Request For Proposal Important Notice To Bidders Trade Agreements

Transcription

Page 1REQUEST FOR PROPOSALUPSCHEEK TASHEE TRAIL BED CONSTRUCTIONPACIFIC RIM NATIONAL PARKFILE: 5P437-190013IMPORTANT NOTICE TO BIDDERSTRADE AGREEMENTSThis procurement is set aside from the Canadian Free Trade Agreement and the International Trade Agreements underthe provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minoritybusinesses.In accordance with NAFTA, WTO-AGP, and CETA- NAFTA subsection 1 (d) Annex 1001.2b- WTO-AGP Annex 7 Article 1- CETA Annex 19.7 2(a)- Canadian Free Trade Agreement (CFTA), Article 800.1TWO-ENVELOPE BIDThis Proposal / Bid shall be submitted following a “two-envelope” procedure. Refer to SI07 of the Special Instructions toBidders.PROMPT PAYMENT IN THE CONSTRUCTION INDUSTRYPrompt Payment PrinciplesPublic Services and Procurement Canada advocates that construction-related payments should follow these threeprinciples: Promptness: The department will review and process invoices promptly. If disputes arise, Public Services andProcurement Canada will pay for items not in dispute, while working to resolve the disputed amount quickly andfairly Transparency: The department will make construction payment information such as payment dates, companynames, contract and project numbers, publicly available; likewise, contractors are expected to share this informationwith their lower tiers Shared responsibility: Payers and payees are responsible for fulfilling their contract terms including their obligationsto make and receive payment, and to adhere to industry best practices.For more information: ation-disclosure/psdic-ppci-eng.htmlPWGSC UPDATE ON ASBESTOS USEEffective April 1, 2016, all Public Works and Government Services Canada (PWGSC) contracts for new constructionand major rehabilitation will prohibit the use of asbestos-containing materials. Further information can be found -asb/amiante-asbestos-eng.htmlENQUIRIES:Ken NganSupply SpecialistTel: (604) 671-0219Email: ken.ngan@pwgsc.gc.ca

Page 2TABLE OF CONTENTSPROJECT BRIEFSPECIAL INSTRUCTIONS TO BIDDERS (SI)SI01IntroductionSI02DefinitionsSI03Proposal DocumentsSI04Indigenous Benefits Plan (IBP)SI05Enquiries During the Solicitation PeriodSI06Optional Bidders Conference and Site VisitSI07Overview of Selection ProcessSI08Submission of ProposalSI09Late SubmissionsSI10Revision of ProposalSI11Limitation of SubmissionsSI12Completion of SubmissionSI13Responsive ProposalsSI14Acceptance of ProposalSI15Rejection of ProposalSI16Insufficient FundingSI17DebriefingsSI18Joint VentureSI19Bid (Proposal) Validity PeriodSI20Construction DocumentsSI21British Columbia Provincial Sales Tax Act - Real Property ContractorsSI22Opening of Bids / EvaluationSI23Web SitesR2710T GENERAL INSTRUCTIONS TO BIDDERS - CONSTRUCTION SERVICES - BID SECURITYREQUIREMENTS (GI) (2018-06-21)The following sections of clause R2710T are set out in Web al/5/RGI01 Integrity Provisions - BidGI02 Completion of BidGI03 Identity or Legal Capacity of the BidderGI04 Applicable TaxesGI05 Capital Development and Redevelopment ChargesGI06 Registry and Pre-qualification of Floating PlantGI07 Listing of Subcontractors and SuppliersGI08 Bid Security RequirementsGI09 Submission of BidGI10 Revision of BidGI11 Rejection of BidGI12 Bid CostsGI13 Procurement Business NumberGI14 Compliance with Applicable LawsGI15 Approval of Alternative MaterialsGI16 Performance EvaluationGI17 Conflict of Interest-Unfair AdvantageGI18 Code of Conduct for Procurement—bidCONTRACT DOCUMENTS (CD)SUPPLEMENTARY CONDITIONS (SC)SC01 Insurance TermsSC02 Substantial Performance of the WorkSC03 Final CompletionPROPOSAL / BID AND ACCEPTANCE FORM (BA)BA01 Identification

