tbips supply arrangement · (iv) 4007 (2010-08-16) supplemental general conditions - canada to own...

35
TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010 TBIPS SUPPLY ARRANGEMENT (SA) MODEL BID SOLICITATION AND RESULTING CONTRACT CLAUSES (Short Version) INTRODUCTION This Model Bid Solicitation and Resulting Contract Clauses - Short Version is an abbreviated version of the Model Bid Solicitation and Resulting Contract Clauses available for download at the following web address: http://publiservice.tpsgc-pwgsc.gc.ca/acquisitions/text/sptb-tbps/mis- sams-e.html . Client Departments may choose to use either version when issuing solicitation documents to invited bidders. Clauses that require further details are contained within this Short Version however all clauses contained within the Model Bid Solicitation and Resulting Contracting Clauses remain in effect and should be used as a reference for further clarification of the clauses contained in this “short version”. This bid solicitation contains the following Parts: (a) Part 1 - General Information (b) Part 2 – Bidders Instructions (c) Part 3 - Bid Preparation Instructions (d) Part 4 – Evaluation Procedures and Basis of Selection (e) Part 5 – Certifications (f) Part 6 – Security, Financial and other Requirements (g) Part 7 – Resulting Contract Clauses PART 1 – GENERAL INFORMATION 1.1 INTRODUCTION This document states terms and conditions that apply to bid solicitation number 1920-0003308 1.2 SUMMARY (a) This bid solicitation is being issued to satisfy the requirement of Statistics Canada (the “Identified User(s)”) for Tasked Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply. (b) The intent of this bid solicitation should result in the award of one contract to be issued for a period of approximately 1 month. (c) There is a security requirement associated with this requirement: Yes No (d) The requirement is subject to the provisions of: WTO-AGP: Yes No NAFTA: Yes No AIT: Yes No CCFTA: Yes No CPFTA: Yes No

Upload: others

Post on 08-Jul-2020

2 views

Category:

Documents


0 download

TRANSCRIPT

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

TBIPS SUPPLY ARRANGEMENT (SA) MODEL BID SOLICITATION AND RESULTING CONTRACT CLAUSES

(Short Version) INTRODUCTION This Model Bid Solicitation and Resulting Contract Clauses - Short Version is an abbreviated version of the Model Bid Solicitation and Resulting Contract Clauses available for download at the following web address: http://publiservice.tpsgc-pwgsc.gc.ca/acquisitions/text/sptb-tbps/mis-sams-e.html. Client Departments may choose to use either version when issuing solicitation documents to invited bidders. Clauses that require further details are contained within this Short Version however all clauses contained within the Model Bid Solicitation and Resulting Contracting Clauses remain in effect and should be used as a reference for further clarification of the clauses contained in this “short version”. This bid solicitation contains the following Parts:

(a) Part 1 - General Information (b) Part 2 – Bidders Instructions (c) Part 3 - Bid Preparation Instructions (d) Part 4 – Evaluation Procedures and Basis of Selection (e) Part 5 – Certifications (f) Part 6 – Security, Financial and other Requirements (g) Part 7 – Resulting Contract Clauses

PART 1 – GENERAL INFORMATION 1.1 INTRODUCTION This document states terms and conditions that apply to bid solicitation number 1920-0003308 1.2 SUMMARY (a) This bid solicitation is being issued to satisfy the requirement of Statistics Canada (the

“Identified User(s)”) for Tasked Based Informatics Professional Services (TBIPS) under the TBIPS Supply Arrangement (SA) method of supply.

(b) The intent of this bid solicitation should result in the award of one contract to be issued for a

period of approximately 1 month.

(c) There is a security requirement associated with this requirement: Yes No (d) The requirement is subject to the provisions of: WTO-AGP: Yes No

NAFTA: Yes No AIT: Yes No CCFTA: Yes No CPFTA: Yes No

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

(e) Canada has invoked the National Security Exception for this requirement: Yes No

(f) The requirement is subject to a preference for Canadian Services: Yes No

(g) This procurement is set aside for Aboriginal Business under the federal government’s Set-Aside Program for Aboriginal Business: Yes No

(h) This procurement is subject to the Controlled Goods Program: Yes No

1.3 DESCRIPTION OF REQUIREMENT

This Bid Solicitation document and the following associated annexes and (if applicable) attachments:

Annex “A” - General Information Annex “B” - Statement of Work (SOW) Annex “C” - Basis of Payment Annex “D” - Security Requirements Check List (SRCL) Annex “E” - Evaluation Criteria Annex “F” - Bid Submission Form Annex “G” - Certifications

PART 2 – BIDDER INSTRUCTIONS 2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS Bids will remain open for acceptance for a period of not less than 120 days or such other time period as specified herein 2.2 SUBMISSION OF BIDS (a) Bids are to be submitted to the Contract Authority: Yes No

(b) Bids may be transmitted by: facsimile: electronic mail: hard copy:

(c) All enquiries must be submitted in writing to the Contracting Authority no later than three (3)

calendar days before the bid closing date unless otherwise specified herein 2.3 APPLICABLE LAWS In accordance with the province stated in the TBIPS Holder’s TBIPS Supply Arrangement.

2.4 IMPROVEMENT OF REQUIREMENT DURING SOLICITATION PERIOD 2.5 BASIS FOR CANADA’S OWNERSHIP OF INTELLECTUAL PROPERTY (a) The Contractor will own any intellectual property: (b) Canada will own any intellectual property: on the grounds that

2.6 VOLUMETRIC DATA

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

PART 3 - BID PREPARATION INSTRUCTIONS 3.1 BID PREPARATION INSTRUCTIONS (a) Canada requests that the bidder provide their bid in separately bound sections as follows:

(i) Section I: Technical Bid (4 hard copies) (ii) Section II: Financial Bid (1 hard copy)

(iii) Section III: Certifications: (1 hard copy)

(c) Bidders may submit more than one bid: Yes No

If Yes, no more than _______bids will be accepted.

