Provision of a Software as a Service Building Performance Reporting System and Other Services

expired opportunity(Expired)
From: Vancouver(City)
PS20230253-PUDS-RFP

Basic Details

started - 05 Jan, 2023 (16 months ago)

Start Date

05 Jan, 2023 (16 months ago)
due - 20 May, 2023 (11 months ago)

Due Date

20 May, 2023 (11 months ago)
Bid Notification

Type

Bid Notification
PS20230253-PUDS-RFP

Identifier

PS20230253-PUDS-RFP
City of Vancouver

Customer / Agency

City of Vancouver
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

01 May 2023 Provision of a Software as a Service Building Performance Reporting System and Other Services Provision of a Software as a Service Building Performance Reporting System and Other Services 01 May 2023 Open 01/05/2023 8:00 AM PDT Type Request for Proposal Close 29/05/2023 3:00 PM PDT Number PS20230253-PUDS-RFP Currency Canadian Dollar 01 May 2023 Contacts Wen Shi Wen.Shi@vancouver.ca Phone +1 604-871-6139 01 May 2023 Commodity Codes Commodity Code Description 30201110 SFTWR - Other IT Software 01 May 202301 May 202301 May 202301 May 202301 May 202301 May 202301 May 202301 May 202301 May 2023 mailto:Wen.Shi@vancouver.ca A. KEY INFORMATION 1.0 SUMMARY OF OPPORTUNITY 1. The Planning, Urban Design & Sustainability Department(“PDS”) within the City of Vancouver (the “City”) is seeking a Supplier to provide Software as a service (SaaS) tool that includes a Customer
Relationship Management component, the capability to conduct data analysis of the building stock, have a permit issuing ability, disclosure mapping and professional services to manage a Benchmarking Help Desk and in part develop a Building Resource Hub. The term of the engagement is expected to be a five-year period, with two (2) possible two-year extensions, for a maximum total term of nine (9) years. 2.0 THIS RFP 1. The City of Vancouver (the “City”) is issuing this Request for Proposals, as may be amended from time to time (the “RFP”) to invite interested parties that are not, by the terms hereof, barred from participating in this RFP (each, a “Proponent”) to submit a proposal to the City (a “Proposal”) for the opportunity described in Section 1.1 above in accordance with the terms of this RFP. 2. The City intends to select a Proponent with the capability and experience to efficiently and cost- effectively meet the objectives and requirements described in the RFP. The City then anticipates entering into negotiations with that Proponent, which will conclude in the execution of a contract between the Proponent and the City (an “Agreement”). Notwithstanding the foregoing, the City may, in its discretion: (i) decline to select any Proponent; (ii) decline to enter into any Agreement; (iii) select multiple Proponents for negotiation; or (iv) enter into one or more Agreements respecting the subject matter of the RFP with one or more Proponents or other entities at any time. The City may also terminate the RFP at any time. 3. This RFP consists of the following components: 1. SUMMARY: Sets out key information and dates and includes Instructions to Proponents for the RFP process. 2. PREREQUISITES: Includes the RFP Legal Terms and Conditions, which the Proponent must agree to as a prerequisite to the submission of a Proposal. 3. BUYER ATTACHMENTS: Includes the scope of work contemplated under the RFP (the “Scope of Work”), the City’s form of agreement for the RFP that will be the basis of any Agreement entered into pursuant to the RFP process (the “Form of Agreement”) as well as other applicable documents and forms. 4. QUESTIONS: Includes questionnaires to be completed by the Proponent as part of its Proposal (each, a “Questionnaire”), in accordance with the instructions provided in the applicable questionnaire. 5. ITEMS: Includes the pricing sheet for the Work which the Proponent is required to complete as part of its Proposal. 4. The RFP will be administered through this website (JAGGAER) that is the City’s electronic procurement portal (the “Supplier Portal”). Proposals may only be submitted via the Supplier Portal in the format requested by the City. Each Proponent is solely responsible for reviewing and complying with any Supplier Portal terms and conditions which apply to and govern the use of the Supplier Portal. If there is any inconsistency or conflict between the provisions of this RFP and the Supplier Portal terms and conditions, then the provisions of this RFP will govern. 