Page 3BA02BA03BA04BA05BA06BA07BA08Business Name and Address of BidderThe OfferBid Validity PeriodAcceptance and ContractConstruction TimeBid SecuritySignatureAPPENDIX 1APPENDIX 2APPENDIX 3APPENDIX 4APPENDIX 5APPENDIX 6ANNEX AANNEX BCOMBINED PRICE FORMINTEGRITY PROVISIONSSUBMISSION REQUIREMENTS AND EVALUATIONBIDDER CERTIFICATIONLISTING OF SUBCONTRACTORSVOLUNTARY CERTIFICATION TO SUPPORT THE USE OF APPRENTICESCERTIFICATE OF INSURANCEVOLUNTARY REPORTS FOR APPRENTICES EMPLOYED DURING THE CONTRACT

Page 4PROJECT BRIEFParks Canada maintains and restores ecological integrity in National Parks, and provides Canadians with opportunitiesto discover and enjoy them. Parks Canada protects and presents these treasures because they tell stories of who weare, including the history, cultures, and contributions of Indigenous Peoples.A new multi-use pathway, located in the traditional territories of the Tla-o-qui-aht and Yuuthlu-ilth-ath /Ucluelet FirstNation, is being constructed. It will extend approximately 25 km from the southern to the northern boundary of the LongBeach Unit of Pacific Rim National Park Reserve. The pathway will provide Canadians with opportunities to explore thevast sandy beaches, coastal rainforest, and special areas of natural and cultural significance in the region.Initial work on the multi-use pathway in Pacific Rim National Park Reserve began in February 2017 and included twomain steps: environmental protection and site preparation. More specifically, this phase included extensiveenvironmental, archaeological and engineering studies, the preparation of a Detailed Impact Analysis (otherwise knownas an environmental assessment), trail design and planning, and clearing the trail alignment of trees and shrubs.The next phase of the work will begin in the Spring of 2019. Following Parks Canada's established processes andrigorous standards for ecological protection, work will include completion of clearing trees and shrubs, trail bedpreparation, installation of drainage culverts, and fabrication of bridges.Strict development limits are in place to ensure the protection of ecological integrity in Canada’s national parks. ParksCanada has a rigorous development review and environmental assessment process that ensures all new infrastructureprojects comply with these limits and that the parks ecological integrity is maintained. Additionally, any development innational parks is managed through consultation with Indigenous Peoples, information sharing with stakeholders andCanadians, and planning that is informed by science.The Government is committed to investing in federal infrastructure assets, including national parks and historic sites, forthe benefit of all Canadians. These investments bring Canadians together to celebrate our rich natural and culturalheritage. The new pathway is a long-time request from local communities, and will provide opportunities for Canadiansto explore and enjoy the natural wonders of Pacific Rim National Park Reserve whether they are walking or cycling.WORK DESCRIPTIONThe multi-use pathway construction work will include clearing of trees and shrubs in the unclear areas of the trail andtrail bed preparation for asphalt surfacing. This will include the installation of drainage culverts, and the construction ofthree bridges. Specifically, work under the construction contract will include:-Fabrication of bridges; abutments, railings, structural steel, piles, and footings for bridges and elevated trail.Delivery to site of all required components and materials for the bridges and boardwalks and their erection andinstallation.Graveled trail construction including retaining walls, hand rails, and existing culvert extensions and new culvertinstallations.Roadworks along Highway 4 including widening at the Esowista Curve and widening for and installation ofconcrete barriers where the trail is immediately adjacent to the highway.Mill and overlay 68 metres of Highway 4 at the north Park boundary.Control of invasive plant species.Filling of four existing abandoned wells/cisternsThe labour, equipment and services required for this contract includes, but is not limited to, the summary providedbelow.Summary of Skills/Equipment Needs by CategoryLabour- Occasional use of traffic control (flagging) personnel- Supervisors and foremen- Office personnel for book keeping, time keeping, general correspondence, tracking quantities and costs, andrecord keeping- Loggers/fallers for falling trees, clearing bush and undergrowth, and cutting up blow down trees- Carpenter / labour to install metal railing on Jersey barriers- Personnel with first aid certifications and experience

