1 1 RETURN BIDS TO: Title - Sujet Third Party Logistics Services RETOURNER LES SOUMISSIONS À: Les Services Logistiques Bid Receiving - PWGSC / Réception des Solicitation No. - N° de l'invitation Date soumissions – TPSGC 08281-200481/A 2021-02-08 11 Laurier St. / 11, rue Laurier Client Reference No. - N° de référence du client Place du Portage, Phase III 20200481 Gatineau Core 0B2 / Noyau 0B2 GETS Reference No. - N° de référence de SEAG PW-$$LS-100-79709 K1A0S5 Bid Fax: (819) 997-9776 File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME ls100.08281-200481 Solicitation Closes - L'invitation prend fin at - à 02:00 PM Eastern Standard Time EST REQUEST FOR PROPOSAL on - le 2021-03-11 Heure Normale du l'Est HNE DEMANDE DE PROPOSITION F.O.B. - F.A.B. Proposal To: Public Works and Government Services Canada Plant-Usine: Destination:  Other-Autre: We hereby offer to sell to Her Majesty the Queen in right Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur of Canada, in accordance with the terms and conditions Ogbumor, Alfred ls100 set out herein, referred to herein or attached hereto, the Telephone No. - N° de téléphone FAX No. - N° de FAX goods, services, and construction listed herein and on any (343) 550-1645 ( ) ( ) - attached sheets at the price(s) set out therefor. Destination - of Goods, Services, and Construction: Proposition aux: Travaux Publics et Services Destination - des biens, services et construction: Gouvernementaux Canada Nous offrons par la présente de vendre à Sa Majesté la Reine du chef du Canada, aux conditions énoncées ou Specified Herein incluses par référence dans la présente et aux annexes Précisé dans les présentes ci-jointes, les biens, services et construction énumérés ici sur toute feuille ci-annexée, au(x) prix indiqué(s). Comments - Commentaires

Instructions: See Herein

Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Delivery Required - Livraison exigée Delivery Offered - Livraison proposée See Herein – Voir ci-inclus Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur

Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Charter and Transportation Services Division/Division de Name and title of person authorized to sign on behalf of Vendor/Firm services d’affrètement et transport (type or print) 11 Laurier St. / 11, rue Laurier Place du Portage, Phase III Nom et titre de la personne autorisée à signer au nom du fournisseur/ Gatineau de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Quebec K1A0S5 Signature Date

Page 1 of - de 1 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

TABLE OF CONTENTS PART 1 - GENERAL INFORMATION ...... 3

1.1 INTRODUCTION ...... 3 1.2 SUMMARY ...... 3 1.3 DEBRIEFINGS ...... 5 PART 2 - BIDDER INSTRUCTIONS ...... 6

2.1 STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ...... 6 2.2 SUBMISSION OF BIDS ...... 6 2.3 FORMER PUBLIC SERVANT ...... 6 2.4 ENQUIRIES - BID SOLICITATION ...... 8 2.5 APPLICABLE LAWS ...... 8 2.7 BID CHALLENGE AND RECOURSE MECHANISMS...... 9 PART 3 - BID PREPARATION INSTRUCTIONS ...... 10

3.1 BID PREPARATION INSTRUCTIONS ...... 10 PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION ...... 13

4.1 EVALUATION PROCEDURES...... 13 PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION ...... 24

5.1 CERTIFICATIONS REQUIRED WITH THE BID ...... 24 5.2 CERTIFICATIONS PRECEDENT TO CONTRACT AWARD AND ADDITIONAL INFORMATION ...... 24 PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS ...... 26 6.1 SECURITY REQUIREMENTS ...... 26 6.2 FINANCIAL CAPABILITY ...... 26 6.3 BID FINANCIAL SECURITY ...... 28 6.4 INSURANCE REQUIREMENTS ...... 30 PART 7 - RESULTING CONTRACT CLAUSES ...... 31

7.1 STATEMENT OF WORK ...... 31 7.2 STANDARD CLAUSES AND CONDITIONS ...... 34 7.3 SECURITY REQUIREMENTS ...... 34 7.4 TERM OF CONTRACT ...... 35 7.5 AUTHORITIES ...... 36 7.6 PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ...... 36 7.7 PAYMENT ...... 37 7.8 INVOICING INSTRUCTIONS ...... 39 7.9 CERTIFICATIONS AND ADDITIONAL INFORMATION ...... 40 7.10 APPLICABLE LAWS ...... 40 7.11 PRIORITY OF DOCUMENTS ...... 40 7.12 INSURANCE REQUIREMENTS ...... 40 7.13 DISPUTE RESOLUTION ...... 41 7.14 PRICE SUPPORT ...... 41 7.15 DAMAGE OR LOSS TO CROWN PROPERTY ...... 41 7.16 PERFORMANCE MEASUREMENT...... 412 ANNEX “A” ...... 43