3.2A SECTION I: TECHNICAL BID (i) Bid Submission Form must be included in bids: (ii) Security, Financial & Other Requirements: See Part 6 (iii) Résumés for Proposed Resources required: No more than 1 résumé may be

submitted per required Category of Personnel. (iv) Implementation Plan must be included in the bid:

(v) Description of Bidder’s Maintenance and Support Services related to the requirement:

(vi) Customer Reference Contact Information required:

3.2B SECTION II: Financial Bid

Bidders must submit in accordance with Annex E to Part C Model Bid Solicitation and Resulting Contract Clauses – Long Form

3.2C SECTION III: Certifications Bidders must submit the certifications required under Part 5. PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1 EVALUATION PROCEDURES (c) Only bids with a valid Canadian Content certification will be evaluated: Yes No (d) i) Requests for Clarifications: If Canada seeks clarification or verification from the Bidder

about its bid, the Bidder will have 2 working days to provide the necessary information to Canada.

ii) Requests for Interviews: If Canada wishes to interview the Bidder and/or any or all of the resources proposed by the Bidder to fulfill the requirements of the bid solicitation, the Bidder will have 2 working days following notice by the Contracting Authority to make any necessary arrangements (at the Bidder’s sole cost) for the interview to take place at a location specified by Canada.

4.2 TECHNICAL EVALUATION

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

The following technical criteria apply to this solicitation and are attached as Annex “D” to this RFP: (a) Mandatory Technical Criteria

(b) Point Rated Technical Criteria

(c) Resource Qualifications: Bidder: must / should provide the name, telephone number and

email address for a contact person 4.3 FINANCIAL EVALUATION 4.4 BASIS OF SELECTION To be declared responsive, a bid must:

a) comply with all the requirements of the bid solicitation; b) meet all mandatory technical evaluation criteria; and c) obtain the required minimum of 19 points overall for the technical evaluation criteria

which are subject to point rating. The rating is performed on a scale 32 points.

Bids not meeting (a) or (b) or (c) will be declared non responsive. The responsive bid with the highest number of points will be recommended for award of a contract, provided that the total evaluated price does not exceed the budget available for this requirement. PART 5 – CERTIFICATIONS Certifications are to be submitted: Precedent to Contract Award OR at bid closing 5.1 Federal Contractors Program for Employment Equity – Certification 5.2 Canadian Content Certification 5.3 Former Public Servant 5.4 Status and Availability of Resources 5.5 Education and Experience 5.6 Set-aside Program for Aboriginal Business PART 6 – SECURITY, FINANCIAL AND OTHER REQUIREMENTS Security Requirements: 6.1 At contract award 6.2 At bid closing 6.3 Financial Capability 6.4 Bid Financial Security 6.5 Controlled Goods Requirement

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

PART 7 – RESULTING CONTRACT CLAUSES NOTICE: This Model Bid Solicitation and Resulting Contract Clauses - Short Version is an abbreviated version of the Model Bid Solicitation and Resulting Contract Clauses available for download at the following web address: http://publiservice.tpsgc-pwgsc.gc.ca/acquisitions/text/sptb-tbps/mis-sams-e.html. Clauses that require further details are contained within this Short Version however all clauses contained within the Model Bid Solicitation and Resulting Contracting Clauses remain in effect and should be used as a reference for further clarification of the clauses contained in this “short version”. 7.1 REQUIREMENT [Name of Contractor] (the Contractor) agrees to supply to the Identified User the services described in the Contract, including the Statement of Work, in accordance with and at the prices set out in the Contract.

(i) Providing professional services, as requested by Canada (ii) Providing maintenance and support services for the Licenced Software during the

Software Support Period; and, (iii) Providing training, as and when requested by Canada

7.2 TASK AUTHORIZATION Services will be on an as-and-when-required-basis through the issuance of Task Authorizations: Yes No (d) Authority to Issue a TA: Any TA with a value less than or equal to $_________ (including

GST/HST) may be issued by the Technical Authority: [check if applies and indicate dollar value]

(h) Refusal of Task Authorizations: The Contractor is required to submit a quotation in response to every draft statement of task issued by Canada: Yes No

(i) b) Multiple Contracts: multiple contracts have been awarded for this requirement: Yes No The method of allocation of TAs is: [check the one that applies]

i. Rotational Basis ii. The Contractor resource that attained the highest ranked technical score iii. For multiple Contractor resource, a TA will be issued to the Contractor with the

lowest Firm Per Diem Rate iv. For a single Contractor resource, a TA will be issued to the Contractor with the

lowest Firm Per Diem Rate, as set out in the Contract, for the Category of Personnel required under this TA; or

v. The initial Task Authorization (TA) will be assigned to the Contractor who obtained the highest allocated Contract dollar value, as determined in the Selection Process. The value of the TA will be subtracted from the total dollars allocated to that Contractor. Each subsequent TA will be assigned to the

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

Contractor with the greatest balance of unallocated funds. If equal amounts exist for multiple contractors, then the next TA will be assigned to the highest ranked Contractor as determined in the Selection Process. Should the selected Contractor refuse a TA under a Contract, the next Contractor, under the same allocation process, will be offered the TA.

7.3 MINIMUM WORK GUARANTEE 7.4 STANDARD CLAUSES AND CONDITIONS (b) Supplemental General Conditions: The following Supplemental General Conditions apply to this Contract:

(i) 4002 (2010-08-16) Supplemental General Conditions - Software Development or

Modification Services:

(ii) 4004 (2010-08-16) Supplemental General Conditions – Maintenance and Support Services for Licenced Software:

(iii) 4006 (2010-08-16) Supplemental General Conditions – Contractor to Own Intellectual

Property Rights in Foreground Information: OR

(iv) 4007 (2010-08-16) Supplemental General Conditions - Canada to Own Intellectual

Property Rights in Foreground Information:

(v) 4008 (2008-12-12) Supplemental General Conditions – Personal Information:

7.5 SECURITY REQUIREMENTS

The following Security Requirements Check List (SRCL) applies: Note: a copy of the SRCL may be attached as Annex “C” to this Contract or may only be referenced by this clause). SRCL EN578-055605: SRCL EN578-055605-A: SRCL EN578-055605-B: SRCL EN578-055605-C: SRCL EN578-055605-D: SRCL EN578-055605-E: SRCL EN578-055605-F: SRCL EN578-055605-I:

OTHER

1. The Contractor/Offeror must, at all times during the performance of the Contract/SO/SA, hold a valid Designated Organization Screening (DOS), issued by the Canadian and International Industrial Security Directorate (CIISD), Public Works and Government Services Canada (PWGSC).

