BAGALUR CALL GIRL IN 98274*61493 ❤CALL GIRLS IN ESCORT SERVICE❤CALL GIRL
CPHC rfp
1. 6 Voice Communication System Requirements and Responsibilities
This section outlines corporate and technical requirements for the Voice Communication System Project.
6.1 Corporate
The following corporate requirements shall be completed by all RFP Proponents.
Requirement Requirement
Identifier Description
Structure: The RFP Proponent shall identify its ownership and structure. It
must provide an organization chart illustrating its corporate structure. The
following shall be provided:
− A description including its legal status as a corporation;
− Its place and date of incorporation and registration;
− The identification of its officers and directors;
CR-01 − The extent that it is a wholly owned or partly owned subsidiary of a
parent company;
− The nature of its business;
− The identity of any ultimate shareholders or partners with more than
a 10% equity or voting interest; and
− Lead team member name, title, address, telephone, facsimile number
and e-mail address.
Financials: RFP Proponent shall provide Financial Statements for the most
recent three (3) fiscal years and include:
− Any events subsequent to the latest Required Financial Statement
(including major proposals, commitments or project completions)
which might materially affect this financial evaluation of their
capabilities;
− If an RFP Proponent has not been in its current legal form for three
years, the RFP Proponent shall provide the required financial
CR-02 statements and other financial information, for the predecessor
entities, together with explanatory information as to the nature of the
change of reporting entities; and
− The RFP Proponent shall confirm that it does not have liabilities,
contingent liabilities, obligations, charges, and liens, covenants, off-
balance sheet financing arrangements, defaults, litigation, claims, or
other matters that might prevent the RFP Proponent from completing
the scope as outlined herein in a timely manner, other than as
disclosed in the RFP Submission (Note: As part of the evaluation of
RFP Submissions, the possible impact - financial, legal and otherwise -
2. of any such disclosure may be considered).
Industry Leverage: The RFP Proponent shall describe why it is a benefit to the
CPHC to enter into a Contract with its organization.
− Identify rebate, price incentive programs that exist that may be of
CR-03 benefit to the CPHC.
− List existing channel/contract relationships that give the RFP
Proponent leverage to negotiate attractive equipment purchase and
maintenance service contracts.
Experience: The RFP Proponent shall describe their previous experience
Implementing similar Solutions. The RFP Proponent shall explain the
experiences gained Implementing like voice communications solutions in
CR-04
other projects for similar types of environments. The RFP Proponent shall
provide details on how the experience gained during these projects will
enhance the successful delivery of this Solution.
References: The RFP Proponent shall provide information on three reference
sites whose requirements are similar to the voice communications solution
CR-05
the CPHC is requesting. Describe the components and/or functionality of the
solution that has been deployed elsewhere.
Escalation: The RFP Proponent shall provide a support model, escalation
process and contact information to be used in the event of problems (during
CR-06 Implementation and post-Implementation of the VCS) or any other CPHC
requests. The RFP Proponent shall keep the process and contact information
current and update the CPHC accordingly.
Quality Systems: The RFP Proponent shall provide a description of the
CR-07 systems they use to manage service delivery and product quality (e.g. TL
9000, ISO 9000, and ITIL).
Schedule Delivery: The CPHC places a high degree of importance upon the
adherence to the Implementation schedule for this project. Within any
agreement that results from this RFP, the CPHC will include a contractual
obligation on the Successful RFP Proponent to compensate the CPHC, of a
reasonable value, when the Schedule Delivery levels are not met. RFP
CR-08
Proponents shall indicate their willingness to agree to late delivery discount
provisions, as finally negotiated during contract award. The terms of the late
delivery discount clauses will be finalized with the Successful RFP Proponent
during the contract negotiation period. Section 5.8 provides a framework for
the compensation.
Price Competiveness: The RFP Proponent shall apply similar discounts levels
CR-09 used in their pricing of this RFP to other Equipment and Services for out-of-
scope changes necessary to meet the CPHC requirements. The discounts shall
3. be valid from one-year of Contract Agreement signing and validated using the
manufactures price book as reference.
Deliverable-Based Payments: The RFP Proponent shall agree to a payment
CR-10 schedule based on achieving major milestones during the Implementation of
the VCS.