3.0 INFORMATION MEETING (INTENTIONALLY DELETED) 4.0 PROPOSED TERM OF ENGAGEMENT Description 1. The term of any Agreement is expected to be a five-year period, with two (2) possible two-year extensions, for a maximum total term of nine (9) years. 5.0 PRICING 1. All prices quoted in any Proposal are to be exclusive of applicable sales taxes calculated upon such prices, but inclusive of all other costs. 2. Prices must be quoted in Canadian currency and fixed prices must be quoted for the full term of the Proponent’s proposed agreement. 3. Prices are to be quoted CIP, destination (Incoterms, 2010). For the avoidance of doubt, freight, insurance, unloading at the destination designated by the City, import duties, brokerage, royalties, handling, overhead, profit and all other similar costs are to be included in quoted prices. 6.0 EVALUATION OF PROPOSALS 1. The City currently intends that all Proposals submitted to it in accordance with the RFP will be evaluated by City representatives, using quantitative and qualitative tools and assessments, as appropriate, to determine which Proposal or Proposals offer the overall best value to the City. In so doing, the City expects to examine: Evaluation Criteria Evaluation Weighting Technical 65% Financial 30% Sustainability 5% Total 100% B. INSTRUCTIONS TO PROPONENTS 1.0 RFP PROCESS - GENERAL 1. Except where expressly stated otherwise in Appendix 1 - Legal Terms and Conditions of this RFP: (i) no part of the RFP consists of an offer by the City to enter into any contractual relationship; and (ii) no part of the RFP is legally binding on the City. 2. No bid security is required from Proponents in connection with the submission of Proposals because no Proposal will be deemed to be an irrevocable or otherwise binding legal offer by a Proponent to the City. The legal obligations of a Proponent that will arise upon the submission of its Proposal will be limited to the terms and conditions stated under the heading "Legal Terms and Conditions" in Appendix 1 - Legal Terms and Conditions of RFP. 3. The execution of an Agreement may be contingent on funding being approved, and the relevant Proposal being approved, by the Vancouver City Council. 4. IF A POTENTIAL PROPONENT BELIEVES THAT THE CITY MAY BE UNABLE TO SELECT IT DUE TO A CONFLICT OF INTEREST, BUT IS UNCERTAIN ABOUT THIS, THE POTENTIAL PROPONENT IS URGED TO CONTACT THE CITY THROUGH THE Q & A BOARD AS SOON AS POSSIBLE WITH THE RELEVANT INFORMATION SO THAT THE CITY MAY ADVISE THE POTENTIAL PROPONENT REGARDING THE MATTER. 2.0 SUBMISSION OF PROPOSALS 1. Proponents should submit their Proposals on or before the time and date specified as the “Event Close Date” in the Summary section of this RFP (the “Closing Time”). 2. To be considered by the City, a Proposal must be submitted to the City via the Supplier Portal, in the format expressly requested pursuant to this RFP. 3. Any submitted Proposal may be amended or withdrawn prior to the Closing Time via the Supplier Portal. Proposal amendments or requests for withdrawal submitted by any other means will not be accepted. 4. All costs associated with the preparation and submission of a Proposal, including any costs incurred by a Proponent after the Closing Time, will be borne solely by the Proponent. 5. Unnecessarily elaborate Proposals are discouraged. Proposals should be limited to the items expressly requested by the City pursuant to this RFP. 6. The City is willing to consider any Proposal from two or more Proponents that wish to form a consortium for the purpose of responding to the RFP, provided that they disclose the names of all members of the consortium. Nonetheless, the City has a strong preference for Proposals submitted by a single Proponent, including a Proponent that would act as a general contractor and use subcontractors as required. 7. Proposals that do not comply in full with the terms hereof may or may not be considered by the City, in the City’s sole discretion. 3.0 CHANGES TO THE RFP AND FURTHER INFORMATION 1. The City may amend the RFP or make additions to it at any time. 2. It is the sole responsibility of Proponents to check the City’s Supplier Portal regularly for amendments, addenda, and questions and answers in relation to the RFP. 3. Proponents must not rely on any information purported to be given on behalf of the City that contradicts the RFP, as amended or supplemented in accordance with the foregoing Section 3.2. 