2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by CIISD/PWGSC.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.

4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CIISD/PWGSC.

5. The Contractor/Offeror must comply with the provisions of the: a. Security Requirements Check List EN578-055605, described in Annex "D"; b. Industrial Security Manual (Latest Edition).

7.6 CONTRACT PERIOD (a) Contract Period: the « Contract Period » is the entire period of time during which the

Contractor is obliged to perform the Work, which includes:

(i) The “Initial Contract Period” which begins on the date the Contract is awarded and ends [indicate initial contract period end date].

(b) Option to Extend the Contract applies: Yes No

(i) The Contractor grants to Canada the irrevocable option to extend the term of the Contract

by up to 1 additional 1-month period.

(ii) Canada may exercise this option at any time by sending a written notice to the Contractor at least 10 calendar days before the expiry of the Contract.

7.7 AUTHORITIES (a) The Contracting Authority for the Contract is: Michael Tsoukanas Contracting Advisor 150 Tunney’s Pasture Driveway Main Building – SC 1405 E Ottawa, Ontario K1A 0T6 Tel.: 613-951-2488 Fax: 613-951-2073 [email protected] (b) The Technical Authority for the Contract is: Name: Title: Address: Telephone: Facsimile: E-mail Address:

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

(c) Contractor’s Representative details are as identified within the bid: Yes No If No, specify: ____________________________

7.8 PAYMENT (a) Basis of Payment: One or more of the following basis apply to this RFP. The firm all-

inclusive per diem rates are set out in Annex “D”, Basis of Payment, (i) Professional Services provided with a Fixed Time Rate to a Maximum Price:

(ii) Professional Services provided with a Firm Price:

(iii) Professional Services provided under a Task Authorization with a Fixed Time Rate to a Maximum Price:

(iv) Professional Services provided under a Task Authorization with a Firm Price:

(v) [Any deliverables not already listed above that have a separate price that is not included in the above items]:

(vi) Pre-authorized Travel and Living Expenses apply to this requirement: Yes No

(A) The Contractor will be able to charge for time spent travelling at the per diem rates

set out in the Contract: Yes No (B) Travel Status Time (limited to 50% of the per diem rates) apply to this requirement:

Yes No (b) Limitation of Expenditure:

(c) Method of Payment:

1. Single Payment 2. Monthly Payment 3. Task Authorizations/Contract with a Fixed Time Rate to a Maximum Price 4. Task Authorization/Contract with a Firm Price – Lump sum payment on completion 5. Task Authorizations/Contract with a Firm Price – Milestone Payments

Canada will make milestone payments in accordance with the schedule of milestones detailed in that Task Authorization/Contract and the payment provisions of the Contract, up to ___________% [specify percentage] of the amount claimed and approved by Canada.

(d) Time Verification (e) Payment Credits apply to this requirement: Yes No

(i) Late Delivery: Contractor must provide a credit to Canada of $__________

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

(ii) Credit for Failure to meet Minimum Service Level in the following amount: $_______ (iii) Credit for Failure to Meet Response Time Requirements in the following amount: $_______

7.9 INVOICING INSTRUCTIONS

(i) The Contractor must provide the original of each invoice to the Technical Authority, and a copy to the Contracting Authority. (ii)The Contractor must provide the original of each invoice to the Technical Authority. On request, the Contractor must provide a copy of any invoices requested by the Contracting Authority.

7.10 CERTIFICATIONS 7.11 APPLICABLE LAWS

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in the province of Ontario.

7.12 PRIORITY OF DOCUMENTS 7.13 DEFENCE CONTRACT: SACC Manual Clause A9006C (2008-05-12) Defence Contract: SACC Manual Clause C2801C (2010-01-11) Priority Rating – Canadian Contractors: 7.14 FOREIGN NATIONALS (CANADIAN CONTRACTOR) applies: Yes No 7.15 FOREIGN NATIONALS (FOREIGN CONTRACTOR) applies: Yes No 7.16 INSURANCE REQUIREMENTS 7.17 LIMITATION OF LIABILITY - – INFORMATION MANAGEMENT AND INFORMATION

TECHNOLOGY Under Article 7.17 (2) (e) (ii) , other direct damages as a result of a termination for default will be .75 times the total estimate cost of the Contract or $1,000,000.00. 7.18 LICENCED SOFTWARE MAINTENANCE AND SUPPORT applies: Yes No Licenced Programs: the Programs to be supported and maintained are: _________________________________________________________ Software Support Period _____________________________________ Hours for Providing Support Services: from _______a.m. until _______p.m. Contractor must provide On-Site Support Services: Yes No

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

Contractor must install software error corrections and maintenance releases and upgrades: Yes No Contractor must keep track of software releases for the purpose of configuration control: Yes No Website: The Contractor’s website for web support is______________________ Language of Support Services: Support services must be provided in: French: English: French and English:

7.19 TRAINING (a) Providing Training: Yes No (b) Providing Software Training: Yes No

(i) The Contractor must provide _______________training on the software products that form part of the Software Solution on an “as-and-when-requested” basis during the Contract Period when a Task Authorization for training is issued in accordance with the Contract.

(ii) Canada may issue a Task Authorization whenever it has at least ___ people who

require training. The training must be provided at various locations across Canada, as requested in the Task Authorization.