6.2 Voice Communication System Technical Requirements
The following technical requirements shall be completed by all RFP Proponents.
6.2.1 General
Requirement Requirement
Identifier Description
Voice Communication System General: The RFP Proponent shall Implement
a Mitel-(or equivalent) based Voice Communication System to connect to the
TR-01 PSTN and meet the capacity, functionality and feature requirements outlined
in this section 6.2. All equivalents must be clearly explained and
demonstrated in the Proponent’s Submission.
Brockville Location: The RFP Proponent shall Implement a fully functional
Mitel 3300 MXe III Controller and virtual MCD Controller configured with the
MCD Enterprise PBX software with the following specifications:
100 MCD Enterprise User Licenses
120 MCD Mailbox Licenses
20 Dynamic Extension
Dual T1 PSTN Connectivity
TR-02
12 Analogue User Devices
The RFP Proponent shall include the:
Add/remove price for Enterprise User Licenses
Add/remove price for Voice-mail Licenses
Add/remove price for Dynamic Extension
Note: the RFP Proponent shall provide the virtual server specifications for the
virtual MCD.
Gananoque Family Health Team Location (338 Herbert St., Gananoque, ON,
K7G 3G3) : The RFP Proponent shall Implement a fully functional Mitel 3300
Mitel CXi II Controller configured with the MCD Enterprise PBX software with
the following specifications:
16 MCD Enterprise User Licenses
TR-03
16 MCD Mailbox Licenses
4 Loop Start Trunks for WAN connectivity
4 Analogue User Devices
The RFP Proponent shall include the:
Add/remove price for Enterprise User Licenses
4. Add/remove price for Voice-mail Licenses
Satellite Locations: The RFP Proponent shall Implement a virtual Mitel Border
Gateway (vMBG) Teleworker service, for the following locations:
12 Wellington St., Athens, ON, K0E 1B0 / x users
15 Bates Dr., Carleton Place, ON, K7C 4J8/ x users
TR-04 740 King St. West, Gananoque, ON, K7G 2H5/ x users
2790A Hwy 15, Portland, ON, K0G 1V0/ x users
555 King St. West, Prescott, ON, K0E 1T0/ x users
Note: the RFP Proponent shall provide the virtual server specifications for the
vMBG.
6.2.2 Base Functionality and Configuration
Requirement Requirement
Identifier Description
Paging: The RFP Proponent shall Implement the VCS to support paging
TR-05 through the desk-phones. The RFP Proponent shall collaborate with the CPHC
on the final programming and configuration of the paging system.
Call Recording: The RFP Proponent shall Implement the VCS to support call
TR-06 recording. The RFP Proponent shall collaborate with the CHPC on
Implementing a solution to archive call recordings.
Auto Attendant: The RFP Proponent shall Implement an auto attendant on
TR-07
the VCS to meet the requirements of the CPHC.
6.2.3 Messaging Services (Voice-Mail, Facsimile, E-Mail)
Requirement Requirement
Identifier Description
Multiple Greetings: The RFP Proponent shall Implement the VCS to allow the
TR-08
user to store multiple voice mail greetings (e.g., internal, external).
Voice-Mail to E-Mail: The RFP Proponent Implement the VCS to support
TR-09
voice-mail media redirect to a specified user e-mail account.
IP Fax and Fax to E-Mail: The RFP Proponent shall Implement the VCS to
support IP fax: media redirect to a specified user e-mail account and desktop
TR-10 faxing. To meet this requirement and save on costs, it is recommended the
RFP Proponent to propose an off-board fax server solution (e.g., RightFax).
The fax solution shall be formally interoperability tested with the VCS.
6.2.4 Conferencing
Requirement Requirement
Identifier Description
Conferencing: The RFP Proponent shall describe the native conferencing
TR-11
capability of the VCS.
TR-12 Additional Conferencing: The RFP Proponent shall describe additional
5. conferencing capability that is available from the manufacturer (e.g.,
NuPoint). The RFP Proponent shall include in their response to this
requirement the cost to Implement this additional capability. These costs are
not to be included in the financial proposal.
6.2.5 Operators
Requirement Requirement
Identifier Description
Operators Solutions: The RFP Proponent shall describe what solutions
TR-13
related to the VCS are available for operators.