4. All enquiries regarding this RFP must be made through the Q & A Board on the Supplier Portal. In- person or telephone enquiries are not permitted. Any communication from potential Proponents to City staff outside of the Supplier Portal regarding the content of this RFP may lead to disqualification of the Proponent from this RFP process, at the City’s sole discretion. 4.0 EVALUATION PROCESS 1. The City may open or decline to open Proposals in such manner and at such times and places as are determined by the City. 2. The City will retain complete control over the RFP process at all times until the execution and delivery of an Agreement or Agreements, if any. The City is not legally obligated to review, consider or evaluate Proposals, or any particular Proposal, and need not necessarily review, consider or evaluate Proposals, or any particular Proposal in accordance with the procedures set out in the RFP. The City may continue, interrupt, cease or modify its review, evaluation and negotiation process in respect of any or all Proposals at any time without further explanation or notification to any Proponents. 3. The City may, at any time prior to signing an Agreement, discuss or negotiate changes to the scope of the RFP with any one or more of the Proponents without having any duty or obligation to advise the other Proponents or to allow the other Proponents to vary their Proposals as a result of such discussions or negotiations. 4. The City may elect to short-list Proponents and evaluate Proposals in stages. Short-listed Proponents may be asked to provide additional information or details for clarification, including by attending interviews, making presentations, supplying samples, performing demonstrations, furnishing technical data or proposing amendments to the Form of Agreement. The City will be at liberty to negotiate in parallel with one or more short-listed Proponents, or in sequence, or in any combination, and may at any time terminate any or all negotiations. 5. The City may also require that any proposed subcontractors undergo evaluation by the City. 6. For the avoidance of doubt, notwithstanding any other provision in the RFP, the City has in its sole discretion, the unfettered right to: (a) accept any Proposal; (b) reject any Proposal; (c) reject all Proposals; (d) accept a Proposal which is not the lowest-price proposal; (e) accept a Proposal that deviates from the requirements or the conditions specified in the RFP; (f) reject a Proposal even if it is the only Proposal received by the City; (g) accept all or any part of a Proposal; (h) split the scope of work between one or more Proponents; and (i) enter into one or more agreements respecting the subject matter of the RFP with any entity or entities at any time. Without limiting the foregoing, the City may reject any Proposal by a Proponent that has a conflict of interest, has engaged in collusion with another Proponent or has otherwise attempted to influence the outcome of the RFP other than through the submission of its Proposal. 7. The City currently intends that Proposals will be evaluated by the City in relation to their overall value, which will be assessed in the City’s sole and absolute discretion. In assessing value, the City expects to consider the factors described in Section A.6. and Section B.4. above, among others. 5.0 CERTAIN APPLICABLE LEGISLATION 1. Proponents should note that the City of Vancouver is subject to the Freedom of Information and Protection of Privacy Act (British Columbia), which imposes significant obligations on the City’s consultants or contractors to protect all personal information acquired from the City in the course of providing any service to the City. 2. Proponents should note that the Income Tax Act (Canada) requires that certain payments to non-residents be subject to tax withholding. Proponents are responsible for informing themselves regarding the requirements of the Income Tax Act (Canada), including the requirements to qualify for any available exemptions from withholding. 