request for proposal demande de proposition - Buy and Sell

3 downloads 150 Views 668KB Size Report
May 6, 2016 - as indication of compliance to each mandatory criterion. ...... a des renseignements ou a des biens INFOSE
RETURN BIDS TO: RETOURNER LES SOUMISSIONS A : Bid Receiving/Réception des sousmissions Procurement & Contracting Services c/o Commissionaires, F Division 6101 Dewdney Ave Regina, SK S4P 3K7

Fax No. - No de FAX: (306) 780-5232

REQUEST FOR PROPOSAL DEMANDE DE PROPOSITION Proposal to: Royal Canadian Mounted Police

Title – Sujet: Office Furniture – Inuvik, NT

Date May 6, 2016

Solicitation No. – Nº de l’invitation PW-16-00732182 Client Reference No. - No. De Référence du Client M5000-16-5062/A Solicitation Closes – L’invitation prend fin At /à :

2 :00 pm

On / le :

June 15, 2016

Delivery - Livraison See herein — Voir aux présentes

CST (Central Standard Time) HNC (Heure Normale du Centre)

Taxes - Taxes See herein — Voir aux présentes

Duty – Droits See herein — Voir aux présentes

Destination of Goods and Services – Destinations des biens et services See herein — Voir aux présentes

We hereby offer to sell to Her Majesty the Queen in right of Canada, in accordance with the terms and conditions set out herein, referred to herein or attached hereto, the goods, services, and construction listed herein and on any attached sheets at the price(s) set out therefor.

Instructions See herein — Voir aux présentes

Proposition aux : Gendarmerie royale du Canada

Telephone No. – No. de téléphone 639-625-3463

Facsimile No. – No. de télécopieur 306-780-5232

Delivery Required – Livraison exigée See herein — Voir aux présentes

Delivery Offered – Livraison proposée

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 appendices ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s).

Address Inquiries to – Adresser toute demande de renseignements à Tania Sentes

Vendor/Firm Name, Address and Representative – Raison sociale, adresse et représentant du fournisseur/de l’entrepreneur:

Comments: - Commentaries : THIS DOCUMENT CONTAINS A SECURITY REQUIREMENT LE PRÉSENT DOCUMENT COMPORTE UNE EXIGENCE EN MATIÈRE DE SÉCURITÉ

Telephone No. – No. de téléphone

Facsimile No. – No. de télécopieur

Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) – Nom et titre de la personne autorisée à signer au nom du fournisseur/de l’entrepreneur (taper ou écrire en caractères d’imprimerie)

Signature

Date

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1.1. 1.2. 1.3. 1.4.

Security Requirement Statement of Work Debriefings Procurement Ombudsman

PART 2 - BIDDER INSTRUCTIONS 2.1. 2.2. 2.3. 2.4. 2.5. 2.6.

Standard Instructions, Clauses and Conditions Submission of Bids Enquiries - Bid Solicitation Improvement of Requirement During Solicitation Period Applicable Laws Promotion of Direct Deposit Initiative

PART 3 - BID PREPARATION INSTRUCTIONS 3.1.

Bid Preparation Instructions

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1. 4.2.

Evaluation Procedures Basis of Selection

PART 5 - CERTIFICATIONS 5.1. Certifications Required Precedent to Contract Award PART 6 - RESULTING CONTRACT CLAUSES 6.1. 6.2. 6.3. 6.4. 6.5. 6.6. 6.7. 6.8. 6.9. 6.10. 6.11. 6.12. 6.13. 6.14. 6.15.

Security Requirement Statement of Work Standard Clauses and Conditions Term of Contract Authorities Proactive Disclosure of Contracts with Former Public Servants Payment Invoicing Instructions Certifications Applicable Laws Priority of Documents Procurement Ombudsman SACC Manual Clauses Shipping Instructions – Delivered Duty Paid Delivery and Unloading

List of Annexes: Annex A Annex A-1 Annex B Annex C Annex D Annex E Annex F

Statement of Work Environmental Requirements Mandatory Technical Criteria Basis of Payment Aboriginal Benefits Plan and Report Aboriginal Benefits Plan Security Requirements Check List

Page 2 of 51

PART 1 - GENERAL INFORMATION 1.1

Security Requirements

1.

Before award of a contract, the following conditions must be met: (a)

the Bidder must hold a valid security clearance to the level of Site Access as verified by the Personal Security Unit (PSU) of the Royal Canadian Mounted Police (RCMP);

(b)

the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work site(s) must meet the security requirements as indicated in Part 6 - Resulting Contract Clauses;

(c)

2.

the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites; Bidders are reminded to obtain the required security clearance promptly. Any delay in the award of a contract to allow the successful bidder to obtain the required clearance will be at the entire discretion of the Contracting Authority.

3.

For additional information on security requirements, bidders should refer to the Industrial Security Program (ISP) of Public Works and Government Services Canada (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.

1.2

Statement of Work

The Work to be performed is detailed under Annex A of the resulting contract clauses. 1.2.1 Comprehensive Land Claim Agreements The following Comprehensive Land Claim Agreements apply to this procurement: 1 –For shipment and deliveries to * Inuvik, NT, the Inuvialuit Final Agreement (IFA) and the Gwich’in Comprehensive Land Claim Agreement apply. *where “deliveries to” means goods delivered to, and services performed in.

1.3

Debriefings

Bidders may request a debriefing on the results of the bid solicitation process. Bidders should make the request to the Contracting Authority within 15 working days from receipt of the results of the bid solicitation process. The debriefing may be in writing, by telephone or in person.

1.4

Procurement Ombudsman

The Office of the Procurement Ombudsman (OPO) was established by the Government of Canada to provide an independent avenue for suppliers to raise complaints regarding the award of contracts under $25,000 for goods and under $100,000 for services. You have the option of raising issues or concerns regarding the solicitation, or the award resulting from it, with the OPO by contacting them by telephone at 1-866-734-5169 or by e-mail at [email protected]. You can also obtain more information on the OPO services available to you at their website at www.opo-boa.gc.ca.

Page 3 of 51

PART 2 - BIDDER INSTRUCTIONS 2.1

Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standardacquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada. Revision to Departmental Name: As this solicitation is issued by Royal Canadian Mounted Police (RCMP), any reference to Public Works and Government Services Canada or PWGSC or its Minister contained in any term, condition or clause of this solicitation, including any individual SACC clauses incorporated by reference, will be interpreted as reference to RCMP or its Minister. Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract. The 2003 (2014-09-25) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation. Section 01 – Integrity Provisions – Bid of 2003 referenced above is amended as follows: Delete subsection 1.4 and 1.5 in their entirety. Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows: Delete: sixty (60) days Insert: Ninety (90) days 2.1.1

SACC Manual Clauses

B1000T (2014-06-26) Condition of Material

2.2

Submission of Bids

Bids must be submitted only to RCMP Bid Receiving Unit by the date, time and place indicated on page 1 of the bid solicitation. Due to the nature of the bid solicitation, bids transmitted by email to RCMP will not be accepted.

2.3

Enquiries - Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than seven (7) calendar days before the bid closing date. Enquiries received after that time may not be answered. Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders 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 the Bidder do so, so that the proprietary nature of the question(s) is eliminated, and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada. Page 4 of 51

2.4

Improvement of Requirement During Solicitation Period

Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least seven (7) days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.

2.5

Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Northwest Territories. Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, 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 bidders.

2.6

Promotion of Direct Deposit Initiative

The following information is not related to the solicitation process: An initiative within the Government of Canada called the Cheque Standardization Project has been established whereby eventually for all payments, cheque stubs will no longer be printed and, with few exceptions, will be processed via direct deposit. This option is only available when payment is made in Canadian dollars for deposit into a Canadian bank account. In an attempt to be proactive, RCMP Corporate Accounting is promoting the registration of RCMP suppliers for the upcoming change in the payment process. If you are the successful bidder on this or any other RCMP requirement, you are encouraged to register with the RCMP for direct deposit. Please contact RCMP Corporate Accounting by email to receive a form entitled Recipient Electronic Payment Registration Request along with instructions for completion of the form. Should you have any questions regarding the Cheque Standardization Project or if you want to register, please contact the following email: [email protected]

Page 5 of 51

PART 3 - BID PREPARATION INSTRUCTIONS 3.1

Bid Preparation Instructions

Canada requests that bidders provide their bid in separately bound sections as follows: Section I:

Technical Bid (one (1) hard copy)

Section II:

Financial Bid (one (1) hard copy)

Section III:

Certifications (one (1) hard copy)

Prices must appear in the financial bid only. No prices must be indicated in any other section of the bid. Canada requests that bidders follow the format instructions described below in the preparation of their bid: (a) (b)

use 8.5 x 11 inch (216 mm x 279 mm) paper; use a numbering system that corresponds to the bid solicitation.

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achats-procurement/politique-policy-eng.html). To assist Canada in reaching its objectives, bidders should: 1)

use 8.5 x 11 inch (216 mm x 279 mm) paper containing fibre certified as originating from a sustainablymanaged forest and containing minimum 30% recycled content; and

2)

use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders.

Section I: Technical Bid In their technical bid, bidders should explain and demonstrate how they propose to meet the requirements and how they will carry out the Work. Section II: Financial Bid Bidders must submit their financial bid in accordance with the Basis of Payment. The total amount of Applicable Taxes must be shown separately.

3.1.1

Exchange Rate Fluctuation C3011T (2013-11-06), Exchange Rate Fluctuation

3.1.2

SACC Manual Clauses

Section III: Certifications Bidders must submit the certifications required under Part 5.

Page 6 of 51

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1

Evaluation Procedures

(a)

Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b)

An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1

Technical Evaluation 4.1.1.1 Mandatory Technical Criteria (a)

Bidder must be able to perform the full scope of the work described in the Annex A, Statement of Work and meet the Mandatory Technical Specifications detailed in Annex B, Mandatory Technical Criteria.

(b)

Bidder must complete the Mandatory Technical Criteria detailed in Annex B. Completion is defined as indication of compliance to each mandatory criterion.

4.1.1.1.1 Aboriginal Benefits Plan In this requirement, an Aboriginal Benefits Plan must be submitted with the bidder’s technical bid, in accordance with the criteria listed in Annex D, Aboriginal Benefits Plan Report, and Annex E, Aboriginal Benefits Plan. Refer to Annex B, Mandatory Technical Criteria. 4.1.2

Financial Evaluation SACC Manual Clause A0220T (2014-06-26), Evaluation of Price The price of the bid will be evaluated in Canadian dollars, Applicable Taxes excluded, FOB destination, Canadian customs duties and excise taxes included.

4.2

Basis of Selection

A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.