(iii) The training must be available within _______ working days of the Task

Authorization being issued.

(iv) The training, including both the instruction and the course materials, must be provided in the following language(s) __________. Before providing any training, at least _____ working days in advance of the first training session, the Contractor must submit the course syllabus and schedule, the training materials, and the names and qualifications of the instructions to the Technical Authority for approval.

(v) Finalization of Draft Training Plan: Within __ working days of the Contract

being awarded, Canada will provide any comments it has regarding the draft training plan submitted by the Contractor as part of its bid. The Contractor must update the training plan to reflect Canada’s comments within ____ working days and resubmit it to Canada for approval.

7.20 PROFESSIONAL SERVICES - GENERAL 7.21 PROFESSIONAL SERVICES FOR PRE-EXISTING SOFTWARE applies: Yes No (a) Pre-Existing Software: The "Pre-Existing Software" consists of the computer programs

listed in Annex B, which are either proprietary to Canada or licensed to Canada by a third party, in respect of which Canada requires certain professional services.

(b) Software Services:

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

(c) Providing Training related to Pre-Existing Software:

(i) The Contractor must provide _________ training in the use of the Pre-Existing Software on an “as-and-when-requested” basis during the Contract Period when a Task Authorization for training is issued in accordance with the Contract.

(ii) Canada may issue a Task Authorization whenever it has at least ___ people who

require training. The training must be provided at various locations across Canada, as requested in the Task Authorization.

(iii) The training must be available within 15 working days of the Task Authorization

being issued.

(iv) The training, including both the instruction and the course materials, must be provided in the following language(s)___________________.

(v) Before providing any training, at least _____ working days in advance of the first

training session, the Contractor must submit the course syllabus and schedule, the training materials, and the names and qualifications of the instructors to the Technical Authority for approval.

7.22 SAFEGUARDING ELECTRONIC MEDIA 7.23 REPORTING REQUIREMENTS applies: Yes No 7.24 REPRESENTATIONS AND WARRANTIES 7.25 ACCESS TO CANADA’S PROPERTY AND FACILITIES 7.26 GOVERNMENT PROPERTY

(i) Canada agrees to supply the Contractor with the items listed below (the “Government Property”). This section of the General Conditions entitled “Government Property” also applies to the use of the Government Property by the Contractor.

(ii) Government Property

(a) Even though Canada will become the owner of the following deliverables in accordance with the Contract, the Contractor may use them to the Work (“the Government Property”)

7.27 IMPLEMENTATION This requirement requires the submission of an Implementation Plan: Yes No (a) Description of the Implementation Plan to be provided: Yes No

(b) Finalization of the Draft Implementation Plan:

(i) Within [indicate number of] working days from Contract Award, Canada will provide

comments. (ii) Contractor shall resubmit updated Implementation Plan within [indicate number of] days.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

(c) Implementation of Professional Services applies:: Yes No

7.28 TRANSITION SERVICES AT THE END OF THE CONTRACT PERIOD This requirement requires Transition Services at the end of the Contract Period: Yes No

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX A

GENERAL INFORMATION

Solicitation No: 1920-0003308 Response Closing Date & Time: September 18, 2013, 2:00 pm Time Zone: Eastern Standard Daylight Savings Date of Issuance: September 9, 2013 Client Department: Statistics Canada Client Reference No.: 1920-0003308 Supply Arrangement No.: EN578-055605/XXX/EI TBIPS SA: Tier 1 Initial Contract Period: Contract award to October 4, 2013 Category of Personnel: Database Analyst/IM Administrator Level of Expertise: 3 Number of Resources Required: 1 Estimated Level of Effort: 15 days Supply Arrangement Holders Invited to Bid:

All qualified Tier 1 vendors under the domain for Database Analyst / IM Administrator – Level 3

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX "B"

STATEMENT OF WORK

1.0 TITLE CASEMAN Upgrade Project – Health Check - Verification of server builds and supporting procedures for the Implementation of SQL Anywhere Consolidated Server. 2.0 BACKGROUND Statistics Canada (Collection Operations and Systems Division) requires the services of a Sybase consultant with knowledge and experience that will assist with the verification of server builds and supporting procedures for the Implementation of SQL Anywhere Consolidated Server from Sybase ASE 12.5 (using SQL remote) to Sybase ASE 15 (using Mobilink) plus Sybase ASA 12 (using SQL remote) (i.e. adding ASA as a middle tier). The CASEMAN system was developed in-house using Sybase technology. It is used to manage cases for all Statistics Canada surveys done by field (external) interviewers. The system has components which run on servers, laptops and PDAs. The system was designed in 1998-99 and implemented in 2000. It is important to note that replication of data between the remote devices and the servers is accomplished using data replication (via flat message files) and not server replication. Because of Statistics Canada’s network structure (external network B which is not physically connected to internal network A), communication between the remote devices and the servers requires specialized protocols. File messaging transfers are used instead of asynchronous data replication. Direct server replication is not possible with the network structure and the data security policies. Currently, all remote devices (laptops, PDA’s) have an ASA client database. Encrypted message files are transferred to the network B server. The STC CorpTran service is used to move the message files from Network B to Network A where services are run to apply the files to an ASE database using SQL Remote. In the new model, these files will be applied to a new ASA database using SQL Remote; the data will then be replicated to the existing ASE database using MobiLink. Under this new model, there will be both an ASA and an ASE database on the Network A side. The reason for making these changes is that SQL Remote is no longer supported with the latest versions of Sybase ASE, although it continues to be supported with ASA; MobiLink is the replacement product on the ASE side, but it is designed to function only with direct database connections from the remote devices, which is not possible in the STC environment. In order to minimize system changes, we are adding a middle tier to the CASEMAN design. The new SQLAnywhere Consolidated server will house the ASA database which will continue to use SQL Remote in order to accommodate the message file transfers, and the existing ASE database will continue to be the definitive version of the data for all operational purposes. The work for this contract is part of a larger project to upgrade the CASEMAN system to address specific technical issues, primarily related to security, and to migrate to newer versions of software. In particular, we are migrating the laptops to the Windows 7 operating system and migrating the Sybase ASA and ASE databases to current versions, with Windows Server 2008