6.0 CITY POLICIES 1. The City’s Procurement Policy, Ethical Purchasing Policy and related Supplier Code of Conduct align the City’s approach to procurement with its corporate social, environmental and economic sustainability values and goals. They evidence the City’s commitment to maximize benefits to the environment and the community through product and service selection, and to ensure safe and healthy workplaces, where human and civil rights are respected. Each Proponent is expected to adhere to the supplier performance standards set forth in the Supplier Code of Conduct. The Ethical Purchasing Policy shall be referred to in the evaluation of Proposals, to the extent applicable. 2. The City’s Alcohol, Controlled Drugs and Medications Policy applies to all contractors doing work on behalf of the City. The policy is intended to set expectations regarding the use of alcohol, medication and controlled drugs that may render an employee unfit for work, impair performance or cause risk of harm to health and safety. The successful Proponent will be required to ensure compliance with the policy by its employees when doing work for the City. 7.0 LIVING WAGE EMPLOYER 1. The City of Vancouver is a “Living Wage Employer”. As such, the City requires all firms that are contracted by the City to provide services on City-owned and leased properties to pay employees who perform those services on City property a Living Wage as calculated by the Living Wage for Families Campaign. 2. The Living Wage includes the value of any non-mandatory benefits such as paid sick leave, employer- paid Medical Services Plan premiums and extended health benefits. Please visit the Living Wage for Families Campaign website for current Living Wage rates. https://policy.vancouver.ca/ADMIN008.pdf https://policy.vancouver.ca/AF01401.pdf https://policy.vancouver.ca/AF01401P1.pdf https://policy.vancouver.ca/ADMIN011.pdf https://www.livingwageforfamilies.ca/living_wage_rates https://www.livingwageforfamilies.ca/living_wage_rates 3. Proponents should refer to the Form of Agreement for the specific requirements related to the Living Wage, which include: 1. paying the Living Wage to all employees who perform services pursuant to the Agreement on City property during the term of the Agreement; and, 2. ensuring that all subcontractors pay the Living Wage to their employees who perform services on City property during the term of the Agreement. 4. Failure to comply with the Living Wage requirement will entitle the City to terminate the Agreement. 8.0 SCOPE OF WORK 1. The Scope of Work is current as of the date of open date of this RFP indicated in the Summary, but may change or be refined in the course of the evaluation of Proposals or otherwise. 2. Unless otherwise stated, if, and wherever, the Scope of Work states a brand name, a make, the name of a manufacturer, a trade name or a vendor catalogue number, it is for the purpose of establishing a grade or quality of materials, goods or equipment only. It is not intended to rule out the use of other equivalent materials, goods or equipment. If, however, products other than those specified are proposed in any Proposal, the Proposal must explicitly include under the heading “Alternative Solutions” the names of such products and their manufacturers, any trade names and any applicable vendor catalogue numbers, and the City may request that the Proponent provide specific evidence of equivalency. Evidence of quality in the form of samples may also be requested. 3. To the extent that the Scope of Work expresses estimates of quantities or volumes of goods or services expected to be required by the City, the City cannot offer any assurances that such quantities or volumes will in fact be required. 9.0 FORM OF AGREEMENT 1. The Form of Agreement sets out the City’s proposed commercial terms for the Agreement. The City prefers that the commercial terms for the Agreement not vary from the commercial terms set out in the Form of Agreement. However, if any such terms are unacceptable to a Proponent, then the Proponent may include proposed amendments to the Form of Agreement with its Proposal in the manner indicated in the applicable Questionnaire. If a Proponent elects to include a proposed amendment, then the Proponent should indicate the rationale for the proposed amendment, the applicable change to the language of the Form of Agreement, and the benefit to the City (such as amount of cost-savings), if any, applicable to the proposed amendment. A Proponent will be deemed to fully accept all the commercial terms for the Agreement as set out in the Form of Agreement, except as may be expressly indicated otherwise in its Proposal. 