Page 7 of 51

PART 5 - CERTIFICATIONS Bidders must provide the required certifications and associated information to be awarded a contract. The certifications provided by bidders to Canada are subject to verification by Canada at all times. Canada will declare a bid non-responsive, or will declare a contractor in default in carrying out any of its obligations under the Contract, if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period. The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority may render the bid non-responsive or constitute a default under the Contract.

5.1

Certifications Precedent to Contract Award

The certifications listed below should be completed and submitted with the bid, but may be submitted afterwards. If any of these required certifications is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to comply with the request of the Contracting Authority and to provide the certifications within the time frame provided will render the bid nonresponsive. 5.1.1

Integrity Provisions - Associated Information By submitting a bid, the Bidder certifies that the Bidder and its Affiliates are in compliance with the provisions as stated in the Standard Instructions identified in this solicitation. The associated information required within the Integrity Provisions will assist Canada in confirming that the certifications are true.

5.1.2

Federal Contractors Program for Employment Equity - Bid Certification By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list (http://www.labour.gc.ca/eng/standards_equity/eq/emp/fcp/list/inelig.shtml) available from Employment and Social Development Canada (ESDC) - Labour's website. Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid “ list at the time of contract award.

5.1.3

Additional Certifications Precedent to Contract Award

5.1.3.1 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.

Page 8 of 51

Definitions For the purposes of this clause,"former public servant" is any former member of a department as defined in the Financial Administration Act, R.S., 1985, c. F-11, a former member of the Canadian Armed Forces or a former member of the Royal Canadian Mounted Police. A former public servant may be: a) an individual; b) an individual who has incorporated; c) a partnership made of former public servants; or d) a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity. "lump sum payment period" means the period measured in weeks of salary, for which payment has been made to facilitate the transition to retirement or to other employment as a result of the implementation of various programs to reduce the size of the Public Service. The lump sum payment period does not include the period of severance pay, which is measured in a like manner. "pension" means a pension or annual allowance paid under the Public Service Superannuation Act (PSSA), R.S., 1985, c. P-36, and any increases paid pursuant to the Supplementary Retirement Benefits Act, R.S., 1985, c. S-24 as it affects the PSSA. It does not include pensions payable pursuant to the Canadian Forces Superannuation Act, R.S., 1985, c. C-17, the Defence Services Pension Continuation Act, 1970, c. D-3, the Royal Canadian Mounted Police Pension Continuation Act , 1970, c. R-10, and the Royal Canadian Mounted Police Superannuation Act, R.S., 1985, c. R-11, the Members of Parliament Retiring Allowances Act, R.S. 1985, c. M-5, and that portion of pension payable to the Canada Pension Plan Act, R.S., 1985, c. C-8. Former Public Servant in Receipt of a Pension As per the above definitions, is the Bidder a FPS in receipt of a pension? Yes ( ) No ( ) If so, the Bidder must provide the following information, for all FPSs in receipt of a pension, as applicable: a) name of former public servant; b) date of termination of employment or retirement from the Public Service. By providing this information, Bidders agree that the successful Bidder’s status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2012-2 and the Guidelines on the Proactive Disclosure of Contracts. Work Force Adjustment Directive Is the Bidder a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? Yes ( ) No ( ) If so, the Bidder must provide the following information: a) b) c) d) e) f) g)

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

For all contracts awarded during the lump sum payment period, the total amount of fees that may be paid to a FPS who received a lump sum payment is $5,000, including Applicable Taxes. Page 9 of 51

PART 6 - RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation. 6.1

Security Requirements

6.1.1

The following security requirement (Security Requirement Checklist at Annex F and related clauses) applies and form part of the Contract. The contractor is required to have all personnel working on site to be security cleared at the level of Site Access as verified by the Personal Security Unit (PSU) of the Royal Canadian Mounted Police (RCMP). The contractor SHALL NOT remove or make copies of any DESIGNATED or CLASSIFIED information or assets from the identified work site.

6.2

Statement of Work

The Work to be performed is detailed under Annex A of the resulting contract clauses.

6.3

Standard Clauses and Conditions

All clauses and conditions identified in the Contract 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-andconditions-manual) issued by Public Works and Government Services Canada. Revision to Departmental Name: As this contract is issued by Royal Canadian Mounted Police (RCMP), any reference to Public Works and Government Services Canada or PWGSC or its Minister contained in any term, condition or clause of this contract, including any individual SACC clauses incorporated by reference, will be interpreted as reference to RCMP or its Minister. 6.3.1

General Conditions

2010A (2014-11-27), General Conditions - Goods (Medium Complexity), apply to and form part of the Contract. Section 29 – Integrity Provisions - Contract of 2010A referenced above is amended as follows: Delete subsection 29.4 in its entirety.

6.4

Term of Contract

6.4.1

Delivery Date

While delivery is requested to be within six (6) weeks from award of contract, the best delivery that could be offered is ________________, but no later than August 15, 2016.

Page 10 of 51

6.5

Authorities

6.5.1

Contracting Authority

The Contracting Authority for the Contract is: Tania Sentes Procurement Officer Royal Canadian Mounted Police Corporate Management Branch 5600 - 11th Ave Regina, SK S4P 3J7 Telephone: 639-625-3463 Facsimile: 306-780-5232 The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority. The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority. 6.5.2

Project Authority

The Project Authority for the Contract is: (to be completed upon award) Name: _________ Title: _________ Organization: __________ Address: __________ Telephone : ___ ___ _______ Facsimile: ___ ___ _______ E-mail address: ___________ The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority, however the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority. 6.5.3

Contractor's Representative

Name: _________ Title: _________ Organization: __________ Address: __________ Telephone : ___ ___ _______ Facsimile: ___ ___ _______ E-mail address: ___________ Page 11 of 51

6.6

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: 2012-2 of the Treasury Board Secretariat of Canada.

6.7

Payment

6.7.1

Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a firm unit price, as specified in Annex B, Basis of Payment for a cost of $ _________ (to be completed at contract award). Customs duties are included and Goods and Services Tax or Harmonized Sales Tax is extra, if applicable. Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work. 6.7.2

Single Payment

SACC Manual clause H1000C (2008-05-12) Single Payment 6.7.3

Inspection and Acceptance

The Project Authority is the Inspection Authority. All reports, deliverable items, documents, goods and all services rendered under the Contract are subject to inspection by the Inspection Authority or representative. Should any report, document, good or service not be in accordance with the requirements of the Statement of Work and to the satisfaction of the Inspection Authority, as submitted, the Inspection Authority will have the right to reject it or require its correction at the sole expense of the Contractor before recommending payment.

6.8

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. Invoices must be distributed as follows: The original and one (1) copy must be forwarded to the address shown on page 1 of the Contract for certification and payment.

6.9

Certifications

6.9.1

Compliance

The continuous compliance with the certifications provided by the Contractor in its bid and the ongoing cooperation in providing associated information are conditions of the Contract. Certifications are subject to verification by Canada during the entire period of the Contract. If the Contractor does not comply with any certification, fails to provide the associated information, or if it is determined that any certification made by the Contractor in its bid is untrue, whether made knowingly or unknowingly, Canada has the right, pursuant to the default provision of the Contract, to terminate the Contract for default. Page 12 of 51

6.10

Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Northwest Territories.

6.11

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) (b) (c) (d) (e) (f) (g) (h) (i)

the Articles of Agreement; the general conditions 2010A (2014-11-27) – Goods (Medium Complexity); Annex A, Statement of Work; Annex A-1, Environmental Requirements Annex C, Basis of Payment; Annex D, Aboriginal Benefits Plan Report; Annex E, Aboriginal Benefits Plan; Annex F, Security Requirements Check List; the Contractor's bid dated _______

6.12.

Procurement Ombudsman

6.12.1 Dispute Resolution Services The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will, on request, and consent of the parties, to participate in an alternative dispute resolution process to resolve any dispute between the parties respecting the interpretation or application of a term or condition of this contract and their consent to bear the cost of such process, provide to the parties a proposal for an alternative dispute resolution process to resolve their dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at [email protected]. 6.12.2 Contract Administration The parties understand that the Procurement Ombudsman appointed pursuant to Subsection 22.1(1) of the Department of Public Works and Government Services Act will review a complaint filed by [the supplier or the contractor or the name of the entity awarded this contract] respecting administration of this contract if the requirements of Subsection 22.2(1) of the Department of Public Works and Government Services Act and Sections 15 and 16 of the Procurement Ombudsman Regulations have been met, and the interpretation and application of the terms and conditions and the scope of the work of this contract are not in dispute. The Office of the Procurement Ombudsman may be contacted by telephone at 1-866-734-5169 or by e-mail at [email protected].

6.13

SACC Manual Clauses

B7500C (2006-06-16) Excess Goods G1005C (2016-01-28) Insurance – No Specific Requirement

Page 13 of 51

6.14

Shipping Instructions – Delivered Duty Paid

Goods must be consigned and delivered to the destination specified in the contract: Incoterms 2010 "DDP Delivered Duty Paid", to RCMP Inuvik Detachment, 131 Veteran’s Way, Inuvik, NT X0E 0T0 including all delivery charges and customs duties and taxes.

6.15

Delivery and Unloading

Delivery trucks must be equipped with an unloading device which will permit unloading at sites with no hydraulic, stationary or other type of unloading facility. When making deliveries, sufficient personnel must be provided to permit unloading of any type of vehicle without the assistance of federal government personnel. Delivery and installation must be coordinated with the Project Authority, and must be done between the hours of 8:00 am to 6:00 pm local time.

Page 14 of 51

ANNEX "A" STATEMENT OF WORK The Contractor must supply, deliver and install office furniture to the Royal Canadian Mounted Police Inuvik Detachment located in Inuvik, Northwest Territories, in accordance with the specifications, terms and conditions detailed herein. Section 1 – GENERAL The Contractor must supply all labour, materials, parts, tools, services, equipment and components required to complete the work, including miscellaneous hardware items, etc. not specified herein. The Contractor shall be responsible for cleanup and offsite disposal of all packaging items related to furniture delivery and set-up. Contractors are not permitted to use waste bins on site.

1.1

PRODUCT STANDARDS A.