STATEMENT OF WORK ...... 43

Page 1 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “B” ...... 59 BASIS OF PAYMENT ...... 59 ANNEX “C” ...... 60

SECURITY REQUIREMENTS CHECK LIST ...... 60 ANNEX “D” TO PART 3 OF THE BID SOLICITATION ...... 61

TECHNICAL BID, FINANCIAL BID AND CERTIFICATIONS ...... 61 ANNEX “E” TO PART 5 OF THE BID SOLICITATION ...... 62

FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY – CERTIFICATION ...... 62 ANNEX “F” ...... 63

INSURANCE REQUIREMENTS ...... 63 ANNEX “G” ...... 66

HISTORICAL DATA ...... 66 ANNEX “H” ...... 877

TASK AUTHORIZATION FORM PWGSC-TPSGC 572 ...... 877 ANNEX “I” ...... 888

PERFORMANCE MONITORING SURVEY ...... 888 ANNEX “J” ...... 89

MISSIONS ADDRESSES AND SERVICE FREQUENCY ...... 89

Page 2 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 1 - GENERAL INFORMATION

1.1 Introduction

The bid solicitation is divided into seven parts plus attachments and annexes, as follows:

Part 1 General Information: provides a general description of the requirement;

Part 2 Bidder Instructions: provides the instructions, clauses and conditions applicable to the bid solicitation;

Part 3 Bid Preparation Instructions: provides Bidders with instructions on how to prepare their bid;

Part 4 Evaluation Procedures and Basis of Selection: indicates how the evaluation will be conducted, the evaluation criteria that must be addressed in the bid, and the basis of selection;

Part 5 Certifications and Additional Information: includes the certifications and additional information to be provided;

Part 6 Security, Financial and Other Requirements: includes specific requirements that must be addressed by Bidders; and

Part 7 Resulting Contract Clauses: includes the clauses and conditions that will apply to any resulting contract.

The Annexes include the Statement of Work, the Basis of Payment, the Security Requirements Checklist, the Technical Bid, Financial Bid, AND Certifications, the Federal Contractors Program for Employment Equity - Certification, the Insurance Requirements, the Task Authorization Form 572 and any other annexes.

1.2 Summary

To provide an exclusive road, air and sea freight Services in accordance with the Statement of Work at Annex "A", to Global Affairs Canada (GAC). The Bidder interested in responding to this request, must address completely and thoroughly each element of the requirements described in this document, and must do so in a clear and concise manner, providing a definitive offer for the work to be accomplished as requested by this Proposal.

Bidders are required to use the best conveyance in Third-Party Logistics services to/from Canada and to/from Canada Missions abroad.

1.2.1 Background

GAC requires Air and Ocean with Ground Freight Services for the movement of approximately 800,000 kilograms of outgoing shipments annually (300,000 kg of diplomatic mail and 500,000 kg of commercial shipments) to Canada’s missions abroad and for the movement of approximately 150,000 kilograms of incoming shipments from Canada’s Missions abroad to Canada

Provide Third-Party Logistics Services on behalf of Global Affairs Canada (GAC) for the movement of furniture, appliances, furnishings, office supplies, wine shipments, general cargo and vehicles and the shipment of Diplomatic Mail from Canada’s Missions abroad to Canada by air and/or sea from a marshalling warehouse in the Ottawa/Gatineau area to Canada’s Missions abroad.

Page 3 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

To support these shipments, GAC requires Air and Ocean Freight, road and Related Services for the movement of approximately 800,000 kilograms of outgoing annually (300,000 kg of diplomatic mail and 500,000 kg of commercial shipments) from Canada to Canada’s Missions abroad and for the movement of approximately 150,000 kilograms of incoming shipments from Canada’s Missions abroad to Canada.

1.2.2 There are security requirements associated with this requirement. For additional information, consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses. For more information on personnel and organization security screening or security clauses, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.

1.2.3 The period of the Contract is from date of award to three (3) years inclusive. The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional (1) one year periods under the same conditions.

1.2.4 The requirement is subject to the provisions of the Canadian Free Trade Agreement (CFTA).

Measures relating to aviation or air transport, or related services in support of aviation or air transport, are not subject to this Agreement. Notwithstanding the foregoing, Canada’s measures relating to aviation or air transport, or related services in support of aviation or air transport, are subject to Article 203 (Transparency) and Article 402 (Regulatory Notification).