10.0 INSURANCE 1. A Certificate of Insurance is to be duly completed and signed by the Proponent’s insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.) Required to View Event Prerequisites Required to Enter Bid 01 May 2023 1. Acceptance of the Legal Terms and Conditions is required prior to proposal submission. 01 May 202301 May 202301 May 202301 May 202301 May 202301 May 202301 May 2023 Buyer Attachments 1. Appendix 1 - Terms and Conditions RFP Process.pdf 2. PS20230253-PUDS-RFP - Scope of Work for Building Performance Reporting System and other Services.pdf 3. PS20230253-PUDS-RFP - Sample Service Agreement.pdf 01 May 202301 May 202301 May 202301 May 202301 May 202301 May 2023 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE5Nzk0LTEyNDkxMjUzODNBcHBlbmRpeCAxIC0gVGVybXMgYW5kIENvbmRpdGlvbnMgUkZQIFByb2Nlc3MucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE5Nzk0LTE0MTgzNjY5MzVQUzIwMjMwMjUzLVBVRFMtUkZQIC0gU2NvcGUgb2YgV29yayBmb3IgQnVpbGRpbmcgUGVyZm9ybWFuY2UgUmVwb3J0aW5nIFN5c3RlbSBhbmQgb3RoZXIgU2VydmljZXMucGRm&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 https://bids.sciquest.com/apps/Router/PublicEventDownload?file=U291cmNpbmdldmVudC8xMTE5Nzk0LTE0MTU4NDU0MDJQUzIwMjMwMjUzLVBVRFMtUkZQIC0gU2FtcGxlIFNlcnZpY2UgQWdyZWVtZW50LnBkZg%3D%3D&auth=MDpBRVMyI0NQNVp4a2IvSnkxZDNIUm81TGpka2h4M0V4bkpBZDlVSkVFUnk5WnZrK2l5eGZjOVRGNkRHUlU9 Questions Required Questions Group 1.1: Company Profile Instructions: 1.1.1 Provide a brief executive summary of your Proposal. 1.1.2 Provide your company's legal name including trade name and full address for contract purpose (if successful). 1.1.3 Provide the key contact person's name, phone number, and email address for this RFPprocurement process. 1.1.4 Provide a description of your company, purpose and history of relevant successes including number of years in business, size of the company, history of successes, experience with similar projects, and what is most responsible for the Proponent’s success to date. 1.1.5 Identify what differentiates their service from that of other providers. 1.1.6 Provide a summary of similar projects that the proponent has undertaken in the last 5 years 1.1.7 Please share your team’s knowledge and experience of working with ENERGY STAR Portfolio Manager, Energy Benchmarking and Reporting. Please provide any experience specific to Vancouver and British Columbia. 1.1.8 Please provide any working relationship that your organization has with local and provincial utilities and commercial and multi-family residential building sector in Vancouver that will be useful in implementing this program 1.1.9 Provide a project team organization chart. Identify all roles that would perform the Proponent’s work, list their relevant professional designations, and outline their areas of responsibility. Attach additional CVs / professional biographical information for the key personnel (e.g. Project Manager, Data Architect, Business Analyst, and etc.). The dedicated Project Manager and key personnel should have relevant subject matter expertise in implementing projects similar scope and magnitude. 1.1.10 Identify and provide details as to what you perceive to be the special challenges or considerations to successful completion of the project as described, as well as your strategy to overcome these challenges. Group 1.2: Scope of Work - 2. Building Performance Reporting System Instructions: 1.2.1 What will be your methodology to complete the covered buildings list? How will you update the covered building list annually? Describe your company’s approach to the deliverables in section 2.1.1 Covered Building List and 2.2.1 Contact Information Tracking 1.2.2 Describe how you will be able to incorporate key features that BPRS software should be capable of doing as per section 2.1.2. - Collecting Annual Energy and Carbon Reporting Data 1.2.3 Describe your company’s approach or work plan for how to meet the deliverables in section 2.1.3Custom Emissions Calculation 1.2.4 Explain your annual data cleaning process that includes a data scrub for correct contact, ownership, building characteristics, energy usage and other errors. How will you ensure data accuracy of the submitted ECR and CPL data overall? (2.1.4 Data Quality Control) 1.2.5 How will you track compliance and communicate it to the City staff? What will be your approach to building owners that are non-responsive? (2.1.5 Compliance Tracking) 1.2.6 Describe your company’s approach or work plan for how to meet the deliverables in section 2.1.6 Workflow Tracking 1.2.7 Describe your company’s approach or work plan for how to meet the deliverables in section 2.2.2 Customer Interaction Tracking 1.2.8 Describe your company’s approach or work plan for how to meet the deliverables in section 2.2.3 Mass Communication, 2.2.4 Targeted Messaging, and 2.2.5 Rule Based Response. 