Furniture specified shall meet or exceed minimum standards and guidelines of, including but not limited to the following governing bodies: .1 .2 .3 .4 .5 .6 .7 .8 .9 .10 .11 .12 .13 .14 .15 .16 .17 .18 .19

Canadian Standards Association Businesses and International Furniture Manufacturer’s Association ANSI/BIFMA X.5.1-2002 General Purpose Office Chairs ANSI/BIFMA X.5.2-1997 Lateral Files ANSI/BIFMA X.5.3-2007 Vertical Files ANSI/BIFMA X.5.4-2005 Lounge Seating ANSI/BIFMA X.5.5-2008 Desk/Table Products ANSI/BIFMA X.5.6-2003 Panels Systems ANSI/BIFMA X 5.9-2004 Storage Units BIFMA Text4.1-2005 – Standard for Woven Textile Characteristics CAN/CGSB-1.108-M89, Bituminous Solvent Type Paint CAN/CGSB-1.159-92, Acrylic Cellulose Nitrate Gloss Lacquer CAN/CSA –C22.2 No. 203-M91, Canadian Standard for Safety of Modular Wiring Systems for Office Furniture. CSA W47.1-92 (R2001), Certification of Companies for Fusion Welding of Steel Structures. CSA W47.2-M1987 (R1998), Certification of Companies for Fusion Welding of Aluminum. CAN/ULC-S102-03, Test for Surface Burning Characteristics of Building Materials and Assemblies. CAN/ULC-S109-03, Flame Tests of Flame Resistant Fabrics and Films Green Guard Indoor Air Quality Certified NFPA 701, National Fire Protection Association Small Scale Test Standard of Fire Tests for Flame Propagation of Textiles and Films.

Page 15 of 51

1.2

1.3

QUALITY ASSURANCE A.

The Contractor shall ensure all products are an acceptable grade in that the quality of construction and finishes is appropriate for heavy, multi-shift, twenty-four (24) hour, seven (7) days a week use.

B.

All furniture, materials and components shall be new, undamaged, and free from defects and in conformance with the specified requirements.

C.

Installation, testing and commissioning shall be carried out by fully qualified, licensed and trained personnel.

D.

All furniture shall conform to applicable standards or codes regarding manufacture, installation or application, and shall be fit and appropriate for the intended use. All furniture shall be approved for their intended use by authorities having jurisdiction. All components and devices shall be ULC approved, listed and labeled.

E.

Contractor shall ensure that all furniture is protected against dampness, condensation, corrosion, physical damage and other forms of deterioration during handling, shipment and storage.

INSTALLATION

Notwithstanding General Condition 2010A - Inspection and Acceptance of the Work the following applies. A. Provide Installation and Related Services The Contractor, as a minimum, must provide all of the services below for the products supplied. 1. If requested, move the products to the staging and/or installation site. 2. Unpack all pieces and inspect products for shipping damage. 3. Install all products in accordance with the manufacturers’ specifications. 4. Ensure all products function properly and when necessary make minor adjustment/repairs. 5. Touch up all minor nicks and scratches on the products that may have occurred during installation. 6. Clean the products once installed. 7. Clean up the installation site. It must present a neat, orderly and work like appearance at all times. This activity must be accomplished by the removal of scrap material, packaging materials, debris and the like from the site, as frequently as is necessary. 8. After completion of the installation, the Contractor (or its authorized representative) must walk through the installation site with the Project Authority to verify the operating condition of all products in accordance with the Inspection and Post Installation Deficiency Procedures listed herein.

Page 16 of 51

1.4

INSPECTION

Inspection and Post-Installation Deficiency Procedures A.

The Contractor, must adhere to the following procedures.

1. The Contractor must notify the Project Authority when the installation is completed. Notification must be given no later than one business day following completion of the installation. 2. The Project Authority must arrange for the initial walk-through inspection with the Contractor. 3. The walk-through inspection must take place no later than three business days after installation is completed unless an alternate time frame has been confirmed by the Project Authority. 4. If the contract is for a phased installation, the walk-through inspection must take place no later than three business days after the completion of each phase unless an alternative time frame has been confirmed by the Project Authority. 5. The Project Authority, in consultation with the Contractor, must prepare the deficiency list documenting all problems in every area. 6. The Project Authority must forward the deficiency list to the Contractor. 7. Within three business days of receipt of this deficiency list, the Contractor must complete all minor deficiencies and make all adjustments not requiring new parts unless an alternate time frame has been confirmed by the Project Authority. For all other listed deficiencies, within fourteen business days of receipt of the deficiencies list, the Contractor must submit, to the Project Authority, the remedial action plan showing delivery and completion dates to occur within 60 calendar days from the submission date of the remedial action plan. The Project Authority may request a shorter remedy period and the Contractor may accept, if possible. The Project Authority may, at their discretion also accept a longer remedial period. 8. The Contractor must notify the Project Authority when all deficiencies have been remedied. If the Project Authority is satisfied with the deficiency corrections, the Project Authority must provide the Contractor a final sign-off indicating that the deficiencies have been rectified.

Page 17 of 51

1.5

WARRANTY

A. Contractor shall warrant all parts and labor from manufacturer’s warranty as follows: Systems Furniture (Workstations): Lifetime Panel Fabric, Electrical Devices Wood Casegoods: 10 years single shift Metal Storage and Filing Cabinets: Lifetime Task and Side Chair Components: 10 years with the exception of user adjustable components, which will be 5 years. Laminate and Veneer Desks and Modular Furniture: Lifetime Conference and Training Tables: Lifetime Lounge Seating: 10 years industry standard warranty B. Contractor shall submit maintenance and warranty documents in a binder format upon completion of installation. Final payment will not be released until submission of this binder.

1.6

SERVICE A.

Replacement components must be available to replace broken pieces during the Warranty period.

B.

In the case where major repairs are required during the Warranty period, the work will be provided onsite or a replacement item will be provided, as mutually agreed upon between the Project Authority and the Contractor.

C.

Non-warranty maintenance and after sales service are to be charged separately.

Page 18 of 51

SECTION 2 – PRODUCTS

2.1.0

SYSTEMS WORKSTATIONS

2.1.1 2.1.2 2.1.3 2.1.4 2.1.5 2.1.6

Description Panels Electrical Wire Management Work Surfaces Accessory Items Freestanding Height Adjustable Workstations

2.1.1

DESCRIPTION

A.

Overview – The systems workstations shall be panel based located in open office areas, hoteling area and public servant desks as indicated on the floor plans (202A, 202D and 205).

B.

Panel Based Workstations: 1. The following components shall be included but not limited to: panels, electrical power and receptacles, under surface wire management (PVC or other) for data and communication cables, work surfaces, supports, pedestals, personal storage towers and accessory items.

2.1.2 A.

PANELS Panel Based Workstations 1. 2.

3. 4. 5. 6. 7. 8. 9.

Panel height 54 inches maximum. Panel thickness shall be 3” (inches) (nominal). Panels shall include any necessary components such as brackets, connectors, clips, levelling glides etc. to fully complete the installation ready for the Owner's use. Channel covers, connectors and wire management components shall be included to fully complete the installation. Panel frames shall be welded metal construction. Panel to panel connections shall be metal. Panels that are powered shall have modular wiring connections panel to panel. Panel interiors shall provide pass thru holes for the passage of communication cables. Panel frames shall allow for adjustable work surface heights. Panels shall have removable tiles each side and shall provide access to wires and cable management inside the panels. Panel tiles shall have the ability to be interchangeable with fabric, whiteboard, tack board or metal slat tiles on site. Panel tile options shall be from the manufacturer’s standard range. Fabric tiles within interiors of workstations should have tackable inserts.

10. Colours and finishes from manufacturer’s complete range: Panel fabric: Grade 3 or equivalent Panel frames, trims and caps: Metal with metallic powder coat paint

Page 19 of 51

2.1.3 A.

ELECTRICAL/COMMUNICATIONS/ WIRE MANAGEMENT Panel Based Workstations 1. 2. 3. 4.

2.1.4 A.

WORK SURFACES Panel Based Workstations 1.

2.

3. 4.

2.1.5 A.

Workstation connections shall be hard wired to base building services (power, communications/data). Electrical and other communication cables are fed from the base of the panel. Each workstation shall have wire management capabilities and electrical harnesses within the panels. Each workstation shall provide access to power, communications/data receptacles in panels. These receptacles shall be within a floor level raceway with accessible covers. Each work surface will provide access to raceway power, communications/data receptacles through wire ways/grommets. Wire management accessories to be provided.

Work surfaces shall include any gables, support legs, cantilevers, brackets, connectors, clips, fasteners, etc. to complete installation. Pedestals are not acceptable as supports. Support legs are to be constructed of steel and have leveling glides. Color to be selected from manufacturer’s complete range. (Metallic Finish) Wood veneer work surfaces, gables, modesty panels, shall be 1 ¼” particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Work surfaces shall have eased bull nose or waterfall edge. Work surfaces to be totally encapsulated with provisions for metal inserts. Provision of under worksurface stiffeners where required as per manufactures guidelines. Work surfaces are to have wire ways. Style of opening to be from manufactures standard options. Refer to drawings for location of plastic laminate cabinet tops.

ACCESSORY ITEMS Panel Based Workstations 1.

Adjustable Keyboard Tray: shall provide rigid support during normal keying process. Tray with extended/swivel arm on a 21” track is to slide in and out from under the work surface. Tray shall have interchangeable mouse pad for left or right hand users. Tray tilt range shall be 10 degrees to 15 degrees. Tray height adjustment shall be 21 1/4” to 30 ¼”. Tray approximate dimensions 19 ¼’w x 9 ¼”d, c/w padded palm rest. Color selected from manufacturer’s complete range. Tray functions shall be intuitive for users.

2.

CPU Holder: shall be metal frame type fully adjustable to accommodate various sizes and mounted to underside of work surface complete with sliding track for accessibility.

3.

Privacy Screen/ Modesty Panels: shall be fabric covered, supported form work surface with finished metal clamp style brackets. Screens are to be mounted to provide both above and below work surface coverage. Size: 610mm x 1070mm or nearest standard equivalent. Fabric to be Grade 3 or equivalent.

Page 20 of 51

2.1.6 A.

FREESTANDING HEIGHT ADJUSTABLE DESKS The six (6) desks located in the open area have height adjustable extended corners.

1. Freestanding height adjustable desk products must be a depth of at least 610mm (24”) and a width ranging from 762mm (30”) to 1524mm (60”). The tolerance for all work surface widths and depths listed in the GoC PC is -76mm (-3 in.). Continuous Height Adjustable Work Surfaces 2. Continuous height adjustable work surfaces must be seated range or sit/stand range. 3. The controls for continuous height adjustable work surfaces must be mechanical crank or counter balance or torsion or gas assisted or electrical. 4. The electrical controls must be certified to be compliant with CSA C22.2 No 203. Seated Range 5. Seated range continuous height adjustable work surfaces must comply as defined in CAN/CGSB-44.2272008. Sit/Stand Range 6. The primary surface must be capable of a height adjustment of 710mm to 1040mm (27 to 41 in.). Incremental height adjustable work surfaces 7. The tolerance for all work surface widths and depths listed in the GoC PC is +/- 25.4mm (1 in.)