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

operating system. As part of the Sybase upgrade, an architecture change is required because the existing SQLRemote tool no longer functions with the ASE database (which is the current configuration). 3.0 OBJECTIVES Statistics Canada requires the expertise of Sybase Specialist to perform a Health Check on the implementation of one production SAP Sybase server environment within the CASEMAN architecture. This entails specifically concentrating on the review of the SAP Sybase Adaptive Server Enterprise (ASE), the Adaptive Server Anywhere (ASA) and the Mobilink. The initiative will enable Statistics Canada to implement the upgrade with confidence and further mitigate risks of disruption for CAPI services. The Contractor will:

• Perform a Health Check - Examine and validate the set-up and optimization of our test(1) and production(2) server environments using the Sybase ASE 15, Mobilink, ASA 12 and SQL remote.

• Verify/validate the replication procedure to restore from the backup for the ASE and/or ASA once the mobilink is created and active. Confirm everything is in sink in the event a restore from backup is required.

• Consult and provide expertise on a cleanup procedure to delete the cases from the tablename_del (created by the mobilink process)

This work will be conducted under the supervision of the Statistics Canada Technical Leads and Project Authority. 4.0 PROJECT REQUIREMENTS 4.1 Tasks, Deliverables, Milestones and Schedule

Project Phases Estimated Duration

Project Preparation: Pre-engagement

1 week

Health Check Assessment 10 days

Project Closure 1 hour

The total estimated level of effort is approximately 15 days. These proposed Project Timelines are based on complete system availability during regular business days as well as Licensee timely fulfilling their prerequisites and responsibilities. The assessment will focus on administration and operations. Specifically the health check will concentrate on backup and recovery methods and practices.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

Phase Deliverables Tasks Licensee Resources

Project Preparation

N\A Review and information exchange on system architecture and configuration. Consultant and Licensee carry out the preparatory steps required to ensure the efficient execution of the Project, including getting acquainted with the work space, getting familiar with initial architect’s report, and finalizing the plan of activities.

Licensee to assign Key Technical Staff Resources prior to Kickoff.

Licensee to assign a Database Technology Expert prior to Kickoff.

Project Sponsor

Ensure alignment of the work to be performed during the Project.

Consultant and Licensee to confirm Project Schedule

Licensee to confirm staff participants

Project Sponsor

Consultant

Assessment

Health Check

Gather information, review and evaluate the detailed configuration of the infrastructure, system architecture and configuration; Review results and conduct performance tests; Review/validate system utilization and operations policies and procedures, including: o Verify/validate the replication

procedure. o Consult and provide expertise

on clean-up procedures and maintenance

Perform mentorship & informal knowledge transfer to customer staff while performing observation and analysis activities

Customer Database Resource

Consultant

Health Check Report

Create the Health Check Report Consultant

Project Closure

Acceptance

Consultant presents and reviews the Health Check Report with Licensee Project Sponsor and Database Technology Expert.

Project Sponsor

Consultant

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

4.2 Reporting Requirements The contractor will prepare a one-page weekly progress report, giving a brief description of the work completed on his assigned tasks, the completion status of those tasks, and a brief description of any issues or risks he has identified as a result of that work. The report will be sent by email to the Project Authority for dissemination to the project team. 4.3 Method and Source of Acceptance All deliverables and services rendered under any contract are subject to inspection by the Project Authority. The Project Authority shall have the right to reject any deliverables that are not considered satisfactory, or require their correction before payment will be authorized. 4.4 Technical, Operational and Organizational Environment Technical environment: Current:

Sybase ASA 8.0.3 on XP (laptops); Sybase ASA 11 on Windows Mobile 6.1 (PDA’s) Sybase ASE 12.5 on Windows Server 2003; with SQL Remote

New:

Sybase ASA 12 on Vista (laptops); Sybase ASA 12 on Windows Mobile 6.1 (PDA’s) Sybase ASA 12, 64-bit version, on Windows Server 2008, 64-bit; with SQL Remote Sybase ASE 15, 64-bit version, on Windows Server 2008, 64-bit; with MobiLink

Network:

Net A is a secure internal network, with no physical access to external users Internal NetB is a secure network, with access only to pre-identified external users External NetB (PAZ-Public Access Zone) allows full internet access CorpTran is a corporate service to transfer files between NetA and NetB (both directions)

Operational environment:

700-1000 remote workers (interviewers): • visit respondents’ homes and businesses to collect data off-line • connect to CASEMAN communication server (Net B), usually once a day, to:

• Transmit collected data/messages • Receive new data files, survey applications, messages, etc.

10-20 Regional office workers connect to CASEMAN server (Net A) to: • generate reports • plan and assign interviewer workloads

5-15 Head office workers connect to CASEMAN server (Net A) to: • monitor system operations • install files to be sent to interviewers • generate reports

CASEMAN communication server (Net B):

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

• receives 700-1000 connections per day, at arbitrary times during the day • rarely exceeds 96 concurrent connections (user tries later if unsuccessful)

Organizational environment:

Collection Planning and Management Division (CPMD) is responsible for planning and managing all survey collection activities, including the operation of the CASEMAN system which supports field collection. All field interviewers report to one of the three regional offices (Western, Central, Eastern). Each regional office has staff dedicated to managing the interviewers and the local activities associated with survey collection. Shared Services Canada (SSC) is responsible for all IT infrastructure for Statistics Canada, including networks and server hardware. Information Technology Operations Division (ITOD) is responsible for the support of the desktop support.