Page 5-Equipment fueling and maintenanceLabour for placing geotextiles and gravelsCranes, operators, steel erectors, carpenters, and labour for one bridge installation and for elevated trailsectionsExcavation equipment of various sizes and operatorsCertified Arborist for localized root cuttingEquipment & Services- Local housing and services for personnel not hired locally- Equipment and labour to construct earth filled retaining walls and concrete block retaining walls- An area for a lay down yard, temporary offices, and equipment storage- Excavation equipment of various sizes and operators- Pile driving equipment, operators, and swampers for steel pipe pilesSPECIAL INSTRUCTIONS TO BIDDERS (SI)SI01INTRODUCTION1.Public Services and Procurement Canada (PSPC) intends to retain a Contractor to provide construction servicesfor the project as set out in this Request for Proposal (RFP). Bidders responding to this RFP are requested tosubmit a full and complete Bid. The Bid must cover the Indigenous Benefit Plan (IBP) provided by the bidder andthe pricing.2.This is a single phase “two envelope” selection process.3.This RFP Document sets out the project requirement, i.e., the particulars of the project itself, the IndigenousBenefit Plan (IBP) requirements and the broad scope of services required from the Contractor.4.Based upon their analysis of the project requirement, IBP requirements and the capability/capacity of the firm, theBidders formulate Bids for the service, including their price.5.The Bidders should provide their proposed IBP submission and proposed services in the “IBP Proposal” of thesubmission (Envelope One). The "Price Proposal" includes the proposed price and bid security which issubmitted in a sealed envelope (Envelope Two).6.The IBP Portion of proposal(s) received will be evaluated, without knowledge of the price, by the PWGSCEvaluation Board. Evaluation is based on a set of mandatory and pre-established criteria, components and weightfactors. Numerical IBP scores will be awarded at the completion of the IBP evaluation.7.Price envelopes are then opened for the proposals that have passed the IBP section. The responsive bid with thehighest points combined will be recommended for award of the contract. Bidders who have not met the minimumIBP pass mark or who have been deemed non-compliant will have their price proposals returned to themunopened with no further evaluation of their proposal.SI02DEFINITIONSIn this Request for Proposal (RFP), the following words or phrases have the corresponding meaning.(a)“PSPC” or “PWGSC’: HER MAJESTY THE QUEEN IN RIGHT OF CANADA, as represented by theMinister of Public Works and Government Services.(b)“Bid/Proposal”: means the submission provided by the Bidder in response to this Request for Proposal.Bid may also mean the same as Proposal.(c)“Bid and Acceptance Form” – means the same as the Price Proposal Form.

Page 6(d)"Contractor/Bidder Team": means the team of Contractors and Subcontractors, including the Bidder,proposed by the bidder to perform the services required.(e)“Price Rating”: means the rating assigned to the price component of a proposal/bid and subsequently usedto establish a Price Score for inclusion as a percentage of the total score to be established following theevaluation and rating of IBP proposals.(f)"PSPC Evaluation Board": means the team established to evaluate and rate bids. An evaluation teamcomposed of representatives of Canada will evaluate the bids.(g)"IBP Rating": means the rating assigned to the IBP component of a bid in the selection procedure andsubsequently used to establish an IBP Score for inclusion as a percentage of the total score.SI03PROPOSAL DOCUMENTS1.The following are the Proposal Documents:a. Request for Proposal - Page 1;b. Special Instructions to Bidders;c. General Instructions - Construction Services - Bid Security Requirements R2710T (2017-09-21)d. “Contract Documents”;e. Drawings and Specifications;f. Price Proposal/Bid and Acceptance Form and related Appendix(s); andg. Any amendment issued prior to solicitation closing.Submission of a proposal constitutes acknowledgment that the bidder has read and agrees to be bound bythese documents.2.General Instructions - Construction Services - Bid Security Requirements R2710T is incorporated by referenceand is set out in the Standard Acquisition Clauses and Conditions (SACC) Manual, issued by Public Works andGovernment Services Canada (PWGSC). The SACC Manual is available on the PWGSC Web al/5/RSI04INDIGENOUS BENEFIT PLAN (IBP)Parks Canada Agency (PCA), which administers Pacific Rim National Park Reserve, is implementing a project to build anew multi-use pathway, located in the traditional territories of the Tla-o-qui-aht and Yuuthlu-ilth-ath /Ucluelet FirstNation. The pathway will extend approximately 25 km from the southern to the northern boundary of the Long BeachUnit of Pacific Rim National Park Reserve. The pathway will provide Canadians with opportunities to explore the vastsandy beaches, coastal rainforest, and special areas of natural and cultural significance in the region. The project work,following Parks Canada's established processes and rigorous standards for ecological protection, will includecompletion of clearing trees and shrubs, trail bed preparation, installation of drainage culverts, and fabrication ofbridges.As part of Canada’s commitment to support its First Nations population, this procurement contains a mandatoryIndigenous Benefits Plan (IBP) that aims to provide specific socio-economic benefits to Indigenous People andIndigenous Firms of the Tla-o-qui-aht and Yuuthlu-ilth-ath /Ucluelet First Nation. The information that Bidders arerequired to provide is set out in detail elsewhere in the RFPTo assist bidders in preparing the IBP, please contact the designated representatives from the Tla-o-qui-aht andYuuthlu-ilth-ath /Ucluelet First Nations respectively.Barb AudetInterim Tribal AdministratorPhone 1-250-725-3350 ext 27Email: tribaladmin@tla-o-qui-aht.organd