Page 21 of 51

2.2.0 2.2.1 2.2.2 2.2.3 2.2.4

CASEGOODS Description Material Specifications Electrical Wire Management Accessory Items

2.2.1 DESCRIPTION A. Overview – The casegoods furniture includes freestanding wood workstations for five (5) offices as indicated in the floor plan. (Offices 201A, 201B, 201C, 201D and 201E.) 2.2.2 MATERIAL SPECIFICATIONS A. Casegood Workstations 1. Wood work surfaces, gables, modesty panels, shall be 1 ¼” particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Work surfaces shall have eased bull nose or waterfall edge. Work surfaces to be totally encapsulated with provisions for metal inserts. Provision of under work surface stiffeners where required as per manufactures guidelines. 2. Provide partial modesty panels on returns to provide access to wall receptacles. Full modesty on fronts. 3. Grommet holes shall have inserts and cover plates. 4. Include any brackets, connectors, clips, fasteners etc. to complete installation. 5. Pedestals and lateral files shall be integral components of the workstation. 6. Pedestals shall include minimum 1 box drawer with tray for pencils, etc and file drawer complete with hanging hardware for front to back letter files and for side to side legal files. 7. File drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. 8. Hardware pulls shall be visible and shall be metal. 9. Storage cabinets shall be keyed alike with master key. 10. Veneer Finishes and Colors to be selected from manufacturers complete range.

2.2.3 ELECTRICAL/COMMUNICATIONS/ WIRE MANAGEMENT A. Provision of wire management troughs under work surfaces and grommet holes with inserts for each work surface to handle communications cables (voice and data) and electrical wires. B. Access to receptacles shall be direct plug into wall receptacles.

2.2.4 ACCESSORY ITEMS

1. Adjustable Keyboard Tray: shall provide rigid support during normal keying process. Tray with extended/swivel arm on a 21” track is to slide in and out from under the work surface. Tray shall have interchangeable mouse pad for left or right hand users. Tray tilt range shall be 10 degrees to -15 degrees. Tray height adjustment shall be 21 1/4” to 30 ¼”. Tray approximate dimensions 19 ¼’w x 9 ¼”d, c/w padded palm rest. Colour from manufacturer’s complete range. Tray functions shall be intuitive for users. 2. CPU Holder: shall be metal frame type mounted to underside of return work surface complete with sliding track for accessibility.

Page 22 of 51

2.3.0

TABLES

2.3.1 Description 2.3.2 Material Specifications

2.3.1 DESCRIPTION A. Overview – This section includes tables in meeting rooms, business centre, private office and interview rooms. Refer to floor plan for size and style of tables. 2.3.2 SPECIFICATIONS A. TABLES 1. Plastic laminate tops shall be constructed of 1 ¼” particle board core #1 45 lb. covered with a high pressure laminate and backer sheet. Edge banding to be thermally fused. Tops to be totally encapsulated with provisions for metal inserts. 2. Plastic laminate colors shall be selected from manufacturer's complete range. 3. Edge details shall be straight edge trim (flat) or solid flat wood edge. 4. Metal “T” Base with rectangular tube castors, 3W x 28D x 27.75H. 5. Base finish and colour shall be from manufacturer’s complete range. (Metallic Finish) B. BOARDROOM TABLE 1. Meeting and boardroom tables shall have wood veneer surfaces on minimum 1 ¼” thick particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. 2. Table supports shall be rectangular steel bases, size and number adequate to support the table tops. Finish to be selected from manufacturers complete range (Metallic Finish). 3. Edge profile shall be knife edge. 4. Table finish and veneer shall be selected from manufacturer’s complete range. C. END TABLE 1. Square end table with full base 2. Tables shall have wood veneer surfaces on minimum 1 ¼” thick particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet 3. Table finish and veneer shall be selected from manufacturer’s complete range. 4. 22W x 22D x 21H maximum

Page 23 of 51

2.4.0

FILE AND STORAGE CABINETS

2.4.1 Description 2.4.2 Material Specifications

2.4.1 DESCRIPTION A. Overview – This section includes mobile pedestals, personal storage towers, lateral file cabinets, credenzas and wardrobes.

2.4.2 MATERIAL SPECIFICATIONS A. Mobile Pedestals 1. Shall be constructed of 18 - 22 gauge steel. 2. Pedestals are to be accommodated under the work surface and are not permitted to be used as supports. 3. Shall have roll-out drawers that fully extend through the use of ball-bearing slides. 4. Pulls shall be metal and centered on drawer front. 5. Pedestals shall lock with master key- each suite shall have different master keys. For open and private office workstations key alike with other cabinets at workstation. 6. Pedestals shall have casters. 7. File drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. 8. 1 Box drawer shall include an insert divided into compartments for pens, clips etc. 9. Pedestals shall be proud style and have finished fronts, tops, sides, and backs. 10. Pedestal finish and color shall be from manufacturer's complete range. Metal: Metallic powder coat paint.

B. Personal Storage Towers 1. The personal storage towers must have two (2) file drawers, a storage compartment with or without a door and a wardrobe section with a door. 2. The file drawers must be side to side and back to back filing 3. The storage compartment must have adjustable shelves. 4. The wardrobe section must have a hanging coat rod and one shelf 5. The wardrobe door and storage compartment door must be hinged right or left. 6. In open office areas the dimensions are 24”W x 24”D x 54”H. 7. In all other workstations the dimensions are 24”W x 24”D x 64” to 72” H 8. Finish and color shall be from manufacturer's complete range.

C. Lateral File Cabinets 1. 2. 3. 4.

Shall be constructed of 18 - 22 gauge steel. Shall have roll-out drawers that fully extend through the use of ball-bearing slides. Pulls shall be metal and centered on drawer front. Cabinets shall have locks keyed to master key. For open and private office workstations key alike with other cabinets at workstation. For banks of file cabinets key alike within a suite, key different from other suites. 5. Drawers shall have internal system to prevent more than one drawer being opened at a time. 6. Cabinets shall have leveling glides. 7. Drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. Page 24 of 51

8. Cabinets shall be proud style and have finished fronts/drawers, tops, sides and backs unless otherwise noted. 9. Cabinets that are 2 or 4 drawers high shall have common tops. 10. Cabinet/drawers finish and color shall be from manufacturer's complete range. Metal: Metallic powder coat paint. Tops: High Pressure Laminate

D. Credenzas 1. 2. 3. 4.

Full Mod With one lateral file and 1 storage unit 72W x 20D Finish and color shall be from manufacturer’s complete range

E. Wardrobes 1. 2. 3. 4. 5.

Full wardrobe Wardrobes shall have locks keyed to master key. Key alike with other cabinets at workstation. With one lateral file and 1 storage unit 36”W x 24”D x 65”H to 72”H Finish and color shall be from manufacturer’s complete range

Refer to Furniture Layout Drawing for cabinet styles and quantities.

Page 25 of 51

2.5.0

LOUNGE SEATING

2.5.1 2.5.2

Description Material Specifications

2.5.1

DESCRIPTION

A. Overview – This section includes lounge chairs and two seat sofa for the interview room and room 201D. 2.5.2

1. 2. 3. 4. 5. 6. 7.

MATERIAL SPECIFICATIONS

Enclosed, fully upholstered outer frame Fixed cushions Leather. Material must have an abrasion resistance of 50,000 double rubs or more (ASTM D4157) Material must meet flammability requirements as per CAN/CGSB-4.2 No. 27.5 Material must be treated for stain resistance Lounge chair and two seat sofa color shall be from manufacturer’s complete range.

A. Lounge Chair 1. Must be the same manufacturer product line and finish as the two seat sofa 2. Dimensions: 30” W x 30” D x 31 ”H (nominal) 3. Comfortably seats one (1) adult

B. Two Seat Sofa 1. Must be same manufacturer product line and finishes as lounge chairs 2. Dimensions: 50.5” W x 31” D x 30” H (nominal) 3. Comfortably seats two (2) adults

Refer to Furniture Layout Drawings for lounge seating styles and quantities.

Page 26 of 51

2.5.0

TASK CHAIRS

2.5.1 Description 2.5.2 Material Specifications

2.5.1 DESCRIPTION A.

Overview – This section includes task chairs in private offices and open office areas.

2.5.2 MATERIAL SPECIFICATIONS A. Task Chairs (T1) Basis of Design 1. 2. 3. 4. 5. 6. 7. 8. 9. 10. 11. 12.

Base shall be five-star steel legs. Castors shall be hard or soft wheeled as required by floor material (carpet or rubber flooring). Seat pan and back rest forms shall be contoured. 2” of adjustable lumbar support minimum. Back shall be finished with mesh fabric. Back shall be available in low back, mid back and high back models with height adjustment shall range from 25” - 27 ½” and back width shall be 19.5”. Seat height adjustment shall range from 15.75” – 21” up and down. Pneumatic cylinder shall be commercial heavy duty. Seat depth adjustment back and forth shall range from 19” – 21 ½”. Seat width minimum 19.5”. Arms shall be width adjustable at seat level and height adjustable. Width between arms shall adjust from 17” to 23 ½”. Task chairs shall be available in models with headrest. Task chairs shall be available in models with fold away “T” arms, and removable arms. Task chair shall have multi-tilter motion mechanism and tilt tension. Task chair shall have a minimum capacity for users up to 250 lbs. Finishes to be selected from manufactures complete range. Grade 3 fabric or equivalent.

B. Specialty Task Chairs (T2) Basis of Design 1. 2. 3. 4. 5.

Operator stool with arms Knurled dual height gas lift – desk to counter height Height and width adjustable “T” arms Adjustable back height Drafting style base with height adjustable foot ring.

Refer to Furniture Layout Drawings for chair styles and quantities.

Page 27 of 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

2.6.0

ADDITIONAL CHAIRS

2.6.1 Description 2.6.2 Material Specifications

2.6.1 DESCRIPTION A. Overview – This section includes side chairs in private offices, and interview rooms. B. Dimensions – Side Chair dimensions are as follows, unless otherwise indicated: 1. 2. 3. 4.

Seat height shall be minimum 17” Seat width shall be minimum 19” Seat depth shall be minimum 17” Chair overall height minimum 33”

2.6.2 MATERIAL SPECIFICATIONS A. Side Chair (S1) 1. 2. 3. 4. 5. 6. 7.

Sled based chair of steel frame construction. Backrest shall have contoured form. Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Heavy duty Armless Vinyl upholstery Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent.

B. Side Chair (S2) 1. 2. 3. 4. 5. 6. 7. 8.

Side chair shall be a four-leg post of steel frame construction. Stacking armchair with 4 leg wall saver frame Polypropylene seat and back Backrest shall have contoured form. High strength polymer with flexing capabilities. Seat shall be contoured with waterfall front. Seat shall be high strength polymer. Glides shall be suitable for carpet flooring. Fixed arm rests. Finishes to be selected from manufactures complete range. Grade 3 fabric or equivalent

C. Side Chair (S3) 1. Side chair shall be a four-leg post of heavy duty reinforced gusseted round tubular steel frame construction for heavy duty use. 2. Wall saver frame design 3. Backrest shall have contoured form. 4. Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. 5. Stacking armchair 6. Upholstered seat and back Page 28 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

7. Concealed back attachments 8. Capability to stack 5 high on the floor. 9. Glides shall be suitable for carpet flooring. 10. Width between arms minimum 19.75” 11. Fixed arm rests shall be made of injection molded Black (BLK) fiberglass reinforced nylon 12. Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent.