Monitoring Extensions: The RFP Proponent shall describe the supervisor
TR-14
listen and silent monitor features of the VCS.
6.2.6 Reporting
Requirement Requirement
Identifier Description
Call Information: The RFP Proponent shall collaborate with the CPHC to
TR-15 Implement a data feed of VCS station message detail recordings (SMDR) to
CPHC IT systems.
6.2.7 Other
Requirement Requirement
Identifier Description
Miscellaneous Equipment: The RFP Proponent shall be responsible for
providing all miscellaneous Equipment (e.g., power cables (refer to CPHC-01
for receptacle types) mounting hardware, equipment specific patch panels,
TR-16
patch cables) necessary to Implement the VCS.
Note: The RFP Proponent shall ensure this equipment is included in their
costs.
Lifecycle: The RFP Proponent shall, for each applicable system component of
the VCS, provide the manufacturers’ life expectancy and policy of the
TR-17
Equipment; specifically the expected manufacturers’ discontinued (MD) date,
the end-of-support date, and the end-of-life (EOL) date of the Equipment.
Equipment List: The RFP Proponent shall provide a list of all Equipment and
TR-18
services to be delivered as part of the VCS.
Manufacturers’ Terms and Conditions: The RFP Proponent shall provide all
TR-19 manufacturers’ terms and conditions for all Equipment Implemented as part
of the VCS.
Manufacturers’ Specifications: The RFP Proponent shall include all relevant
TR-20
information (e.g., specifications, data sheets, overviews) for the VCS.
6. 6.2.8 QoS, Reliability and Resiliency
Requirement Requirement
Identifier Description
Quality of Service: The RFP Proponent shall describe how QoS for prioritizing
and high-quality delivery of voice traffic is accomplished by the VCS. Included
TR-21
in this shall be the VLAN requirement(s) the RFP Proponent requires to
deliver voice services.
Single Points of Failure: The RFP Proponent shall highlight any single points
of failure, for major components, in the VCS and the strategy for the
expeditious resolution of failures of these system components. Note: a single
TR-22
point of failure is a component of the VCS which can fail causing service
unavailability to a user. The RFP Proponent shall provide details on the MTBF
of any major component highlighted as a single point of failure.
Recovery: The RFP Proponent shall describe the process (including durations)
TR-23
to recover the VCS from a complete power outage situation.
Hardware Replacement: The RFP Proponent shall describe the impact to
TR-24 end-user service availability when replacing faulty major VCS hardware
components.
6.2.9 Administration and Network Management
Requirement Requirement
Identifier Description
Network Management: The RFP Proponent shall provide and describe all
TR-25
systems necessary to manage the VCS.
Administration: The RFP Proponent shall ensure that the network
TR-26 management system of the VCS is implemented to allow for role based
system administration. The RFP Proponent shall describe this capability.
Remote Support and Configuration: The RFP Proponent shall confirm that
the major components of the VCS shall have the capability to be monitored,
configured and supported remotely; the RFP Proponent shall include a
TR-27
complete list of VCS components and whether or not the components can be
supported and configured remotely. The RFP Proponents shall briefly
describe this capability.
Monitoring and Diagnostics: The RFP Proponent shall ensure that the VCS
network management system is Implemented to continuously (24 hours/day
TR-28 x 7 days/week), in real-time, monitor the network, network usage/traffic and
anomalies. The RFP Proponent shall provide details of the reports available to
view the monitoring results.
Back-up Files: The RFP Proponent shall describe, for each major component
of the VCS, the mechanism (and storage medium) for backing-up the
TR-29 software and configuration files; the time (duration) of the back-up shall also
be included. The RFP Proponent shall describe how the VCS is restored from
back-up files. The RFP Proponent shall include Implementation services to
7. assist the CPHC in setting up these back-ups; using existing CPHC data storage
equipment.
6.2.10 Training and Documentation
Requirement Requirement
Identifier Description
Training: The RFP Proponent shall provide training to the CPHC to manage
the VCS (e.g., configure, operate). The RFP Proponent will recommend and
price a low cost training end-user device program. The training shall include,
TR-30 but not limited to: device, call control preferences, voice-mail, conferencing,
dynamic extension - personal ring groups/external hot-desking, recording
calls, and other features referenced in this RFP.