1.2.9 How will you communicate the analysed data back to the building owners and managers in a meaningful way? Describe your company’s approach or work plan for how to meet the deliverables in section 2.2.6 Disclosure Mapping and 2.3Performance Scorecards. 1.2.10 Describe your company’s approach or work plan for how to meet the deliverables in section 2.2.7 Program Administration Dashboard 1.2.11 Describe your company’s approach or work plan for how to meet the deliverables in section 2.2.8Building Owner Dashboard 01 May 202301 May 202301 May 202301 May 202301 May 2023 1.2.12 Describe your company’s approach or work plan for how to meet the deliverables in section 2.4 Carbon Emissions Operating Permit (“CEOP”). Please explain the readiness of your software solution to meet these deliverables. Group 1.3: Scope of Work - 3. System Requirements Instructions: 1.3.1 Download and complete the Excel File according to the requirement set out in Section 3 - System Requirements, under 3.1 Technical Requirements. 1.3.2 Describe your company’s approach or work plan for how to meet the deliverables in section 3.2 Maintenance and Support, 3.3 On-going professional services, and 3.4 90-day Reliability Testing. Group 1.4: Scope of Work - 4. Integrations Instructions: 1.4.1 Describe your company’s approach or work plan for how to meet the deliverables in section 4 Integrations Group 1.5: Scope of Work - 5. Other Services Instructions: 1.5.1 Describe your company’s approach or work plan for how to meet the deliverables in section 5.1 Building Resource Hub. 1.5.2 What is your staffing plan for the help centre. How will you ensure higher compliance with the ECR and CPL regulations? Provide your work approach to all deliverables in section 5.2 Help Center. Group 1.6: Scope of Work - 6. Process Designing and Ongoing Improvement Instructions: 1.6.1 Describe your company’s approach or work plan for how to meet the deliverables in section 6. 1.6.2 How will you keep the key City staff informed of system changes, issues and proposed solutions as they arise? Group 1.7: Scope of Work - Optional/ Potential Future Deliverable Instructions: 1.7.1 In brief, please provide your company’s approach and future capacity to meet the deliverables in section 7. Group 1.8: Project Schedule Instructions: 1.8.1 Please provide a project schedule table with your estimated target dates explaining any large deviations from the proposed deliverable completion dates under section 8. Upload a project timeline/Gantt chart. 1.8.2 Please provide intermittent milestones/deliverables not captured in the scope of work and timeline that the proponent feels will be helpful in project tracking and delivery. 1.8.3 Please include a timeline for CRM, benchmarking helpdesk and building resource hub implementation, if not included above. Group 1.9: Value Added Services and Innovations Instructions: 1.9.1 Notwithstanding any other provision hereof, the City welcomes proposals respecting innovative or novel approaches to the City’s requirements and may consider value-creating proposals that derogate from the requirements. Provide any proposed innovative approaches to meeting the City’s requirements. 1.9.2 The Proponent can provide any information on additional services that are not contemplated in the RFP that the Proponent feels will add value to the City. 1.9.3 Upload any additional / supplement documents here if needed. [DO NOT UPLOAD ANY DOCUMENTS UNDER SUPPLIER ATTACHMENTS] Group 1.10: Proponent's References Instructions: 1.10.1 Complete this Proponents References form (to be downloaded) with references that arerelevant to the Scope of Work set out in this RFP and upload. Group 1.11: Subcontractors Instructions: 1.11.1 Do you propose to use any subcontractors? If yes, complete the form (to be downloaded) and upload. 