D. Side Chair (S4) 1. 2. 3. 4. 5. 6. 7. 8.

Nightingale GXO 6301 Side Chair – or equivalent Short fixed, shapely arms Side chair shall be a 4 legged chair with castors. 24” x 26 .5” x 36” Seat height 18.5” Finish – frame, arms and trim standard in graphite Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Castors shall be suitable for carpet flooring. Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent.

E. Side Chair (S5) 1. 2. 3. 4. 5.

Sled base Backrest shall have contoured form. Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Armless Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent

F. Conference Room Chair (S6) 1. 2. 3. 4. 5. 6.

Chair to have five-star base aluminum base. Backrest shall have contoured form. High strength polymer with flexing capabilities. Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Castors shall be suitable for carpet flooring. Conference room chairs must have the ability to remove arms. Back shall be available in mid back model with height adjustment shall range from 25” - 27 ½” and back width shall be 19.5”. 7. Seat height shall be adjustable with the minimum 15.5” 8. Seat width shall be minimum 19” 9. Seat depth shall be minimum 17” 10. Chair overall height minimum 33” and maximum 37”. 11. Width between arms minimum 19.5” 12. Finishes to be selected from manufactures complete range. Fabric Grade 3 or equivalent.

Refer to Furniture Layout Drawings for chair styles and quantities.

Page 29 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

ANNEX "A-1" Environmental Requirements In April 2006, the Government of Canada introduced a "Policy on Green Procurement" as mandated by Treasury Board of Canada Secretariat. The objective of the Policy is to advance the protection of the environment and to support sustainable development by integrating environmental considerations into the procurement decision-making process. 1.0

Materials

1.1.

All adhesives used in manufacturing must be Hazardous Air Pollutant (HAP) free. (Refer to Environment Canada, Canadian Environmental Protection Act 1999 Schedule 1 (CEPA 1999)

1.2

All metal components must be finished using low volatile organic compound (VOC) content or non-toxic surface coatings.

1.3

All steel parts must contain a minimum of 25% recycled content.

1.4

All plastic components must be recyclable at the end of their life.

1.5

All composite wood products must contain a minimum of 60% recycled material.

1.6

Product emitting formaldehyde which must result in an indoor air concentration of more than 0.5 mg/m3 shall be plugged. Holes do not need to be plugged if the product is listed on Ecologo, Greenguard etc.

2.0

BioBased Renewable Material - Sustainable Wood

2.1

All wood used in the manufacture of products offered must originate from a sustainably managed forest as certified by Canadian Standards Association (CS), Forest Stewardship Council (FSC), Program for the Endorsement of Forest Certification (PEFC) or Sustainable Forestry Initiative (SFI).

3.0

Product Design

3.1

Wear susceptible parts must be designed to be replaceable.

4 .0

Manufacturing

4.1

Waste material from the manufacturing process must be minimized and/or recycled.

4.2

The Supplier must have certificates as proof that all products contain no chlorofluorocarbon (CFC) or polybrominated diphenyl ether (PBDE).

4.3

Products offered must be manufactured in a facility with a hazardous and toxic material management system in place.

5.0

Packaging and Distribution

5.1

Corrugated containers used must contain at least 80% recycled content paper fibre.

5.2

Blanket wrapping must be used for short distances of 100 km or less when the orders are of sufficient order size (i.e. enough to fill a truck).

5.3

As a minimum, the Supplier must implement one of the following requirements: 5.3.1

Products to be shipped in bulk (e.g. can be disassembled into parts at source, packed more densely for shipping and reassembled on site)

Page 30 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

5.3.2

Packaging is recyclable and/or bio-degradable

5.3.3

Packaging is returnable to the supplier/shipper

5.3.4

Packaging is reusable

6 .0

Chemical Management Plan (CMP)

6.1

All products offered must come from a Manufacturer who has a CMP to cover one or more of the following:

7.0

6.1.1

Must demonstrate that a hazardous substances (materials) management system is in place at their manufacturing facility(s)

6.1.2

Must have a system in place to acquire, use, store, transportation and final disposition of chemicals

6.1.3

Must adopt a chemical hazard recognition plan

6.1.4

Must have a documented emergency response plan in place

Leadership in Energy and Environmental Design (LEED) - Canada CI All products offered must meet the following credits for LEED - Canada CI (Commercial Interiors):

7.1

Energy & Atmosphere Credit 1.1 Optimize Energy Performance, Lighting Power Credit 1.2 Optimize Energy Performance, Lighting Control

7.2

Materials & Resources Credit Credit Credit Credit

7.3

4.1 Recycled Content, 10% 4.2 Recycled Content, 20% 6 Rapidly Renewable Materials 7 Certified Wood

Indoor Environmental Quality Credit Credit Credit Credit

4.1 4.2 4.4 4.5

Low-emitting Materials, Adhesives and Sealants Low-emitting Materials, Paints and Coatings Low-emitting Materials, Composite Wood and Laminate Adhesives Low-emitting Materials, Systems Furniture

Page 31 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

ANNEX "B" MANDATORY TECHNICAL CRITERIA Contractors are required to indicate whether or not they comply with the mandatory specifications. Contractors must include one (1) copy of descriptive literature of the make and model of the items offered in sufficient detail to clearly indicate compliance with each of the individual requirements in the specifications and cross reference where this specification is located within the descriptive literature. Where weight, dimensions or other characteristics are shown as approximate, minimum or maximum, the bidder must indicate the manufacturer’s figures. The Royal Canadian Mounted Police is under no obligation to seek clarification of the bid(s) or the supporting technical documentation provided. Failure to meet any of the following specifications will render your proposal non-complaint and will be given no further consideration.

Completion and submission of Mandatory Technical Specification is required to be considered responsive and for the bid to be given further consideration. Provide the specification being offered which meets or exceeds and cross-reference as to where the supporting documentation is found within your proposal. If there is insufficient space in the table, assign SIR # (Supplementary Information Reference) and provide the appropriate details on a separate page in your offer. Where published supporting documentation is not available in the form of brochures, technical data sheets etc., prepare a written narrative complete with a detailed explanation of how its offer demonstrates compliance. All work and materials herein specified must meet and maintain minimum Canadian and Provincial certification(s) and approval(s) as applicable by Industry Standards. Item

Specifications

Contractor Response: indicate how they meet the specifications addressed below/ cross-reference where this technical specification is indicated in their bid documentation

Aboriginal Benefits Plan Submit an Aboriginal Benefits Plan consisting of the following components: 1. The existence of head offices, administration offices or other facilities in the Inuvialuit or Gwich’in Settlement Area a) Existence of head office(s) in the Inuvialuit or Gwich’in Settlement Areas or b) Administration office(s) or other facilities in the Inuvialuit or Gwich’in Settlement Areas Page 32 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

2. The employment of Aboriginal labour, engagement of Aboriginal professional services, or use of suppliers that are Aboriginal or Aboriginal firms in carrying out the contract. a) Details on the work to be carried out for each position proposed to be filled by an Aboriginal person. b) Details on use of Aboriginal suppliers and identification of the goods or services provided by Aboriginal firms.

1. 1.1 1.2

1.3

1.4

1.5

1.6 1.7 1.8

1.9

1.10

Refer to Annex E, Aboriginal Benefits Plan. Panel Based Workstations Panel height 54 inches maximum. Panel thickness shall be 3” (inches) (nominal). Panel frames shall be welded metal construction. Panel to panel connections shall be metal. Panels that are powered shall have modular wiring connections panel to panel. Panel interiors shall provide pass thru holes for the passage of communication cables. Panels shall have removable tiles each side and shall provide access to wires and cable management inside the panels Panel tiles shall have the ability to be interchangeable with fabric, whiteboard, tack board or metal slat tiles on site. Panel tile options shall be from the manufacturer’s standard range Fabric tiles within interiors of workstations should have tackable inserts. Colours and finishes from manufacturer’s complete range: Pavel fabric: Grade 3 or equivalent. Panel frames, trims and caps: Metal with metallic powder coat paint. Electrical/Communications/Wire Management Workstation connections shall be hard wired to base building services (power, communications/data) Electrical and other communication cables are fed from the base of the panel.

Page 33 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

1.11

1.12

1.13

1.14

1.15

1.16

Each workstation shall have wire management capabilities and electrical harnesses within the panels. Each workstation shall provide access to power, communications/data receptacles in panels. These receptacles shall be within a floor level raceway with accessible covers. Each work surface will provide access to raceway power, communications/data receptacles through wire ways/grommets. Wire management accessories to be provided. Work Surfaces Work surfaces shall include any gables, support legs, cantilevers, brackets, connectors, clips, fasteners, etc. to complete installation. Pedestals are not acceptable as supports. Support legs are to be constructed of steel and have leveling glides. Color to be selected from manufacturer’s complete range. (Metallic Finish) Wood veneer work surfaces, gables, modesty panels, shall be 1 ¼” particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Work surfaces shall have eased bull nose or waterfall edge. Work surfaces to be totally encapsulated with provisions for metal inserts. Provision of under worksurface stiffeners where required as per manufactures guidelines. Work surfaces are to have wire ways. Style of opening to be from manufactures standard options. Accessory Items Adjustable Keyboard Tray: shall provide rigid support during normal keying process. Tray with extended/swivel arm on a 21” track is to slide in and out from under the work surface. Tray shall have interchangeable mouse pad for left or right hand users. Tray tilt range shall be 10 degrees to - 15 degrees. Tray height adjustment shall be 21 1/4” to 30 ¼”. Tray approximate dimensions 19 Page 34 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

1.17

1.18

1.19

1.20

1.21

1.22

1.23 1.24

1.25

1.26

2.0 2.1

¼’w x 9 ¼”d, c/w padded palm rest. Color selected from manufacturer’s complete range. Tray functions shall be intuitive for users. CPU Holder: shall be metal frame type fully adjustable to accommodate various sizes and mounted to underside of work surface complete with sliding track for accessibility. Privacy Screen/ Modesty Panels: shall be fabric covered, supported form work surface with finished metal clamp style brackets. Screens are to be mounted to provide both above and below work surface coverage. Size: 610mm x 1070mm or nearest standard equivalent. Fabric to be Grade 3 or equivalent. Freestanding Height Adjustable Desks Freestanding height adjustable desk products must be a depth of at least 610mm (24”) and a width ranging from 762mm (30”) to 1524mm (60”). The tolerance for all work surface widths and depths listed in the GoC PC is -76mm (-3 in.) Continuous height adjustable work surfaces must be seated range or sit/stand range. The controls for continuous height adjustable work surfaces must be mechanical crank or counter balance or torsion or gas assisted or electrical. The electrical controls must be certified to be compliant with CSA C22.2 No 203. Seated range continuous height adjustable work surfaces must comply as defined in CAN/CGSB-44.227-2008 The primary surface must be capable of a height adjustment of 710mm to 1040mm (27 to 41 in.). The tolerance for all work surface widths and depths listed in the GoC PC is +/25.4mm (1 in.) Casegoods Wood work surfaces, gables, modesty panels, shall be 1 ¼” particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Work surfaces shall have eased bull nose or waterfall edge. Work surfaces Page 35 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