Notwithstanding the foregoing, Chapter Five (Government Procurement) is applicable to measures regarding the procurement of aviation goods and services by a procuring entity.

This procurement consists of Transportation Services which are excluded from the application of the Canada-United States-Mexico Agreement (CUSMA) as per annex 1001.1b-2, Class V.

This procurement is not listed under appendix 1 of the WTO-AGP.

1.2.5 Canadian Content Certification (2018-12-06) A3061T

The requirement is subject to a preference for Canadian goods and services”. This procurement is conditionally limited to Canadian goods. Subject to the evaluation procedures contained in the bid solicitation, bidders acknowledge that only bids with a certification that the good(s) offered are Canadian goods, as defined in clause A3050T, may be considered. Failure to provide this certification completed with the bid will result in the good(s) offered being treated as non-Canadian goods. The Bidder certifies that: ( ) the good(s) offered are Canadian goods as defined in paragraph 1 of clause A3050T.

1.2.6 This procurement is not subject to Comprehensive Land Claims Agreement(s).

1.2.7 The Federal Contractors Program (FCP) for employment equity applies to this procurement; refer to Part 5 – Certifications and Additional Information, Part 7 - Resulting Contract Clauses and the annex titled Federal Contractors Program for Employment Equity - Certification.

Page 4 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

1.2.8 ePost Connect Service

This bid solicitation allows bidders to use the epost Connect service provided by Canada Post Corporation to transmit their bid electronically. Bidders must refer to Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation, for further information.

Here is how you can send your bid by epost. Please follow the instruction:

https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions- manual/1/2003/25

Go to section 08 (2018-05-22) Transmission by facsimile or by epost Connect and follow instruction under section 2. epost connect.

Do not contact Canada Post. On how to send your bid by epost, send email to the following:

tpsgc.dgareceptiondessoumissions-abbidReceiving.pwgsc@tpsgc-pwgsc.gc.ca

1.3 Debriefings

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

Page 5 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 2 - BIDDER INSTRUCTIONS

2.1 Standard Instructions, Clauses and Conditions

All instructions, clauses and conditions identified in the bid solicitation by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and- guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

Bidders who submit a bid agree to be bound by the instructions, clauses and conditions of the bid solicitation and accept the clauses and conditions of the resulting contract.

The 2003 (2020-05-28) Standard Instructions - Goods or Services - Competitive Requirements, are incorporated by reference into and form part of the bid solicitation.

Subsection 5.4 of 2003, Standard Instructions - Goods or Services - Competitive Requirements, is amended as follows:

Delete: 60 days Insert: 90 days

2.2 Submission of Bids

Bids must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated in the bid solicitation.

Note: For bidders choosing to submit using epost Connect for bids closing at the Bid Receiving Unit in the National Capital Region (NCR) the email address is:

tpsgc.dgareceptiondessoumissions-abbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca

Note: Bids will not be accepted if emailed directly to this email address. This email address is to be used to open an epost Connect conversation, as detailed in Standard Instructions 2003, or to send bids through an epost Connect message if the bidder is using its own licensing agreement for epost Connect.

Due to the nature of the bid solicitation, bids transmitted by facsimile to PWGSC will not be accepted.

2.3 Former Public Servant Contracts awarded to former public servants (FPS) in receipt of a pension or of a lump sum payment must bear the closest public scrutiny, and reflect fairness in the spending of public funds. In order to comply with Treasury Board policies and directives on contracts awarded to FPSs, bidders must provide the information required below before contract award. If the answer to the questions and, as applicable the information required have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to comply with Canada’s request and meet the requirement within the prescribed time frame will render the bid non-responsive.

Definitions

Page 6 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

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

a. an individual;

b. an individual who has incorporated;

c. a partnership made of former public servants; or

d. a sole proprietorship or entity where the affected individual has a controlling or major interest in the entity.

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

Former Public Servant in Receipt of a Pension

As per the above definitions, is the Bidder a FPS in receipt of a pension? Yes ( ) No ( ) If so, the Bidder must provide the following information, for all FPSs in receipt of a pension, as applicable:

a. name of former public servant;

b. date of termination of employment or retirement from the Public Service.

By providing this information, Bidders agree that the successful Bidder’s status, with respect to being a former public servant in receipt of a pension, will be reported on departmental websites as part of the published proactive disclosure reports in accordance with Contracting Policy Notice: 2019-01 and the Guidelines on the Proactive Disclosure of Contracts.