Page 7Suzanne WilliamsInterim Director of OperationsYuulu?il?ath? Government / Ucluelet First NationP. 250-726-7342 ext 206 F. 250-726-7552E. suzanne.williams@ufn.caWebsite www.ufn.caSI05ENQUIRIES DURING THE SOLICITATION PERIOD1.Enquiries regarding this bid must be submitted in writing to the Contracting Authority named on the Invitationto Tender - Page 1 or at email address ken.ngan@tpsgc-pwgsc.gc.ca as early as possible within thesolicitation period. Except for the approval of alternative materials as described in GI15 of R2710T,enquiries should be received no later than five 5 business days prior to the date set for solicitation closingto allow sufficient time to provide a response. Enquiries received after that time may result in an answerNOT being provided.2.To ensure consistency and quality of the information provided to Bidders, the Contracting Authority willexamine the content of the enquiry and shall decide whether or not to issue an amendment.3.All enquiries and other communications related to this bid sent throughout the solicitation period must bedirected ONLY to the Contracting Authority named in paragraph 1 above. Failure to comply with thisrequirement may result in the bid being declared non- compliant.SI06OPTIONAL BIDDERS CONFERENCE AND SITE VISIT1.There will be an optional bidder’s conference and site visit on March 6, 2019 from 11am to 1pm. Interestedbidders are to meet at the Ucluelet Community Centre, 500 Matterson Dr, Ucluelet, BC V0R 3A0, ActivityRooms 1 & 2.2.Safety Attire – In order to be guaranteed access to the site all persons should have the proper personalprotection equipment (safety glasses, footwear, vests and hard hats etc.). Contractor s personnel/individualswho do not have the proper safety attire may be denied access to the site.3.Bidders are requested to communicate with the Contracting Authority, Ken Ngan at ken.ngan@pwgsc.gc.ca or(604) 671-0219 no later than 24 hours prior to the conference and site visit to confirm attendance. Biddersshould provide, in writing, to the Contracting Authority, the names of the person(s) who will be attending(maximum two people per bidder may attend).4.Any clarifications or changes to the RFP resulting from the bidders conference and site visit will be included asan amendment/addendum to the RFP.SI07OVERVIEW OF SELECTION PROCESS1.Proposal(a)Bids are submitted following a "two-envelope" procedure, in which Bidders submit the IBP of their bid inone envelope and the proposed price of the services (price proposal) in a second envelope.(b)The information that Bidders are required to provide is set out in detail elsewhere in the RFP.2. Proposal Evaluation and Rating(a)The IBP of all proposals are reviewed, evaluated and rated by a Public Works and Government ServicesCanada (PWGSC) Evaluation Board in accordance with the criteria, components and weight factors set out inthe RFP. Upon completion of the evaluation, IBP ratings are established.

Page 8(b)Proposals achieving the minimum IBP Score specified in the Submission Requirements and Evaluation sectionof the RFP are further considered.(c)The IBP Evaluation Rating score will be pro-rated to a maximum of 10%The Contractor’s total points will receive an IBP Rating score as follows:Contractor’s IBP Evaluation Rating Total Points XMaximum score10(d)The price envelopes of all responsive proposals are opened upon completion of the IBP evaluation. Whenthere are three or more responsive proposals, an average price is determined by adding all the price proposals togetherand dividing the total by the number of price proposals opened. This calculation will not be conducted when one or tworesponsive proposals are received.All price proposals which are greater than 25 percent above the average price willcause their respective complete proposals to be set aside and receive no further consideration.(f)The price proposals are rated as follows:The lowest price proposal receives a Price Rating Possible Range of 100.The subsequent prices will receive a Price Rating as follows:Lowest Price x 90Proposal Price3. Total Score(a) The total overall score (Total Score) assigned to each Contractor's complete proposal is calculated as the aggregateof:(1) the IBP Score (first envelope of the proposal), and(2) the Price Score (second envelope of the proposal).(b) The Contractor receiving the highest Total Score is the entity that the PWGSC Evaluation Board willrecommended for the award of a contract.SI08SUBMISSION OF PROPOSALDELETE GI09 of R2710T in its entirety.And REPLACE with:GI091) The proposal shall be submitted following a "two-envelope" procedure in which the bidders submit the IBPcomponent of their bid in one envelope and the proposed price of the services Price Proposal/Bid andAcceptance Form (BA) in a second envelope. Both envelopes shall be enclosed and sealed together in a thirdenvelope, the proposal envelope. All envelopes are to be provided by the Bidder.2) The information that Bidders are required to provide is set out in detail elsewhere in the RFP3) The proposal envelope shall be addressed and submitted to the office designated on the Front Page of theRequest for Proposal. The proposals must be received on or before the date and time set for solicitationclosing. The Bidder shall ensure that the following information is clearly printed or typed on the face of the bidenvelope:a.b.c.d.e.Solicitation Number and Project Description,Name of Bidder;Return address; andClosing Date and TimeENVELOPE 1 - IBP