2.2

2.3 2.4 2.5

2.6

2.7 2.8 2.9

2.10

2.11

2.12

to be totally encapsulated with provisions for metal inserts. Provision of under work surface stiffeners where required as per manufactures guidelines. Provide partial modesty panels on returns to provide access to wall receptacles. Full modesty on fronts. Grommet holes shall have inserts and cover plates. Pedestals and lateral files shall be integral components of the workstation. Pedestals shall include minimum 1 box drawer with tray for pencils, etc and file drawer complete with hanging hardware for front to back letter files and for side to side legal files. File drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. Hardware pulls shall be visible and shall be metal. Storage cabinets shall be keyed alike with master key. Veneer Finishes and Colors to be selected from manufacturers complete range. Electrical/Communications/Wire Management Provision of wire management troughs under work surfaces and grommet holes with inserts for each work surface to handle communications cables (voice and data) and electrical wires. Access to receptacles shall be direct plug in to wall receptacles. Accessory Items Adjustable Keyboard Tray: shall provide rigid support during normal keying process. Tray with extended/swivel arm on a 21” track is to slide in and out from under the work surface. Tray shall have interchangeable mouse pad for left or right hand users. Tray tilt range shall be 10 degrees to - 15 degrees. Tray height adjustment shall be 21 1/4” to 30 ¼”. Tray approximate dimensions 19 ¼’w x 9 ¼”d, c/w padded palm rest. Color selected from manufacturer’s complete range. Tray functions shall be intuitive for users.

Page 36 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

2.13

3.0 3.1

3.2 3.3 3.4 3.5

3.6

3.7

CPU Holder: shall be metal frame type fully adjustable to accommodate various sizes and mounted to underside of work surface complete with sliding track for accessibility. Tables Plastic laminate tops shall be constructed of 1 ¼” particle board core #1 45 lb. covered with a high pressure laminate and backer sheet. Edge banding to be thermally fused. Tops to be totally encapsulated with provisions for metal inserts. Plastic laminate colors shall be selected from manufacturer's complete range. Edge details shall be straight edge trim (flat) or solid flat wood edge. Metal “T” Base with rectangular tube castors, 3W x 28D x 27.75H. Base finish and colour shall be from manufacturer’s complete range. (Metallic Finish) Boardroom Tables Meeting and boardroom tables shall have wood veneer surfaces on minimum 1 ¼” thick particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Table supports shall be rectangular steel bases, size and number adequate to support the table tops. Finish to be selected from manufacturers complete range (Metallic Finish).

3.8

Edge profile shall be knife edge.

3.9

Table finish and veneer shall be selected from manufacturer’s complete range. End Table

3.10

Square end table with full base

3.11

Tables shall have wood veneer surfaces on minimum 1 ¼” thick particle board core #1 45 lb covered with prefinished closed pore veneer with 20% sheen and backer sheet. Table finish and veneer shall be selected from manufacturer’s complete range. 22W x 22D x 21H maximum

3.12 3.13

Page 37 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

4.0

File and Storage Cabinets

A

Mobile Pedestals

4.1

Shall be constructed of 18 - 22 gauge steel. Pedestals are to be accommodated under the work surface and are not permitted to be used as supports. Shall have roll-out drawers that fully extend through the use of ball-bearing slides. Pulls shall be metal and centered on drawer front. Pedestals shall lock with master keyeach suite shall have different master keys. For open and private office workstations key alike with other cabinets at workstation. Pedestals shall have casters.

4.2

4.3

4.4 4.5

4.6 4.7

4.8

4.9 4.10

B 4.11

4.12 4.13 4.14 4.15

4.16 4.17 4.18

File drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. 1 Box drawer shall include an insert divided into compartments for pens, clips etc. Pedestals shall be proud style and have finished fronts, tops, sides, and backs. Pedestal finish and color shall be from manufacturer's complete range. Metal: Metallic power coat paint. Personal Storage Towers The personal storage towers must have two (2) file drawers, a storage compartment with or without a door and a wardrobe section with a door. The file drawers must be side to side and back to back filing. The storage compartment must have adjustable shelves. The wardrobe section must have a hanging coat rod and one shelf. The wardrobe door and storage compartment door must be hinged right or left. In open office areas the dimensions are 24”W x 24”D x 54”H. In all other workstations the dimensions are 24”W x 24”D x 64” to 72” H. Finish and color shall be from manufacturer's complete range. Page 38 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

C

Lateral File Cabinets

4.19

Shall be constructed of 18 - 22 gauge steel. Shall have roll-out drawers that fully extend through the use of ball-bearing slides. Pulls shall be metal and centered on drawer front. Cabinets shall have locks keyed to master key. For open and private office workstations key alike with other cabinets at workstation. For banks of file cabinets key alike within a suite, key different from other suites. Drawers shall have internal system to prevent more than one drawer being opened at a time. Cabinets shall have leveling glides.

4.20

4.21 4.22

4.23

4.24 4.25

D

Drawers shall be equipped with hanging file rails and cross bars for legal or letter filing. Cabinets shall be proud style and have finished fronts/drawers, tops, sides and backs unless otherwise noted. Cabinets that are 2 or 4 drawers high shall have common tops. Cabinet/drawers finish and color shall be from manufacturer's complete range. Metal: Metallic power coat paint. Tops: High Pressure Laminate. Credenzas

4.29

Full Mod

4.30

With one lateral file and 1 storage unit

4.31

72W x 20D

4.32 E

Finish and color shall be from manufacturer’s complete range Wardrobes

4.33

Full wardrobe

4.34

4.35

Wardrobes shall have locks keyed to master key. Key alike with other cabinets at workstation. With one lateral file and 1 storage unit

4.36

36”W x 24”D x 65”H to 72”H

4.26

4.27 4.28

Page 39 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

4.37 5

Finish and color shall be from manufacturer’s complete range. Lounge Seating

5.1

Enclosed, fully upholstered outer frame

5.2

Fixed cushions

5.3

Leather or vinyl material

5.4

Material must have an abrasion resistance of 50,000 double rubs or more (ASTM D4157)

5.5

Material must meet flammability requirements as per CAN/CGSB-4.2 No. 27.5 Material must be treated for stain resistance. Lounge chair and two seat sofa color shall be from manufacturer’s complete range. Lounge Chair

5.6 5.7 A 5.8

5.10

Must be the same manufacturer product line and finish as the two seat sofa Dimensions: 30” W x 30” D x 31 ”H (nominal) Comfortably seats one (1) adult

B

Two Seat Sofa

5.11

5.13

Must be same manufacturer product line and finishes as lounge chairs. Dimensions: 50.5” W x 31” D x 30” H (nominal). Comfortably seats two (2) adults.

6

Task Chairs

6.1

Base shall be five-star steel legs. Castors shall be hard or soft wheeled as required by floor material (carpet or rubber flooring). Seat pan and back rest forms shall be contoured. 2” of adjustable lumbar support minimum. Back shall be finished with mesh fabric.

5.9

5.12

6.2

6.3 6.4

6.5

Back shall be available in low back, mid back and high back models with height adjustment shall range from 25” - 27 ½” and back width shall be 19.5”. Seat height adjustment shall range from 15.75” – 21” up and down. Pneumatic Page 40 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

cylinder shall be commercial heavy duty. 6.6

6.7

6.8 6.9

6.10 6.11 6.12

A

Seat depth adjustment back and forth shall range from 19” – 21 ½”. Seat width minimum 19.5”. Arms shall be width adjustable at seat level and height adjustable. Width between arms shall adjust from 17” to 23 ½”. Task chairs shall be available in models with headrest. Task chairs shall be available in models with fold away “T” arms, and removable arms. Task chair shall have multi-tilter motion mechanism and tilt tension. Task chair shall have a minimum capacity for users up to 250 lbs. Finishes to be selected from manufactures complete range. Grade 3 fabric or equivalent. Specialty Task Chairs (T2) Operator stool with arms Knurled dual height gas lift – desk to counter height Height and width adjustable “T” arms Adjustable back height

7

Drafting style base with height adjustable footring. Additional Chairs

7.1

Seat height shall be minimum 17”

7.2

Seat width shall be minimum 19”

7.3

Seat depth shall be minimum 17”

7.4

Chair overall height minimum 33

A

Side Chair (S1)

7.5

Sled based chair of steel frame construction. Backrest shall have contoured form.

7.6 7.7

7.8

Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Heavy duty Page 41 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

7.9

Armless

7.10

Vinyl upholstery

7.11

Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent. Side Chair (S2)

B 7.12 7.13 7.14 7.15

Side chair shall be a four-leg post of steel frame construction. Stacking armchair with 4 leg wall saver frame. Polypropylene seat and back.

7.17

Backrest shall have contoured form. High strength polymer with flexing capabilities. Seat shall be contoured with waterfall front. Seat shall be high strength polymer. Glides shall be suitable for carpet flooring.

7.18

Fixed arm rests.

7.19

Finishes to be selected from manufactures complete range. Grade 3 fabric or equivalent. Side Chair (S3)

7.16

C 7.20

7.21

Side chair shall be a four-leg post of heavy duty reinforced gusseted round tubular steel frame construction for heavy duty use. Wall saver frame design

7.22

Backrest shall have contoured form.

7.23

7.24

Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Stacking armchair

7.25

Upholstered seat and back

7.26

Concealed back attachments

7.27

Capability to stack 5 high on the floor.

7.28

Glides shall be suitable for carpet flooring.

7.29

Width between arms minimum 19.75”

7.30

Fixed arm rests shall be made of injection molded Black (BLK) fiberglass reinforced nylon. Page 42 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

7.31

D 7.32

Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent. Side Chair (S4)

7.34

Nightingale GXO 6301 Side Chair – or equivalent. Short fixed, shapely arms Side chair shall be a 4 legged chair with castors. 24” x 26 .5” x 36”

7.35

Seat height 18.5”

7.36

E

Finish – frame, arms and trim standard in graphite Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Castors shall be suitable for carpet flooring. Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent. Side Chair (S5)

7.40

Sled base or 4 point chair

7.41

Backrest shall have contoured form.