Work Force Adjustment Directive

Is the Bidder a FPS who received a lump sum payment pursuant to the terms of the Work Force Adjustment Directive? Yes ( ) No ( ) If so, the Bidder must provide the following information:

a. name of former public servant;

Page 7 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

b. conditions of the lump sum payment incentive;

c. date of termination of employment;

d. amount of lump sum payment;

e. rate of pay on which lump sum payment is based;

f. period of lump sum payment including start date, end date and number of weeks;

g. number and amount (professional fees) of other contracts subject to the restrictions of a work force adjustment program.

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

2.4 Enquiries - Bid Solicitation

All enquiries must be submitted in writing to the Contracting Authority no later than ten (10) calendar days before the bid closing date. Enquiries received after that time may not be answered.

Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by Bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated and the enquiry can be answered to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Canada.

2.5 Applicable Laws

Any resulting contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in Ontario, Canada.

Bidders may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their bid, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the Bidders.

2.6 Improvement of Requirement during Solicitation Period

Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least ten (10) calendar days before the bid closing date. Canada will have the right to accept or reject any or all suggestions.

Page 8 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

2.7 Bid Challenge and Recourse Mechanisms

(a) Several mechanisms are available to potential suppliers to challenge aspects of the procurement process up to and including contract award.

(b) Canada encourages suppliers to first bring their concerns to the attention of the Contracting Authority. Canada’s Buy and Sell website, under the heading “Bid Challenge and Recourse Mechanisms” contains information on potential complaint bodies such as:

x Office of the Procurement Ombudsman (OPO) x Canadian International Trade Tribunal (CITT)

(c) Suppliers should note that there are strict deadlines for filing complaints, and the time periods vary depending on the complaint body in question. Suppliers should therefore act quickly when they want to challenge any aspect of the procurement process.

Page 9 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 3 - BID PREPARATION INSTRUCTIONS

3.1 Bid Preparation Instructions x If the Bidder chooses to submit its bid electronically, Canada requests that the Bidder submits its bid in accordance with section 08 of the 2003 standard instructions. The epost Connect system has a limit of 1GB per single message posted and a limit of 20GB per conversation.

The bid must be gathered per section and separated as follows:

Section I: Technical Bid Section II: Financial Bid Section III: Certifications Section IV: Additional Information x If the Bidder chooses to submit its bid in hard copies, Canada requests that the Bidder submits its bid in separately bound sections as follows:

Section I: Technical Offer one (1) hard copy and one (1) soft copy on USB key

Section II: Financial Offer one (1) hard copy and one (1) soft copy on USB key

Section III: Certifications one (1) hard copy and one (1) soft copy on USB key

Section IV: Additional Information one (1) hard copy and one (1) soft copy on USB key

If there is a discrepancy between the wording of the soft copy on electronic media and the hard copy, the wording of the hard copy will have priority over the wording of the soft copy. x If the Bidder is simultaneously providing copies of its bid using multiple acceptable delivery methods, and if there is a discrepancy between the wording of any of these copies and the electronic copy provided through epost Connect service, the wording of the electronic copy provided through epost Connect service will have priority over the wording of the other copies.

Canada requests that bidders follow the format instructions described below in the preparation of hard copy of their bid:

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

In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (https://www.tbs-sct.gc.ca/pol/doc-eng.aspx?id=32573). To assist Canada in reaching its objectives, bidders should:

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

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

Page 10 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Section I: Technical Bid

In their technical bid, Bidders should demonstrate their understanding of the requirements contained in the bid solicitation and explain how they will meet these requirements. Bidders should demonstrate their capability in a thorough, concise and clear manner for carrying out the work as identified in Annex "A" - Statement of Work.

The technical bid should address clearly and in sufficient depth the points that are subject to the evaluation criteria against which the bid will be evaluated. Simply repeating the statement contained in the bid solicitation is not sufficient. In order to facilitate the evaluation of the bid, Canada requests that Bidders address and present topics in the order of the evaluation criteria under the same headings. To avoid duplication, Bidders may refer to different sections of their bids by identifying the specific paragraph and page number where the subject topic has already been addressed.

In their management bid (Refer to the Attachment 1 of the Part 3), Bidders must describe their capability and experience, the project management team and provide client contact(s).

Section II: Financial Bid a) Bidders must submit their financial bid in Canadian funds and in accordance with the pricing schedule. The total amount of Applicable Taxes must be shown separately. b) Bidders must submit their rates FOB destination; Canadian customs duties and excise taxes included, as applicable; and Applicable Taxes excluded. c) When preparing their financial bid (Attachment 2 of Part 3), Bidders should review Annex B - The Basis of Payment and Part 4 - Financial Evaluation, clause 4.1.2.1

d) The Bidder must provide rates for as required in the financial bid.

e) Bidders failing to fill out the rates for a specific category, by leaving an empty space, will be considered non-responsive for that given category or perceived $0.00. Each category is complete solution from loading to destination and will be evaluated separately.