Manuals: The RFP Proponent shall include all manuals necessary to manage
TR-31 (e.g., configure, operate) the VCS.
6.2.11 Warranty and Maintenance
Requirement Requirement
Identifier Description
Warranty: The RFP Proponent shall describe the warranty program included
TR-32
as part of the VCS.
Maintenance: The RFP Proponent shall be responsible for maintaining all VCS
Equipment and any Equipment added to the network during the life of the
TR-33
contract. The RFP Proponent shall describe and include the cost of a 5-year
maintenance program (hardware and software).
Scheduled Maintenance: The RFP Proponent shall list, for each major system
component of the VCS, the expected scheduled maintenance activity and the
impact to service or service feature availability of this activity. The RFP
Proponent shall include the estimated time and/or manual effort involved in
the scheduled maintenance activity in question.
TR-34 The CPHC expects scheduled/routine maintenance, such as, but not limited
to, software upgrades, software fix/feature applications, hardware
replacement/upgrades, and configuration changes of the VCS not to cause a
service outage or degradation.
RFP Proponents shall indicate separate costs to provide this functionality in
their financial proposal.
Software Upgrades: The RFP Proponent shall be responsible for all VCS
TR-35
software upgrades (features and fixes) for the term of the contract.
Hardware Upgrades: The RFP Proponent shall be responsible for all VCS
TR-36
hardware upgrades (features and fixes) for the term of the contract.
Firmware Upgrades: The RFP Proponent shall be responsible for all VCS
TR-37
firmware upgrades (features and fixes) for the term of the contract.
8. 6.2.12 Devices
Requirement Requirement
Identifier Description
Phone Devices: The RFP Proponent shall provide the unit price and
specification sheet of the following models of Mitel phones and accessories:
5304, 5312, 5324, 5320, 5320e, 5330e, 5340e, 5360, 5540,
Unified Communication Express (UCX) softphone, 5310, Line Interface
TR-38
Module
Note: it is the CPHC’s intention to purchase over 100 phone devices for this
project. The financial evaluation will be based on the total price of one
hundred (100) 5340e IP desk-phones.
6.2.1 Design
Requirement Requirement
Identifier Description
Design: The RFP Proponent shall ensure the VCS is designed to manufactures’
TR-39 specification, industry standards, and/or local codes. The design will be
reviewed by the CPHC before any Equipment is procured.
Design Service: The RFP Proponent shall include the cost of services to design
TR-40
the VCS.
Hi-Level Design: The RFP Proponent shall provide, as part of their RFP
TR-41
Proposal, a high level design of the VCS.
6.2.2 Implementation and Acceptance
Requirement Requirement
Identifier Description
Implementation Phases: The RFP Proponent shall agree with, or provide
TR-42
modifications to the Implementation Phases outlined in Section 5.1.3
Resources: The RFP Proponent shall ensure the VCS is Implemented by
TR-43
manufacturer certified technicians or specialists.
Installation: The RFP Proponent shall ensure the VCS is installed to
TR-44
manufactures’ specification, industry standards, and/or local codes.
Configure: The RFP Proponent shall ensure the VCS is configured to
TR-45
manufactures’ specification, industry standards, and/or local codes.
Programming: The RFP Proponent shall be responsible for all initial costs to
TR-46
program the VCS for Phase 1 and Phase 2 CPHC operations.
Test: The RFP Proponent shall ensure the VCS is tested to manufactures’
TR-47
specification, industry standards, and/or local codes.
Testing Process: The RFP Proponent shall have a test methodology and
TR-48
documented process for testing the VCS; the RFP Proponent shall provide a
9. high-level test plan including the types of tests and measurements that will
be performed to validate the VCS. Included in the test plan shall be the
expected outcome of the tests to be performed. Note: Stress tests shall be
included using traffic generation equipment so the VCS is validated under
load conditions.
Test Results: All test results will be reviewed by the CPHC before VCS
TR-49
Acceptance. A copy of the test results shall remain the property of the CPHC.
Commissioning: The RFP Proponent is responsible for commissioning the VCS
TR-50
to ensure the overall Implementation meets the expectations of the CPHC.