7.42

Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Armless

7.33

7.37

7.38 7.39

7.43 7.44

F 7.45 7.46 7.47

7.48 7.49 7.50

Finishes to be chosen from manufactures complete range. Grade 3 fabric or equivalent. Conference Room Chairs (S6) Chair to have five-star base aluminum base. Backrest shall have contoured form. High strength polymer with flexing capabilities. Seat shall be contoured with waterfall front. Seat shall be upholstered with seat foam cushion. Castors shall be suitable for carpet flooring. Conference room chairs must have the ability to remove arms. Back shall be available in mid back model with height adjustment shall range from 25” - 27 ½” and back width shall be 19.5”. Page 43 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

7.51 7.52

Seat height shall be adjustable with the minimum 15.5” Seat width shall be minimum 19”

7.53

Seat depth shall be minimum 17”

7.54

Chair overall height minimum 33” and maximum 37”. Width between arms minimum 19.5”

7.55 7.56

Finishes to be selected from manufactures complete range. Fabric Grade 3 or equivalent.

Page 44 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

ANNEX "C" BASIS OF PAYMENT In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid firm unit prices, in Canadian dollars, the Goods and Services Tax or the Harmonized Sales Tax is extra, Incoterms 2010 "DDP Delivered Duty Paid", delivery, unloading charges, Canadian customs duties and excise taxes included. Annex “C” must be completed in its entirety or the bid will be considered non-responsive and will not be evaluated.

Item

1

1.D

2.

3.

3.A.

3.B.

Description

Qty

Panel Based Workstations in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. *refer to floor plan for varying panel sizes All inclusive pricing including warranty Freestanding Height Adjustable Desks in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Casegood Workstations in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Tables in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. *Varying sizes refer to floor plan All inclusive pricing including warranty Boardroom Tables in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. *Varying sizes refer to floor plan All inclusive pricing including warranty End Tables in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty

10

Unit of Issue (a) each

$

$

6

each

$

$

5

Each

$

$

1

Lot

$

$

1

Lot

$

$

3

Each

$

$

Page 45 of - de 51

Unit Price (b)

Extended Price (a x b)

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

4.A

4.B

4.C

4.C1

4.D

4.E

5.A

5.B

6

6.A

Mobile Pedestals in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Personal Storage Towers in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty 2 Drawer Freestanding Lateral File Cabinets in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty 4 Drawer Freestanding Lateral File Cabinets in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Credenza in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Wardrobes in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Lounge Chair in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Two Seat Sofa in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Task Chairs in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Specialty Task Chair in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work.

9

Each

$

$

6

Each

$

$

2

Each

$

$

1

Each

$

$

3

Each

$

$

4

Each

$

$

4

Each

$

$

1

Each

$

$

24

Each

$

$

1

Each

$

$

All inclusive pricing including warranty Page 46 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

7.A

7.B

7.C

7.D

7.E

7.F

8.

9.

Side Chair (S1) in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Side Chair (S2) in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Side Chair (S3) in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Side Chair (S4) in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Side Chair (S5) in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Conference Room Chairs in accordance with the mandatory performance specifications detailed in Annex A – Statement of Work. All inclusive pricing including warranty Delivery Incoterms 2010 "DDP Delivered Duty Paid", to RCMP Inuvik Detachment, 131 Veteran’s Way, Inuvik, NT X0E 0T0 including all delivery charges and customs duties and taxes. ALL INCLUSIVE Installation Charges for complete installation. Complete installation includes installation of all parts (i.e. legs), removal of all packaging, and set-up of furniture in appropriate areas of Detachment as outlined by Floor Plan and under the guidance of the Project Authority (ONE FIRM LOT PRICE)

3

Each

$

$

15

Each

$

$

9

Each

$

$

2

Each

$

$

2

Each

$

$

28

Each

$

$

1

Lot

$

$

1

Lot

$

$

TOTAL

Page 47 of - de 51

$

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

ANNEX “D” ABORIGINAL BENEFITS PLAN AND REPORT 1.0 Preamble Further to the Inuvialuit Final Agreement (IFA) and Gwich'in Comprehensive Land Claim Agreement (GCLCA) this contract contains a requirement for the provision of benefits to Aboriginal people and firms.

2.0 Aboriginal Benefits Plan Within 15 calendar days after date of Contract Award, the Contractor shall submit to the Crown for approval a finalized Aboriginal Benefits Plan which is based upon the draft Aboriginal Benefits Plan submitted as part of the proposal, and may include the following: 2.1 A clear statement of the minimum amount of Aboriginal Benefits that the Bidder proposes to provide for the shipping and installation of the goods; and/or 2.2 How the Contractor intends to maximize the use of Aboriginal employment or Aboriginal subcontractors. The Aboriginal Benefits Plan shall be in sufficient detail to allow the Crown to assess the value of the Aboriginal Benefits Plan proposed but also the probability of meeting the objectives contained therein.

3.0 Final Reporting of Aboriginal Benefits Based on the finalized Aboriginal Benefits Plan, as per 2.0, the Contractor shall provide a detailed report on what was actually accomplished and the dollar value of the Aboriginal benefits achieved This final report shall be as per Annex “C” Basis of Payment.

Page 48 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

ANNEX “E” ABORIGINAL BENEFITS PLAN The requirements of the Inuvialuit Final Agreement (http://www.wmacns.ca/pdfs/1_IFA.pdf) and Gwich'in Comprehensive Land Claim Agreement (http://www.gwichin.nt.ca/documents/GCLCA3.pdf) will apply to the proposed procurement. Bidders are therefore requested to maximize aboriginal employment, subcontracting and on-the-job training opportunities, and involve local, regional and Aboriginal citizens and businesses, in carrying out the work under this project. The benefits that apply to this procurement are contained in: Section 16, of Part 1 of the Inuvialuit Final Agreement (IFA) and in Chapter 10 of the Gwich'in Comprehensive Land Claim Agreement (GCLCA). In compliance with the requirements of Section 16 - Economic Measures, of the Inuvialuit Final Agreement the following conditions shall apply in the award of any Contract resulting from this solicitation: In compliance with the requirements of Chapter 10 - Economic Measures, of the Gwich'in Comprehensive Land Claim Agreement, the following conditions shall apply in the award of any Contract resulting from this solicitation: Contractor Selection Any contract resulting from this solicitation will be awarded to the responsive bidder whose total assessed bid price is the lowest. In order to be considered responsive, a bid must satisfy all mandatory terms, conditions, and specifications of this solicitation document.

IFA Notification The benefits that apply to this procurement are contained in: Part 1, Inuvialuit Final Agreement (IFA), clause: 16. (a) In order to expand the role of the Inuvialuit Development Corporation and its subsidiaries in the supply and delivery of goods and services in the Inuvialuit Settlement Region and the Inuvialuit communities, to strengthen the economic viability of the renewable resource sector in the Inuvialuit Settlement Region, to diversify the economy of the Western Arctic, and to assist the Inuvialuit Development Corporation (IDC) and the Inuvialuit in contributing to the development of the private sector, the Government shall: (b)

notify the Inuvialuit of all government contracts subject to public tender that relate to activities in the Inuvialuit Settlement Region and the Inuvialuit communities. Where the Inuvialuit submit the best bid having regard to price, quality, delivery and other stipulated conditions, the contract shall be awarded to the Inuvialuit; and

(c)

notify the Inuvialuit Development Corporation of instances where federal government procurement of goods and services related to activities in the Inuvialuit Settlement Region takes place on a basis other than public tender. If the Inuvialuit are capable of supplying those goods and services on a reasonable basis, they shall receive a reasonable share of the contracts so awarded.

Page 49 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

Article 10: GCLCA 10.1.4

Where government carries out public activities in the settlement area which give rise to employment or other economic opportunities and government elects to enter into contracts with respect to those activities: the Government of Canada contracting procedures and approaches intended to maximize local and regional employment and business opportunities, including the provision of opportunities for potential contractors to become familiar with bidding systems, or the Government of the Northwest Territories preferential contracting policies, procedures and approaches intended to maximize local, regional and northern employment and business opportunities shall be followed respectively by Canada or the Government of the Northwest Territories.

Inuvialuit Final Agreement and Gwich'in Comprehensive Land Claim Agreement – Evaluation Criteria

In accordance with normal procurement practices, the contracting authority should develop evaluation criteria to ensure fair consideration of all bids and should consider all aspects of bidders' competencies and capabilities. To avoid confusion, bid solicitation documents should define qualitative terms or terminology critical to the contracting situation. When establishing bid evaluation criteria for the awarding of government contracts, and whenever practicable and consistent with sound procurement management, contracting authorities should consider the potential contribution of the Inuvialuit in carrying out the contract. This may include, as appropriate: a) the employment of Aboriginal, the engagement of Aboriginal professional services and the use of Inuvialuit suppliers, b) the creation of administrative offices or other facilities in the Inuvialuit and Gwich’in Settlement Region, c) the undertaking of commitments, under the contract, with respect to related on-the-job training or skills development for Inuvialuit and Gwich’in.

Page 50 of - de 51

Solicitation No. – Nº de l’invitation : M5000-16-5062/A

Aboriginal Benefits For the portion of the work specifically undertaken in the Inuvialuit and Gwich’in Land Claims settlement areas, bids will be evaluated in accordance with the degree to which the Bidder’s proposed method of carrying out the work meets the objectives of the following criteria. Bidders may refer to the Inuvialuit and Gwich’in Business List at: a) http://www.irc.inuvialuit.com/corporate/ibl/ b) http://gwichin.biz/ For purposes of interpretation: "Aboriginal firm" means an entity which complies with the legal requirements to carry on business in the Inuvialuit and Gwich’in Settlement Area, and which is a. a limited company with at least 51% of the company's voting shares beneficially owned by Aboriginal, b. a co-operative controlled by Aboriginal, or c. an Aboriginal sole proprietorship or partnership. Evaluation and Assessment - Submission Requirements In order for a bid to be evaluated for representations made in respect of any criterion (hereinafter collectively referred to as the "Aboriginal Representations"), appropriately documented evidence of conformance with the stated objective of the criterion must be provided with the tender submission. The Minister reserves the right to verify any information provided in the "Aboriginal Representations" and that untrue statements may result in the tender being declared non-responsive.

Page 51 of - de 51

ANNEX / ANNEXE F

.'

,

l+I

Government

Gouvernement

of Canada

du Canada Security Classification I Classification de securite

SECURITY REQUIREMENTS CHECK LIST (SRCL) . E(LVERS) LISTE DE VERIFICATION DES EXIGENCES RELATIVES A LA SECURIT !6·•-

•• ·• ••"!'I• 1....-•1 ·• •:::11eJ!4 rn • • •ii![e• •• ••~·~!.a

1:::11] "!'..