Page 9f.ENVELOPE 2 – PRICE PROPOSAL;4) Unless specified otherwise elsewhere in the bid documents:a. the price proposal shall be in Canadian currency, andb. the price proposal shall not include any amount for Applicable Taxes, and exchange rate fluctuationprotection is not offered, andc. any request for exchange rate fluctuation protection will not be considered, and may render the bidnon responsive.5) Proposals and supporting information may be submitted in either English or French.6) Timely and correct delivery of bids to the office designated for receipt of proposals is the sole responsibility ofthe bidder. Canada will not assume or have transferred to it those responsibilities. All risks and consequencesof incorrect delivery of bids are the responsibility of the bidder.7) Due to the nature of this solicitation, a complete IBP, as well as a cost of services (Price proposal /Bid andAcceptance Form (BA) (submitted in a separate envelope), with supporting information is required to allow aproper evaluation to be conducted. Electronic transmission of the bid by such means as electronic mail orfacsimile is not considered to be practical, and therefore, will not be accepted.8) Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents fordownload through Buyandsell.gc.ca/tenders. Canada is not responsible and will not assume any liabilitieswhatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or relateddocumentation would be amended, Canada will not be sending notifications. Canada will post all amendmentsusing the website Buyandsell.gc.ca/tenders. It is the sole responsibility of the Contractor to regularly consult thewebsite Buyandsell.gc.ca/tenders for the most up-to-date information. Canada will not be liable for anyoversight on the Contractor’s part nor for notification services offered by a third party.SI09LATE SUBMISSIONSSubmissions delivered after the stipulated closing date and time will be returned unopened.SI10REVISION OF PROPOSALParagraphs 1 and 3 of GI10 of R2710T are replaced by the following;A proposal submitted in accordance with these instructions may be revised by physically delivering a newRevised Envelope 1 – IBP Proposal and or Revised Envelope 2 – Price Proposal, provided the revision isreceived at the office designated for the receipt of proposals on or before the date and time set for the closing ofthe solicitation. It shall be enclosed and sealed in an envelope with the following information clearly printed ortyped on the face of the envelope:a.b.c.SI11REVISED ENVELOPE 1- INDIGENOUS BENEFITS PLAN (IBP) PROPOSALREVISED ENVELOPE 2 – PRICE PROPOSAL,Solicitation Number, project description andName of BidderLIMITATION OF SUBMISSIONS1.A Bidder may not submit more than one bid. This limitation also applies to the persons or entities in the case of ajoint venture. If more than one bid is received from a Bidder (or, in the case of a joint venture, from the persons orentities), all such bids shall be rejected and no further consideration shall be given.2.A joint venture is defined as an association of two or more parties which combine their money, property,knowledge, skills, time or other resources in a joint business enterprise agreeing to share the profits and thelosses and each having some degree of control over the enterprise.3.An arrangement whereby Canada contracts directly with a Contractor who may retain subcontractors to performportions of the services is not a joint venture arrangement. A Subcontractor may, therefore, be proposed as partof the bidder team by more than one Bidder. The Bidder warrants that it has written permission from suchSubcontractors to propose their services in relation to the services to be performed.