Commissioning Process: The RFP Proponent shall have a methodology and
documented process for commissioning the VCS. The RFP Proponent shall
TR-51 provide a high-level plan including the types of activities that will be
performed to commission the VCS. Included in the commissioning plan shall
be the expected outcome of the activities to be performed.
Commissioning Results: All commissioning results will be reviewed by the
TR-52 CPHC before VCS acceptance. A copy of the commissioning results shall
remain the property of the CPHC.
Acceptance: The RFP Proponent shall provide the CPHC with positive,
industry standard test and commissioning results, before the VCS is deemed
TR-53
“production”. The acceptance criteria will be delivered to and reviewed by
the CPHC before the VCS is used for live traffic.
6.2.3 Project Management
Requirement Requirement
Identifier Description
Project Management: The RFP Proponent shall provide a dedicated project
manager for the duration of the Implementation of the VCS; The RFP
TR-54
Proponent shall provide references of similar complexity projects that the
project manager has been involved with.
High Level Project Plan: The RFP Proponent shall provide a project plan,
TR-55 showing the high level activities, key dates, time frames, resources and
dependencies for procuring and Implementing the VCS.
Certifications: The RFP Proponent shall ensure all resources directly
TR-56 responsible for managing the Implementation of the VCS portion are certified
project managers or have equivalent experience.
Planning Collaboration: The RFP Proponent shall collaborate with the CPHC,
TR-57 including the CPHC contractors, and any others to develop a master schedule
for the Implementation of the VCS.
6.2.4 Equipment Handling
Requirement Requirement
Identifier Description
TR-58 Shipping/Receiving: The RFP Proponent shall adhere to the CPHC’s direction
10. with respect to shipping/receiving and storage logistics of VCS Equipment
intended to be sent to the CPHC.
Insurance: The RFP Proponent shall be responsible for all insurance on the
TR-59 Equipment until the Equipment has been accepted by the CPHC (refer to TR-
53).
6.2.5 Site
Requirement Requirement
Identifier Description
Site Access: The RFP Proponent shall adhere to the CPHC rules for accessing
TR-60
the CPHC locations for VCS Implementation.
Integrity: The RFP Proponent shall ensure any VCS Implementation activities
do not compromise the integrity of CPHC property. Any costs to repair
TR-61
damages made to the CPHC property by the RFP Proponent will be borne by
the RFP Proponent.
6.2.6 WAN Design
Requirement Requirement
Identifier Description
Initial Design: The RFP Proponent shall provide an initial design for the wide-
area-network (PSTN and/or Internet) to meet the requirements of the CPHC.
TR-62
The RFP Proponent shall use reasonable call volume levels based on their
experience with this type of environment.
Design Modification: The RFP Proponent shall work with the CPHC to modify
TR-63
the WAN design during the post-award implementation planning sessions.
6.3 Financial Proposal Requirements
Requirement Requirement
Identifier Description
RFP Proponents shall provide an all-inclusive lump sum price for each of the
items listed below for the VCS that meets the requirements of this RFP. The
base costs shall include, but no limited to:
− Equipment including miscellaneous equipment
− Implementation services
− Network management system
TR-64 − Training
− Licensing
− Warranty and maintenance (5-years, hardware and software)
Note: The RFP Proponent shall include any other costs they consider relevant
to the CPHC for the successful Implementation of the VCS base configuration.
Note: All costs given will be used by the CPHC to evaluate the RFP. Provide
your financial proposal by using the financial template in section 7.
12. 6.4 Responsibilities
6.4.1 CPHC Responsibilities
Responsibility Responsibility
Identifier Description
Equipment Power: The CPHC shall be responsible for providing power to all
Equipment proposed by the RFP Proponent. For greater clarity, the CPHC will
be providing all power receptacles for the Equipment. This does not include
power cords or any other power related Equipment necessary for
CPHC-01
Implementation of the VCS.
Note: the power receptacles provided are as follows: 15/208V C-13 and
20/208V C-19
WAN – The CPHC shall be responsible for providing the RFP Proponent
CPHC-02
connectivity into the WAN/Internet.
CPHC-03 Equipment Space – The CPHC will provide rack space for all equipment.
Testing: All test cases will be validated by the CPHC during the design phase.
CPHC-05 All test case results will be reviewed by the CPHC before VCS Acceptance. A
copy of the test results shall remain the property of the CPHC.
