

SACC Manual clause C6000C 2017-08-17 Limitation of Price 7.5.5 Electronic Payment of Invoices – Call-up The method of invoice payment by Indigenous Service Canada is by direct deposit to the Contractor’s financial institution of choice. 7.6 Invoicing Instructions The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the

general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

Page 20: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 20 of - de 26 NCR#11226562 - v1

ANNEX "A"

STATEMENT OF WORK PROJECT TITLE Appraisal Services for land required by Indigenous Services Canada. 1 BACKGROUND The Department of Indigenous Services Canada (ISC), Ontario Region (ISC-ON), on behalf of First Nations throughout Ontario, require land appraisals for many purposes including, for the determination of the fair market value of interests on reserve land and non-reserve land, for historical land value appraisals and for periodic rent reviews. In addition, ISC-ON require appraisal consulting services, including reviewing appraisals, reviewing and drafting Terms of Reference and advising ISC-ON on other appraisal and land valuation matters. 2 OBJECTIVE(S) To determine fair market value of interests on reserve land and non-reserve land, for historical land value appraisals and for periodic rent reviews and to provide ISC-BC with advice on appraisal/land valuation matters which can be relied on by ISC-BC. 3 SCOPE OF WORK The Contractor shall on an “as and when required” basis as detailed in each Call-up issued by the Department:

3.1 Provide services based on individual requirements;

3.2 Prepare or review Terms of Reference for an appraisal requirement;

3.3 Prepare an appraisal (Full Narrative Report) to estimate the fair market rent and/or review rental appraisals;

3.4 Prepare an appraisal (Full Narrative Report) to estimate the fair market value and/or review fair market value appraisals;

3.5 Provide appraisal reviews; recommendations and conclusions to ISC-ON for the purpose of obtaining an independent opinion for the land described;

3.6 Prepare and submit draft reports meeting the requirements outlined for review and comment by the Departmental Representative;

3.7 Incorporate edits, a second draft may be required depending on the scope of the comments. Once the draft has been accepted, finalize the report

3.8 Prepare final reports (Full Narrative Report) meeting the requirements outlined and submit to the Departmental Representative;

3.9 ISC-ON must be able to rely on all reports prepared for and submitted to ISC-ON and all advice given to ISC-ON;

4 OUTPUT/DELIVERABLES The Contractor shall provide the following to the satisfaction of the Departmental Representative as outlined in each individual Call-up: 4.1 Terms of Reference (sample attached below estimate rent/value and /or review rental/value

appraisals in electronic and hard copy format; 4.2 Draft appraisal report in electronic format;

Page 21: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 21 of - de 26 NCR#11226562 - v1

4.3 Full Narrative Final appraisal report in electronic and hard copy format and 4.4 All electronic reports shall be submitted in Adobe Acrobat “.pdf” format, inclusive of all information

and signatures in the bound copies. All Appraisal reports shall be in accordance with the most current edition of The Canadian Uniform Standards of Professional Appraisal Practice http://www.aicanada.ca/about-our-profession/cuspap/ 5 DEPARTMENTAL SUPPORT The Department will:

Provide a copy of each agreement as per the Call-up if available Provide information relevant to the project, including but not limited to: bylaws, information

regarding inspection/access to the subject property as per the Call-up if required 6 WORKING LOCATION The work will be conducted either at the contractor’s location or on a first nation community. Should any GoC visits be required, the contractor is to be escorted at all times.

Page 22: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 22 of - de 26 NCR#11226562 - v1

Terms of Reference

The appraiser shall apply the following approach frequently used, at arriving at rental value or may develop other appropriate approaches and methodology for arriving at ANNUAL FAIR MARKET RENT. “ the amount of yearly rental at the time of the fixing of the rent by the Minister, required to be paid for a parcel of vacant land, similar in area and character, but situated outside of the reserve, to be used for similar purposes as herein permitted, and within the area where the demised lands are located, but if an insufficient number of or no parcels of vacant land outside the Reserve as aforesaid, comparable in area and character to the demised land are found to be annual fair market rent of the demised land shall be computed or determined at a rate of not more than (10) present of the market value of parcels of vacant land outside the Reserve as aforesaid comparable in area and character to the demised land which were sold or offered for sale during the three (3) month period preceding the date of the commencement of each of the five (5) year periods in question, without regard to the value of improvements” The report shall include identification and physical descriptions of the land under appraisal and should detail its existing use and highest and best use with particular reference to: (a) provide an annual fair market rental fee for the sites include recent colour photographs of all lots and premises). Provide photograph’s of comparable used in the report. (b) The effective date of the appraisal is to be as follows: Month, Day, Year: (c) the certification and signature; (d) the purpose of the appraisal; (e) the qualifying conditions; (f) the condition of the neighbourhood ( a through discussion of the economic factors/environment in the area in addition to the physical description of the land/topography is required; (g) an identification of the property and its ownership and the definition of the land interest appraised; (h) an analysis and interpretation of the data and the assumptions made; (i) the processing of the data by one or more of the three approaches to value; (j) other descriptive support material such as maps, plans, charts, photographs, ( a complete photographic record of the subject lands is required as well as those of the comparable properties)

Page 23: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 23 of - de 26 NCR#11226562 - v1

ANNEX "B"

BASIS OF PAYMENT

Initial Contract Period

Contract Award to March 31, 2024

Resource(s) Proposed Firm Per

Diem Rate

$

Option Periods:

Option Period 1

April 1, 2024 to March 31, 2025

Resource(s) Proposed Firm Per

Diem Rate

$

Option Period 2

April 1, 2025 to March 31, 2026

Resource(s) Proposed Firm Per

Diem Rate

Page 24: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 24 of - de 26 NCR#11226562 - v1

$

Page 25: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 25 of - de 26 NCR#11226562 - v1

ANNEX "C"

SECURITY REQUIREMENTS CHECK LIST

Page 26: 873-354-0959 N/A€¦ · 2020-12-09  · 873-354-0959 FAX No. – N° de FAX N/A Destination – of Goods, Services, and Construction: Destination – des biens, services et construction

RFSO :

Page 26 of - de 26 NCR#11226562 - v1