Page 104.Notwithstanding paragraph 3 above, in order to avoid any conflict of interest, or any perception of conflict ofinterest, a Bidder shall not include in its submission another Bidder as a member of its team, as a Subcontractor.Bidders shall not provide written permission to propose their services as Subcontractor for other bids. If it isdemonstrated that a Bidder was aware of and had granted permission to being listed as subcontractor on anotherbid, the Bidder s own bid will also be deemed non-compliant.5.Any joint venture entered into for the provision of professional services or other services must be in fullcompliance with the requirements of any provincial or territorial law pertaining thereto in the Province or Territoryin which the project is located.SI12COMPLETION OF SUBMISSIONThe Bidder shall base the Proposal on the applicable bid documents listed in the Special Instructions toBidders. It is the responsibility of the Bidder to obtain clarification on any terms, conditions or IBP requirementscontained in this document.SI13RESPONSIVE PROPOSALSTo be considered responsive, a bid must meet all of the mandatory requirements set out in the RFP. Nofurther consideration in the selection procedure will be given to a bidder submitting a non-responsive bid.SI14ACCEPTANCE OF PROPOSALS1. Canada may accept any proposal, or may reject any or all proposals.2. While Canada may enter into an agreement or contractual arrangement without prior negotiation, Canadareserves the right to negotiate with Contractors on any procurement.3. Canada reserves the right to cancel or amend the RFP at any time.SI15REJECTION OF PROPOSALDELETE Section GI11 of R2710Tand REPLACE with:1.Canada may reject a proposal where any of the following circumstances is present:(a)the Bidder has been declared ineligible for selection, following unsatisfactory performance in a previousproject as determined in accordance with the department's performance review procedures;(b)an employee, sub-contractor or specialist contractor included as part of the proposal has been declaredineligible, for selection for work with the department in accordance with the performance reviewprocedure referred to in paragraph 1.(a), which would render the employee, sub-contractor or specialistcontractor ineligible to bid on the requirement, or the portion of the requirement the employee, subcontractor or specialist contractor is to perform;(c)the Bidder is bankrupt or where, for whatever reason, its activities are rendered inoperable for anextended period;(d)evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to complywith any law protecting individuals against any manner of discrimination, has been received withrespect to the Bidder, any of its employees, any sub-contractor or any specialist contractor included aspart of the proposal;(e)evidence satisfactory to Canada that based on past conduct or behavior, the Bidder, a sub-contractor, aspecialist contractor or a person who is to perform the Services is unsuitable or has conductedhimself/herself improperly;

Page 11(f)with respect to current or prior transactions with the Government of Canada,(i)Canada has exercised its contractual remedies of taking the services out of the contractor'shands, suspension or termination for default with respect to a contract with the Bidder, any ofits employees, any sub-contractor or any specialist contractor included as part of the proposal;(ii)Canada determines that the Bidder’s performance on other contracts, including the quality ofthe services provided and the quality and timeliness of the delivery of the project, is sufficientlypoor to jeopardize the successful completion of the requirement being proposed.2.Where Canada intends to reject a proposal pursuant to subsection 1.(f), the Contracting Authority will so informthe Bidder and provide the Bidder ten (10) days within which to make representations, before making a finaldecision on the proposal rejection.SI16INSUFFICIENT FUNDINGIn the event that the lowest compliant bid exceeds the amount of funding allocated for the Work, Canada in itssole discretion maya. cancel the solicitation; orb. obtain additional funding and award the Contract to the Bidder submitting the lowest compliant bid.SI17DEBRIEFINGSAfter contract award, bidders may request a debriefing on the results of the bid solicitation process. Biddersshould make the request to the Contracting Authority within fifteen (15) working days of receipt of the results ofthe bid solicitation process. The debriefing may be in writing, by telephone or in person.SI18JOINT VENTURE1. A joint venture is an association of two or more parties who combine their money, property, knowledge,expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to bidtogether on a requirement. Bidders who bid as a joint venture must indicate clearly that it is a joint venture andprovide the following information:a. the name of each member of the joint venture;b. the Procurement Business Number of each member of the joint venture;c.the name of the representative of the joint venture, i.e. the member chosen by the other members to acton their behalf, if applicable;d. the name of the joint venture, if applicable.2. If the information is not clearly provided in the bid, the Bidder must provide the information on request from theContracting Authority.3. The bid and any resulting contract must be signed by all the members of the joint venture unless one memberhas been appointed to act on behalf of all members of the joint venture. The Contracting Authority may, at anytime, require each member of the joint venture to confirm that the representative has been appointed with fullauthority to act as its representative for the purposes of the bid solicitation and any resulting contract. If acontract is awarded to a joint venture, all members of the joint venture will be jointly and severally or solidarilyliable for th

TRADE AGREEMENTS . This procurement is set aside from the Canadian Free Trade Agreement and the International Trade Agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses. In accordance with NAFTA, WTO-AGP, and CETA - NAFTA subsection 1 (d) Annex 1001.2b