5.0 OTHER TERMS AND CONDITIONS OF THE SOW 5.1 Contractor’s Obligations In addition to the obligations outlined in Section 2 of this Statement of Work, the Contractor shall: • keep all documents and proprietary information confidential; • return all materials belonging to StatCan upon completion of the Contract; • submit all written reports in electronic Microsoft Office Word format. 5.2 StatCan Obligations Statistics Canada shall provide to the Contractor: • access to facilities and a work space with a computer and associated equipment, telephone,

etc. • a Network A account and email box; access to a Network B workstation • access to the network devices, drives, folders and files as required to carry out the work • access to one or two staff members who will work directly with the Contractor and be

available to answer any questions • an architectural report documenting the as-is and to-be state of the CASEMAN system, and

the implementation strategy • an environment for development and testing, with the appropriate servers and databases,

laptops, and installed software 5.3 Estimated Period of the Contract The estimated period of the contract is from contract award to October 4, 2013. The estimated level of effort within the time period is 15 days. All deliverables must be accepted by October 4, 2013. The Project Authority and consultant will establish the detailed schedule and timeline at the start of the project and adjust it as necessary, based on the findings of the Health Check.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

5.4 Location of Work, Work Site and Delivery Point All work will be conducted on-site at Statistics Canada (Jean Talon Building, Tunney’s Pasture, Ottawa). 5.5 Language of Work Work may be conducted in either English or French. Deliverables may be provided in either English or French. 5.6 Insurance Requirements It is the sole responsibility of the Contractor to decide whether or not any insurance coverage is necessary for its own protection or to fulfill its obligations under the Contract, and to ensure compliance with required federal, provincial or municipal law. Any such insurance shall be provided and maintained by the Contractor at its own expense. Any insurance secured is to the benefit and protection of the Contractor and shall not be deemed to release or diminish its liability in any manner including as may be referenced elsewhere by the provisions of this Contract. 5.7 Security Requirements The Contractor must have Reliability level security clearance in place at the time of Bid Closing. 6.0 REQUIRED RESOURCES OR TYPES OF ROLES TO BE PERFORMED Developer with experience in:

• Sybase ASA databases • Sybase ASE databases • Mobilink • Data replication (via flat message files) using SQLRemote • 64-bit environments (ASA or ASE)

7.0 APPLICABLE DOCUMENTS AND GLOSSARY 7.1 Applicable Documents Architect’s report 7.2 Relevant Terms, Acronyms and Glossaries ASA Sybase Adaptive Server Anywhere ASE Sybase Adaptive Server Enterprise CASEMAN Case Management system for field interviewing CorpTran Corporate data transfer service between Network A and Network B (both

directions) Mobilink Bi-directional database replication ASE to/from ASA Network A Statistics Canada’s internal network (no external access) Network B Statistics Canada’s external network (allows connections to internet) SQL Remote Message-level data replication ASA to/from remote laptop

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX "C"

BASIS OF PAYMENT

Name of Proposed Resource

(Est) Number of Days Firm Per Diem Rate Extended Price

15 $ $

Professional Fees (not to exceed) $ (TBD at Contract Award)

GST or HST Payable $ (TBD at Contract Award) Total Contract Value (not to exceed) $ (TBD at Contract Award)

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX D

SECURITY REQUIREMENTS CHECK LIST (SRCL)

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

Attachment 1 to ANNEX D

The following table MUST be completed by the Bidder:

Security Information Supplier to Insert Data

Name of individual as it appears on security clearance application form - MANDATORY

Date of birth – MANDATORY

Level of security clearance obtained – MANDATORY

Validity period of security clearance obtained – MANDATORY

Security Screening Certificate and Briefing Form file number – MANDATORY

Name of Federal Government Department under which security clearance was obtained. If the Federal Government Department is other than PWGSC, provide the name, telephone and fax numbers of the security clearance contact person within that department – MANDATORY

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX "E"

EVALUATION CRITERIA AND SELECTION METHODOLOGY 1. Evaluation Report

A. MANDATORY CRITERIA (pass or fail) The Mandatory Requirements listed below will be evaluated on a simple pass/fail (i.e. compliant/non-compliant) basis. Proposals which fail to meet the Mandatory Requirements will be deemed non-responsive and given no further consideration. Proposals MUST demonstrate compliance with all of the following Mandatory Requirements and MUST provide the necessary documentation to support compliance.

Mandatory Requirement

Pass/Fail

Comments (Cross Reference to Proposal Page Number)

M1 The Bidder must clearly demonstrate that the proposed Lead Consultant has at least four (4) years of experience within the last 10 years working with Sybase SQLRemote and data replication using flat message files. Demonstration must be provided through brief project summaries and through the consultant’s resume. Each project summary must include the following:

• Name of the client organization

• Duration of the project (start/end date – mm/yyyy to mm/yyyy)

• Brief description of the project and its outcomes

• Role and responsibilities of the resource

M2 The Bidder must demonstrate that the proposed Lead Consultant has Sybase Certification in SQLAnywhere. A copy of the Sybase certification must be provided.

M3 The Bidder must provide two (2) references for the Lead Consultant, one which relates to M1. Each reference must include:

• Name of the client organization • Name, address, email address, and

telephone number of the person the resource reported to

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

B. RATED CRITERIA (based on RFP evaluation grid)

Note: I confirm that the Bidders identified below have met ALL of the mandatory requirements listed in the RFP. Only those proposals that have MET all the mandatory criteria will be further evaluated at this point. Any proposal that does not meet one mandatory criterion must receive no further consideration; the bid must be set aside.

Statistics Canada reserves the right to contact the references to verify the accuracy of the information provided within the bidder’s proposal.