Hl••••·•··· ·-• il· ··-···-

1. Originating Government Department or Organization I Ministere ou organisme gouvernemental d'origine RC MP a) Subcontract Number I Numero du contra! de sous-traitance

2. Branch or Directorate I Direction generale ou Direction G Division Northwest Territories

3.

13. b) Name and Address of Subcontractor I Norn et adresse du sous-traitant

4. Brief Description of Work I Breve description du travail Vendor of furniture will be required to deliver and set-up furn iture in the newly constructed lnuvik Detachment.

5. a) Will the supplier require access to Controlled Goods? Le fournisseur aura-I-ii acces a des marchandises contrOlees?

0

No oves Non Oui

5. b) Will the supplier require access to unclassified military technical data subject to the provisions of the Technical Data Control Regulations? Le fournisseur aura-I-ii acces a des donnees techniques rnilitaires non classifiees qui son! assujetties aux dispositions du Reglement sur le contrOle des donnees techniaues? 6. Indicate the type of access required / lndiquer le type d'acces requis

0

No oves Non Oui

0

No DYes Non Oui

0

No oves Non Oui

6. a) Will the supplier and its employees require access to PROTECTED and/or CLASSIFIED information or assets? Le fournisseur ainsi que les employes auront-ils acces a des renseignements ou a des biens PROTEGES et/ou CLASSIFIES? (Specify the level of access using the chart in Question 7. c) (Preciser le niveau d'acces en utilisant le tableau aui se trouve a la auestion 7. cl 6. b) Will the supplier and its employees (e.g . cleaners , maintenance personnel) require access to restricted access areas? No access to PROTECTED and/or CLASSIFIED information or assets is permitted . Le fournisseur et ses employes (p. ex. nettoyeurs, personnel d'entretien) auront-ils acces a des zones d'acces restreintes? L'acces a des renseianements ou a des biens PROTEGES et/ou CLASSIFIES n'est pas autorise. 6. c) Is this a commercial courier or delivery requirement with no overnight storage? [{] S'agit-il d'un contrat de messagerie ou de livraison commerciale sans entreposage de nuit?

~~n

oves Oui

7. al Indicate the tvoe of information that the suoolier will be reauired to access/ lndiquer le type d'information auquel le fournisseur devra avoir acces Canada

r./

7. bl Release restrictions I Restrictions relatives No release restrictions Aucune restriction relative a la diffusion Not releasable

Ane pas diffuser

0 D

Restricted to : I Limite a : D Specify country(ies) : I Preciser le(s) pays :

7. c) Level of information I Niveau d'information PROTECTED A PROTEGEA PROTECTED B PROTEGE B D PROTECTED C D PROTEGE C CONFIDENTIAL D CONFIDENTIEL SECRET SECRET D TOP SECRET TRES SECRET D TOP SECRET (SIGINT) D TRES SECRET (SIGINT)

0

TBS/SCT 350-103(2004/1 2)

NATO / OTAN

a la diffusion All NATO countries Tousles pays de l'OTAN

Restricted to : I Limite

n

Foreign I Etranger No release restrictions Aucune restriction relative a la diffusion

D

a:

D Specify country(ies): I Preciser le(s) pays :

NATO UNCLASSIFIED NATO NON CLASSIFIE NATO RESTRICTED NATO·DIFFUSION RESTREINTE NATO CONFIDENTIAL NATO CONFIDENTIEL NATO SECRET NATO SECRET COSMIC TOP SECRET COSMIC TRES SECRET

n

D D D D D

Restricted to : I Limite

D D

a:

Specify country(ies): I Preciser le(s) pays :

PROTECTED A PROTEGEA PROTECTED B PROTEGE B PROTECTED C PROTEGEC CONFIDENTIAL CONFIDENTIEL SECRET SECRET TOP SECRET TRES SECRET TOP SECRET (SIGINT) TRES SECRET (SIGINT)

D D D

D D D

D

Security Classification I Classification de securite

Canada

Government of Canada

Contract Number I Numero du contra!

Gouvernement du Canada

Security Classification I Classification de securite

PART A (continued) I PARTIE A (suite) 8. Will the supplier require access to PROTECTED and/or CLASSIFIED COMSEC information or assets? Le fournisseur aura-t-il acces des renseignements ou des biens COMSEC designes PROTEGES et/ou CLASSIFIES? If Yes , indicate the level of sensitivity: Dans !'affirmative, indi uer le niveau de sensibilite : 9. Will the supplier require access to extremely sensitive INFOSEC information or assets? Le fournisseur aura-t-il acces des renseignements ou des biens INFOSEC de nature extremement delicate?

a

a

a

a

!;l

No DYes ~Non Oui

Yes Qu i

Short Title(s) of material I Titre(s) abrege(s) du materiel : Document Number I Numero du document : PART B - PERSONNEL (SUPPLIER) I PARTIE B - PERSONNEL (FOURNISSEUR) 10. a) Personnel security screening level required I Niveau de contrOle de la securite du personnel requis

D D [{]

RELIABILITY STATUS COTE DE FIABILITE

D D

TOP SECRET- SIGINT TRES SECRET - SIGINT

CONFIDENTIAL CONFIDENTIEL

D

SECRET SECRET

NATO CONFIDENTIAL NATO CONFIDENTIEL

D

NATO SECRET NATO SECRET

D D

TOP SECRET TRES SECRET COSMIC TOP SECRET COSMIC TRES SECRET

SITE ACCESS ACCES AUX EMPLACEMENTS Special comments : Commentaires speciaux :

NOTE: If multiple levels of screening are identified, a Security Classification Guide must be provided. REMARQUE : Si lusieurs niveaux de contrOle de securite sont re uis, un uide de classification de la securite doit etre fourni. 10. b) May unscreened personnel be used for portions of the work? No D L!_J Non Du personnel sans autorisation securitaire peut-il se voir confier des parties du travail?

f7l

Yes Ou i

171

No DYes Qu i

11 . a) Will the supplier be required to receive and store PROTECTED and/or CLASSIFIED information or assets on its site or premises? Le fournisseur sera-t-il tenu de recevoir et d'entreposer sur place des renseignements ou des biens PROTEGES et/ou CLASSIFIES?

!;l

No DYes Ou i

11 . b) Will the supplier be required to safeguard COMSEC information or assets? Le fournisseur sera-t-il tenu de proteger des renseignements ou des biens COMSEC?

171

No DYes Oui

171

No DYes Oui

If Yes , will unscreened personnel be escorted? Dans !'affirmative, le personnel en question sera-t-il escorte?

L!_J Non

PART C - SAFEGUARDS (SUPPLIER) I PARTIE C - MESURES DE PROTECTION (FOURNISSEUR) INFORMATION I ASSETS I RENSEIGNEMENTS I BIENS

~Non

l..!_J Non

PRODUCTION 11 . c) Will the production (manufacture, and/or repair and/or modification) of PROTECTED and/or CLASSIFIED material or equipment occur at the supplier's site or premises? Les installations du fournisseur serviront-elles la production (fabrication et/ou reparation et/ou modification) de materiel PROTEGE et/ou CLASSIFIE?

a

INFORMATION TECHNOLOGY (IT) MEDIA

I

L!_J Non

SUPPORT RELATIF A LA TECHNOLOGIE DE L'INFORMATION (Tl)

11 . d) Will the supplier be required to use its IT systems to electronically process, produce or store PROTECTED and/or CLASSIFIED information or data? Le foumisseur sera-t-il tenu d'utiliser ses propres systemes informatiques pour trailer, produire ou stocker electroniquement des renseignements ou des donnees PROTEGES et/ou CLASSIFIES?

1:/1

11 . e) Will there be an electronic link between the supplier's IT systems and the government department or agency? Disposera-t-on d'un lien electronique entre le systeme informatique du fournisseur et celui du ministere ou de l'agence gouvemementale?

17l

TBS/SCT 350-103(2004/12)

Security Classification I Classification de securite

No DYes ~Non Qui

No DYes ~Non Qui

Canada

l+I

Government of Canada

Contract Number I Numero du contra!

Gouvernement du Canada

Security Classification I Classification de securite

PART C ·(continued) I PARTIE C ·(suite) For users completing the form manually use the summary chart below to indicate the category(ies) and level(s) of safeguarding required at the supplier's site(s) or premises. Les utilisateurs qui remplissent le formulaire manuellement doivent utiliser le tableau recapitulatif ci-dessous pour indiquer, pour chaque categorie , les niveaux de sauvegarde requis aux installations du foumisseur. For users completing the form online (via the Internet) , the summary chart is automatically populated by your responses to previous questions. Dans le cas des utilisateurs qui remplissent le formulaire en ligne (par Internet). les reponses aux questions precedentes sont automatiquement saisies dans le tableau recapitulatif. SUMMARY CHART I TABLEAU RECAPITULATIF

Category Categorie

PROTECTED PROTEGE

A

B

c

CLAS SI FIE D CLAS SI F IE

CONFIDENTIAL CONFIDENT IEL

SECRET

NATO

T OP SECRET

NATO RESTRICTED

NATO CONFIDENTIAL

T R~S

NAT O DI FFU S ION RESTREINTE

NATO CONFIDENTIEL

SECRET

COM SEC

NATO SECRET

COSMIC TOP SECRET COSMIC

PROTECTED PROT~G~

A

B

TR~S

CONFIDENTIAL

c

SECRET

CONFIDENTIEL

TOP SECRET TRES SECRET

SECRET

Information I Assets Renseignements / Bien s Production IT Media I Su ooortTI IT Link I Lien electroniaue

12. a) Is the description of the work contained within this SRCL PROTECTED and/or CLASSIFIED? La description du travail vise par la presente LVERS est-elle de nature PROTEGEE eUou CLASSIFIEE?

D

Yes Oui

D

Yes Qui

If Yes, classify this form by annotating the top and bottom In the area entitled "Security Classification". Dans I' affirmative, classifier le present formulalre en lndlquant le niveau de securite dans la case lntltulee « Classification de securite » au haut et au bas du formulaire. 12. b) Will the documentation attached to this SRCL be PROTECTED and/or CLASSIFIED? La documentation associee a la presente LVERS sera-t-elle PROTEGEE eUou CLASSIFIEE?

QNo

~Non

If Yes , classify this form by annotating the top and bottom in the area entitled "Security Classification" and Indicate with attachments (e.g. SECRET with Attachments). Dans I' affirmative, classifier le prbent formulaire en indiquant le niveau de securite dans la case intitulee « Classification de securite ,. au haut et au bas du formulaire et indiquer qu'il ya des pieces jointes (p. ex. SECRET avec des pieces jointes).

TBS/SCT 350-103(2004/1 2)

Security Classification I Classification de securite

Canada