01 May 202301 May 202301 May 202301 May 202301 May 2023 Group 2.1: Living Wage Policy Compliance Instructions: 2.1.1 The Proponent hereby confirms that its Proposal is based on the payment of wages to employees of the Proponent and Subcontractors that comply with the City’s Living Wage Policy as per Descriptions - Section B.7. Group 2.2: Commercial Proposal Instructions: 2.2.1 Complete this Commercial Proposal (to be downloaded), in the excel format, not PDF. All the pricing information should ONLY be included in this document. Proponent is required to provide proposed pricing and payment terms, which should be in accordance with Section A-5.0 under "Description" (as well as any other sections of the RFP imposing requirements as to pricing). Group 3.1: Instructions: 3.1.1 Employee Diversity tracking & reporting 3.1.2 Please describe any policies/programs or how you advance employee equity, diversity and inclusion for under-represented populations (such as Women, Indigenous People, People with Disabilities) 3.1.3 Initiatives to support career advancement for under-represented persons 3.1.4 Source or recruit under-represented people from Workforce Development and/or Skill Training program 3.1.5 Environmental Tracking 3.1.6 Environmental Reporting Group 4.1: Instructions: 4.1.1 A Certificate of Existing Insurance is to be duly completed and signed by the Proponent’s insurance agent or broker as evidence of its existing insurance, along with a letter from its insurance broker or agent indicating whether or not (and, if not, then to what extent) it will be able to comply with the insurance requirements set out in the Form of Agreement, should the Proponent be selected as a successful Proponent. (Any successful Proponent will also be required to provide proof of the satisfaction of all insurance requirements prior to or concurrently with the City entering into any Agreement.) Group 5.1: Instructions: 5.1.1 All proposed suppliers are to complete and submit this Declaration of Supplier Code of Conduct Compliance form to certify compliance with the supplier performance standards set out in the Supplier Code of Conduct. Group 6.1: Instructions: 6.1.1 Has any personal information of your key personnel such as CV or other information regarding employment history and qualifications been included in the Proposal? 6.1.2 Complete the attached form for each key personnel for whom a CV or other information regarding employment history and qualifications has been included in the Proposal and upload. Group 7.1: Instructions: 7.1.1 Do you have any proposed amendments to Form of Agreement? 7.1.2 Complete the attached form and upload. Group 8.1: Instructions: 8.1.1 Do you have any exceptions to Declaration as to no Conflict of Interest in RFP Process (Section 9.1 of Appendix 1 - Legal Terms and Conditions of RFP)? 8.1.2 Provide details of your exceptions. 8.1.3 Do you have any exceptions to Declaration as to No Conflict of Interest Respecting Proposed Supply (Section 9.2 of Appendix 1 - Legal Terms and Conditions of RFP)? 8.1.4 Provide details of your exceptions. 8.1.5 Do you have any exceptions to Declaration as to No Collusion (Section 9.3 of Appendix 1 - Legal Terms and Conditions of RFP) 8.1.6 Provide details of your exceptions. 01 May 202301 May 202301 May 202301 May 202301 May 2023 8.1.7 Do you have any exceptions to Declarations as to No Lobbying (Section 9.4 of Appendix 1 - Legal Terms and Conditions of RFP)? 8.1.8 Provide details of your exceptions. Group 9.1: Instructions: 9.1.1 Attached proof of valid WorkSafeBC registration. 01 May 202301 May 202301 May 202301 May 202301 May 2023 Product Line Items Product Line Items There are no Items added to this event. 01 May 202301 May 202301 May 202301 May 2023 Service Line Items Service Line Items 1. # Item Name, Commodity Code, Description Allow Alternates Qty. UOM Requested Service Delivery S1 Subtotal for Tab #3 BPRS Software of Commercial Proposal 1 LS - Lump Sum for the initial five years term S2 Subtotal for Tab #4 Other Services of Commercial Proposal 1 LS - Lump Sum for the initial five years term 01 May 202301 May 202301 May 2023

453 West 12th Ave Vancouver, BC V5Y 1V4Location

Address: 453 West 12th Ave Vancouver, BC V5Y 1V4

Country : CanadaState : British Columbia

You may also like

RICOH- COLLECTIONS AND COMPLIANCE

Due: 12 Nov, 2024 (in 6 months)Agency: Ricoh

Janitorial Services for 7800 Stemmons and 14 other facilities

Due: 03 May, 2024 (in 4 days)Agency: City of Dallas

DIGICERT SOFTWARE MAINTENANCE

Due: 25 Sep, 2024 (in 4 months)Agency: US CENSUS BUREAU

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.