Rated Requirement

Max Points

Score Comments (Cross Reference to Proposal Page Number)

R1 The Bidder should clearly demonstrate that the proposed resource has worked as a Lead Consultant using Mobilink in three projects. The nature of the work must have been practical, not theoretical. If more than three project summaries are provided, evaluations will only be conducted on the first three presented in the proposal. Each project summary should include the following:

• Duration of the project (start/end date) (mm/yyyy – mm/yyyy)

• Brief description of the project and its outcomes

• Role and responsibilities of the resource

• Any relevance the project has to the Statement of Work

Points shall be distributed as follows: First project summary = 4 points

• 4 points = (a) Resource had the lead role, (b) was directly responsible for performing the work and (c) clearly describes the use of the specified tool/software

16

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

• 3 Points = If one of the following is not met: (a), (b) or (c)

• 2 Points – If two of the following are not met: a), (b) or (c)

• 0 Points – if all three are not met: (a), (b) or (c)

Second project summary = 2 points • 2 points = All three are met: (a), (b)

and (c) • 1 point = One is not met of (a), (b) or

(c) • 0 points = 2 or more are not met of

(a), (b) or (c) Third project summary = 2 points

• 2 points = All three are met: (a), (b) and (c)

• 1 point = One is not met of (a), (b) or (c)

• 0 points = 2 or more are not met of (a), (b) or (c)

8 points = if any of the three projects used Mobilink in a disconnected network where data from external devices (such as laptops) had to be passed from the external to internal network, then synchronized with the database using Mobilink on the internal network.

R2 The Bidder should clearly demonstrate that the proposed Lead Consultant has successfully completed three projects using data replication via flat message files. Projects with less than 15 days of level of effort will not be considered. If more than three project summaries are provided, evaluations will only be conducted on the first three presented in the proposal. Each project summary should include the following:

• Duration of the project (start/end date)

• Brief description of the project and its outcomes

• Role and responsibilities of the resource

• Any relevance the project has to the Statement of Work

Points shall be distributed as follows:

16

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

C. SELECTION METHODOLOGY

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 19 points overall for the technical evaluation

criteria which are subject to point rating. The rating is performed on a scale of 32 points.

First project summary = 4 points • 4 points = (a) Resource had the lead

role, (b) was directly responsible for performing the work and (c) clearly describes the use of the specified tool/software

• 3 Points = If one of the following is not met: (a), (b) or (c)

• 2 Points = If two of the following are not met: a), (b) or (c)

• 0 Points = if all three are not met: (a), (b) or (c)

Second project summary = 2 points • 2 points = All three are met: (a), (b)

and (c) • 1 point = One is not met of (a), (b) or

(c) • 0 points = 2 or more are not met of

(a), (b) or (c)

Third project summary = 2 points • 2 points = All three are met: (a), (b)

and (c) • 1 point = One is not met of (a), (b) or

(c) • 0 points = 2 or more are not met of

(a), (b) or (c)

8 points = if any of the three projects used flat message files for data replication between laptops and the database on a server, which they connect to periodically (e.g. once a day) – not in a constant connected state.

TOTAL 32 Minimum Points Required 19

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

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

3. 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%.

5. 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 with the highest combined rating of technical merit and price will be recommended for award of a contract.

The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 70/30 ratio of technical merit and price, respectively. The total available points equal 300 and the lowest evaluated price is $500.00.

TABLE – Example of Selection Method Highest Combined Rating Technical Merit (70%) and Price (30%)

Compliant Bidders (Minimum technical points required: 180)

Bidder 1 Bidder 2 Bidder 3 Technical Points 225 200 250 Per Diem Quoted $750 $500 $1000 Possible Maximum Technical Score: 300 Minimum Per Diem Quote: $500

Calculation Technical Points Price Points Total Points Bidder 1 225 x 70 = 45

300 $500 x 30 = 26.67 $750

72.67

Bidder 2 200 x 70 = 39.99 300

$500 x 30 = 40.00 $500

79.99

Bidder 3 250 x 70 = 49.99 300

$500 x 30 = 20.00 $1000

69.99

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX F

BID SUBMISSION FORM Bidder’s full legal name

Authorized Representative of Bidder for evaluation purposes (e.g., clarifications)

Name

Title

Address

Telephone #

Fax #

Email

Bidder’s Procurement Business Number (PBN) [see the Standard Instructions 2003]

Jurisdiction of Contract: Province in Canada the bidder wishes to be the legal jurisdiction applicable to any resulting contract (if other than as specified in solicitation)

As per TBIPS Holder Supply Arrangement.

Former Public Servants See the Article in Part 5 of the bid solicitation entitled Former Public Servant Certification for a definition of “Former Public Servant”.

Is the Bidder a FPS in receipt of a pension as defined in the bid solicitation?

Yes ____ No ____

If yes, provide the information required by the Article in Part 5 entitled “Former Public Servant Certification”

Is the Bidder a FPS who received a lump sum payment under the terms of a work force reduction program?

Yes ____ No ____

If yes, provide the information required by the Article in Part 5 entitled “Former Public Servant Certification”

Canadian Content Certification As described in the solicitation, bids with at least 80% Canadian content are being given a preference. [For the definition of Canadian goods and services, consult the PWGSC SACC clause A3050T]

On behalf of the bidder, by signing below, I confirm that [check the box that applies]:

At least 80 percent of the bid price consists of Canadian goods and services (as defined in the solicitation)

Less than 80 percent of the bid price consists of Canadian goods and services (as defined in the solicitation)

Federal Contractors Program for Employment Equity (FCP EE) Certification:

On behalf of the bidder, by signing below, I also confirm that the bidder [check the box that applies]:

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

If the bidder is exempt, please indicate the basis for the exemption to the right. If the bidder does not fall within the exceptions enumerated to the right, the Program requirements do apply and the bidder is required either to: (a) Submit to the Department of HRSD form LAB 1168,

Certificate of Commitment to Implement Employment Equity, DULY SIGNED; or

(b) Submit a valid Certificate number confirming its adherence to the FCP-EE.

Bidders are requested to include their FCP EE Certification or signed LAB 1168 with their bid; if this information is not provided in the bid, it must be provided upon request by the Contracting Authority during evaluation. For joint ventures, be sure to provide this information for each of the members of the joint venture.