Commissioning Results: All commissioning results will be reviewed by the
CPHC-06 CPHC before VCS acceptance. A copy of the commissioning results shall
remain the property of the CPHC.
Acceptance: The acceptance criteria will be reviewed by the CPHC before
CPHC-07
VCS Implementation.
13. Financial proposal (IN CANADIAN DOLLARS)
All-inclusive lump
Line
Description sum prices
Item
(excluding taxes)
Equipment – provide the itemized cost for the following:
VCS and miscellaneous equipment (e.g., software,
1 $
hardware)
2 Network management system $
3 One Hundred (100) Mitel 5340E IP-Phones $
Total for all Equipment (items 1 to 3) $
5 Implementation Services $
6 Licensing $
7 Training (system and user) $
Warranty and maintenance (5-years, hardware and
8 $
software)
9 Other cost: (if any, please describe) $
Sub-total $
OHST 13%
Grand Total $
Company name:
Name of authorized person:
Signature: Date:
14. RFP Submission Form
Date: _______________________
Submitted By: ______________________________________________
______________________________________________
“RFP Proponent”
To: CPHC Project Management
GBA Development and Project Management
c/o Ms. Tracey Shipman
1339 Wellington Street, Suite 204
Ottawa, ON K1Y 3B8
1. In this RFP Submission Form defined words and expressions shall have the same meanings as are
respectively assigned to them in the RFP document.
2. The undersigned acknowledges receipt of the addenda listed hereafter:
Addenda/Q&A No. Date of Issue
__________________ _______________________
__________________ _______________________
__________________ _______________________
3. Pursuant to and in compliance with the RFP document and the addenda listed above, the
undersigned, being familiar with the RFP document, the CPHC environment, the character of
equipment and materials needed to perform the work contemplated within the RFP, and all
relevant laws, rules, notices, directives, standards, orders and regulations, licensing and permit
requirements, labour markets and other circumstances which may affect its RFP Submission,
hereby submit an RFP Submission to supply Equipment and Services in support of the CPHC’s VCS
Project.
4. The RFP Proponent warrants and declares:
a) that it has complied with the instructions;
b) that it accepts all of the terms, provisions, stipulations and requirements set out in the RFP;
c) that it is not relying on any information other than that set out in the RFP and addenda issued
pursuant to by the CPHC
d) that all statements and information set out in its RFP Submission Form or otherwise provided
to the CPHC in connection with the RFP, including statements and information hereafter
provided, are and will be true, accurate and complete, not misleading and in accordance with
the principles of full, true and plain disclosure.
15. 5. Where an RFP Proponent is comprised of more than one person, all persons comprising the RFP
Proponent shall be jointly and severely liable.
EXECUTION BY RFP PROPONENT
IN WITNESS WHEREOF, the undersigned has executed this RFP Submission Form.
Execution by RFP Proponent:
__________________________________ _______________________________
Printed Name and Position Signature
__________________________________ _______________________________
Printed Name and Position Signature
__________________________________ _______________________________
Date Witness
Note: When these documents are signed under an embossed Company Seal it is not mandatory to have
signature(s) witnessed. When these documents are not signed under embossed Company Seal it is
mandatory that all signatures be witnessed.