(a) is not subject to Federal Contractors Program for Employment Equity (FCP-EE), because it has a workforce of less than 100 permanent full or part-time employees in Canada; (b) is not subject to FCP-EE, because it is a regulated employer under the Employment Equity Act;

(c) is subject to the requirements of FCP-EE, because it has a workforce of 100 or more permanent full or part-time employees in Canada, but has not previously obtained a certificate number from the Department of Human Resources and Skills Development (HRSD) (having not bid on requirements of $200,000 or more), in which case a duly signed certificate of commitment is attached; OR

(d) is subject to FCP-EE, and has a valid certification number as follows: _________________________ (and has not been declared an Ineligible Contractor by HRSD).

Security Clearance Level of Bidder [include both the CISD security clearance number, level and the date it was granted]

Security Clearance Level of Bidder’s Individual Resources [add additional resources on another page, if required) i. Name of Individual as it appears on security clearance application: ii. Level of security clearance obtained and expiry date: iii. Security Screening Certificate and Briefing Form file number

i. ii. iii.

On behalf of the bidder, by signing below, I confirm that I have read the entire bid solicitation including the documents incorporated by reference into the bid solicitation and I certify that: 1. The bidder considers itself and its products able to meet all the mandatory requirements described in the bid solicitation; 2. This bid is valid for the period requested in the bid solicitation; 3. All the information provided in the bid is complete, true and accurate; and 4. If the bidder is awarded a contract, it will accept all the terms and conditions set out in the resulting contract clauses included in the bid solicitation.

Signature of Authorized Representative of Bidder

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

ANNEX "G"

CERTIFICATIONS

Notes to Bidders: The following certification requirements apply to this Request for Proposal (RFP). Bidders are required to complete these certifications by filling in the appropriate spaces, signing as applicable, and including the certification with their proposal at bid closing. 1. Former Public Servant (FPS) Certification

Contracts with 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 with FPS, bidders must provide the information required below.

Definitions

For the purposes of this clause,

"former public servant" is any former member of a department as defined in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former public servant may be:

(a) an individual; (b) an individual who has incorporated; (c) a partnership made of former public servants; or (d) a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity.

"lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner. "pension" means, in the context of the fee abatement formula, a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act , 1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11, the Members of Parliament Retiring Allowances Act , R.S., 1985, c. M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c. C-8.

Former Public Servant in Receipt of a Pension

Is the Bidder a FPS in receipt of a pension as defined above? YES ( )NO( )

If so, the Bidder must provide the following information:

(a) name of former public servant; (b) date of termination of employment or retirement from the Public Service.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

Work Force Reduction Program

Is the Bidder a FPS who received a lump sum payment pursuant to the terms of a work force reduction program? YES ( ) NO ( )

If so, the Bidder must provide the following information:

(a) name of former public servant; (b) conditions of the lump sum payment incentive; (c) date of termination of employment; (d) amount of lump sum payment; (e) rate of pay on which lump sum payment is based; (f) period of lump sum payment including start date, end date and number of weeks; (g) number and amount (professional fees) of other contracts subject to the restrictions of a work force reduction program.

For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including the Goods and Services Tax or Harmonized Sales Tax.

Certification

By submitting a bid, the Bidder certifies that the information submitted by the Bidder in response to the above requirements is accurate and complete. _____________________________________ Signature of Authorized Company Official ___________ Date 2. Status and Availability of Resources The Bidder certifies that, should it be awarded a contract as a result of the bid solicitation, every individual proposed in its bid will be available to perform the Work as required by Canada's representatives and at the time specified in the bid solicitation or agreed to with Canada's representatives. If for reasons beyond its control, the Bidder is unable to provide the services of an individual named in its bid, the Bidder may propose a substitute with similar qualifications and experience. The Bidder must advise the Contracting Authority of the reason for the substitution and provide the name, qualifications and experience of the proposed replacement. For the purposes of this clause, only the following reasons will be considered as beyond the control of the Bidder: death, sickness, maternity and parental leave, retirement, resignation, dismissal for cause or termination of an agreement for default. If the Bidder has proposed any individual who is not an employee of the Bidder, the Bidder certifies that it has the permission from that individual to propose his/her services in relation to the Work to be performed and to submit his/her résumé to Canada. The Bidder must, upon request from the Contracting Authority, provide a written confirmation, signed by the individual, of the permission given to the Bidder and of his/her availability. Failure to comply with the request may result in the bid being declared non-responsive.

TBIPS SA Model Bid Solicitation & Contract Clauses – Short Version Dated: November 2010

_______________________________________ Signature of Authorized Company Official ___________ Date 3. Education and Experience The Bidder certifies that all the information provided in the résumés and supporting material submitted with its bid, particularly the information pertaining to education, achievements, experience and work history, has been verified by the Bidder to be true and accurate. Furthermore, the Bidder warrants that the individuals proposed by the Bidder for the requirement are capable of satisfactorily performing the Work described in the Contract. If the Bidder has proposed any person in fulfilment of this requirement who is not an employee of the Bidder, the Bidder hereby certifies that it has the written permission from such person to propose the services of such person in relation to the Work to be performed in fulfilment of this requirement and to submit such person’s résumé to the Contracting Authority. During the proposal evaluation, the Bidder MUST, upon the request of the Contracting Authority, provide a copy of the certification by the non-employees proposed confirming permission and availability. The Bidder agrees that failure to comply with such a request may lead to disqualification of the Bidder’s proposal from further consideration. _______________________________________ Signature of Authorized Company Official ___________ Date 4. Canadian Content Certification The bidder hereby certifies that the service provided is a Canadian service as defined in paragraph 2 of clause A3050T (2010-01-11) of the Standard Acquisition Clauses and Conditions (SACC) Manual of Public Works and Government Services Canada http://ccua-sacc.tpsgc-pwgsc.gc.ca/pub/rqqr.do?lang=eng&id=A3050T&date=2010-01-11&eid=4 _______________________________________ Signature of Authorized Company Official ___________ Date