16. RFP Proponent Declaration Form
This Declaration is required with the RFP Submission
(Capitalized terms have the meanings ascribed thereto in the RFP)
On behalf of and with the authority of the RFP Proponent I/we:
1. hereby apply to be selected as the Preferred RFP Proponent to provide Equipment and Services for
the VCS Project in accordance with the provisions and terms and conditions of the RFP and in
accordance with applicable legislation, regulations and standards as amended and issued from
time to time;
2. certify, represent and warrant that the information the RFP Proponent has supplied in support of
this RFP Submission is true, correct and complete in every respect and remains valid, accurate and
complete through to the end of the Contract Agreement negotiations unless the CPHC is otherwise
notified;
3. acknowledge that the RFP Submission submitted with this declaration is only one stage of
procurement and the CPHC may terminate the RFP process at any time;
4. acknowledge that in the event that I/we are selected as the Preferred or Alternate RFP Proponents
I/we will be required to attend further information sessions, tours, question and answer meetings,
undertake our own process of due diligence and continue in the process all at our own cost and
without claim against or indemnity from the CPHC, the Board and staff;
5. consent, pursuant to section 17(3) of the Freedom of Information and Protection of Privacy Act
(the “Act”), if applicable, to the disclosure on a confidential basis of the RFP Submission by the
CPHC to such individuals or other parties may be required for the purpose of reviewing the RFP
Submission to administer the RFP process;
6. consent to the public disclosure of all information listed in the RFP Submission by the RFP
Proponent as information which may be disclosed to the public;
7. consent to the disclosure, on a confidential basis, of information held by a third party (including a
municipality or other government) regarding the RFP Submission to the CPHC as the CPHC may
require, for the purpose of reviewing the RFP Submission to administer the selection process; and
8. agree that
i) it has read and understood all of the elements of the RFP;
ii) it agrees to comply with the RFP requirements and agrees to negotiate in good faith
to finalize the terms of the Contract Agreement;
iii) it has undertaken its due diligence and accepts the characteristics and constraints of
VCS Project and objectives of the CPHC; and
iv) it waives any claim as a result of not having undertaken sufficient due diligence.
Signed, Sealed and Delivered in the
Presence of
______________________________________
Name of Corporation
17. _____________________________ ______________________________________
Witness Signature of Authorized Signing Officer
_____________________________ ______________________________________
Date Print Name
______________________________________
Title
______________________________________
Date
[If second signature required]
Signed, Sealed and Delivered in the
Presence of
______________________________________
Name of Corporation
_____________________________ ______________________________________
Witness Signature of Authorized Signing Officer
_____________________________ ______________________________________
Date Print Name
______________________________________
Title
______________________________________
Date
[Additional Signature lines may be added]
END OF RFP DECLARATION FORM
18. Conflict of Interest Declaration Form
This Declaration is required with the RFP Submission
(Capitalized terms have meanings ascribed thereto in the RFP)
On behalf of and with the authority of the RFP Proponent I/we confirm as follows:
(i) Strike out paragraph (a) or (b), whichever does not apply:
a) The RFP Proponent does not and will not have any conflict of interest, actual or potential, in
submitting its RFP Submission or, if selected, with the contractual obligations of the RFP Successful
RFP Proponent under the proposed Technology Services Agreement and does not and will not
have any current or former business interests that are or potentially are in conflict;
or
b) The following is a list of situations, each of which may be a conflict of interest or an instance of
unfair advantage, or appears as potentially a conflict of interest or unfair advantage in submitting
the RFP Submission or performing or observing the contractual obligations under any eventual
Technology Services Agreement. I/we submit the following situations for review and decision by
the CPHC and agree to abide by the CPHC’s decision as to whether the conflict or advantage or
potential conflicts or advantage, is of sufficient character as to disqualify our RFP Submission.
(ii) The RFP Proponent has not knowingly hired or retained an employee or former employee of
the CPHC or the CPHC’s consultants or advisors involved in the development of the CPHC’s RFP
process; and
(iii) The RFP Proponent do/do not have/have not [strike out the inappropriate portions] had
access to any confidential information of the CPHC other than confidential information
disclosed to RFP Proponents in the normal course of the RFP process , where the confidential
information is relevant to the services required by the RFP process, or the RFP assessment
process and where the disclosure of the confidential information could result in prejudice to
the CPHC or an unfair advantage to the RFP Proponent.
(iv) The following people participated in the preparation of the RFP Submission
Name Address Telephone Number
1.
19. 2.
3.
4.
5.
(v) The following is a list of individuals who are former employees of the CPHC, the CPHC
consultants or advisors whom the RFP Proponent, has either currently appointed to its Board
of Directors or currently employed:
Name of Individual Job Classification of last Position Last Date of Employment
1.
2.
3.
4.
5.
Dated at: ___________________________this___________day of_______________, 20___.
If second signature is required:
____________________________________ ____________________________________
Name of Corporation Name of Corporation
____________________________________ ____________________________________
(Signature of Authorized Signing Officer) (Signature of Authorized Signing Officer)
____________________________________ ____________________________________
Title Title
____________________________________ ____________________________________
Print Name Print Name
____________________________________ ____________________________________
Phone Number Phone Number