(Refer to the Attachment 2 of the Part 3)

Section III: Certifications

In Section III of their bid, bidders should provide the certifications required under Part 5 and, as applicable, any associated additional information – (Attachment 3 of Part 3). a) Bidders must complete their Certifications by using the PDF fillable form in Attachment 3 of Part 3 - Certifications and Additional Information. b) Bidders should complete the interactive form electronically before printing the document for submission. Bidders should note that simply printing the document prior to completing it electronically may omit certain fields that would appear when filling out the form electronically, resulting in incomplete Certifications.

Page 11 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481 c) The form must be signed.

(Refer to the Attachment 3 of the Part 3 to add any additional information)

Any additional information (supporting information) is to be included in Attachment 3 of Part 3 of the Bid package (additional information).

ATTACHMENT 1 TO PART 3

Technical Bid

ATTACHMENT 2 TO PART 3

Financial Bid

ATTACHMENT 3 TO PART 3

Certifications Precedent to Contract Award

See attached PDF fillable Form - Certifications.pdf

Section IV: Additional Information

Page 12 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION

4.1 Evaluation Procedures

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

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

4.1.1 Technical Evaluation

4.1.1.1. Mandatory Technical Criteria

The Bidder must meet the Mandatory Technical Criteria's M1 to M4 and point rated R1 to R5. Bidders are advised to give special attention to each criterion. (Please refer to the Attachment 1 of Part 3)

Each mandatory criterion should be addressed separately.

A bid must comply with the requirements of the Request for Proposal and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the highest combined rating (technical merit (70%) and price (30%)) will be recommended for the award of a contract.

4.2 Financial Evaluation

4.2.1 Mandatory Financial Criteria

a. The Bidder MUST bid on and submit rates/prices for all categories within the four (4) MS Excel Workbooks, containing the Attachment 2 to Part 3 Pricing Schedules. They are not to be considered as a contract guarantee.

b. For bid evaluation and Contractor selection purposes only, the evaluated price of a bid will be determined in accordance with the Pricing Schedule detailed in Attachment 2 of Part 3 – Financial Bid.

The rates submitted by the Bidder must be inclusive of all fees and expenses for the period of Contract.

The Bidder must submit rates/prices for each category. Bidders must bid on all categories. Bidders will be assessed on all category basis. Each category must provide a complete solution where all goods/services reach their identified destination.

4.2.1.2 Cost Evaluation

The Bidder must provide prices for all services, for all destinations and categories specified within each tabs, for all the five (5) year period as specified in the ATTACHMENT 2 TO PART 3 - Financial Bid

Bidders failing to fill out the prices as specified above will render their bid non-responsive and the bid will not be recommended for award of contract.

The prices submitted by the Bidder are inclusive of all fees and expenses for the period of the contract

Each service will be given a different percentage value. The total prices for each of the below services will be subject to a specific percentage value toward the final evaluation.

Page 13 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Stage 3 Financial Evaluation (30%)

For all Bids that have met all criteria in Stage 1 – Mandatory Technical Criteria Evaluation and have achieved a minimum score of 70% on the Stage 2 - Rated Evaluation the evaluation will continue to Stage 3 – Financial Bid Evaluation in accordance with the information below and in Section 4.2 of the RFP Document. The Bidder’s Total Bid Price, as calculated below, will be used as specified in Section 4.2.2 Determination of the lowest bidder and Basis of Selection of the RFP Document. Attachment 2 of Part 3’s Pricing Schedule incorporates the four (4) Excel Workbooks provided with the RFP Document, including: x Diplomatic – Air o Excel Workbook: “GAC – Basis of Payment – Dip Bag Air – Third Party Logistics Services” x Furniture, General Cargo, Supplies and Unclassified Diplomatic Bag – Road o Excel Workbook: “GAC - Basis of Payment – Furniture, General Cargo, Supplies and Dip Bag Road - Third Party Logistics Services” x Furniture, General Cargo and Supplies – Air o Excel Workbook: “GAC - Basis of Payment - Furniture, General Cargo and Supplies Air - Third Party Logistics Services” x Furniture, General Cargo and Supplies – Sea o Excel Workbook: “GAC - Basis of Payment - Furniture, General Cargo and Supplies Sea - Third Party Logistics Services” Note: All spreadsheets will require the “Enable Editing” and where required the “Enable Content” functions to be selected upon opening. The Bidder’s rates entered into these workbooks will be used to calculate the Bidder’s Total Bid Price. using the following calculation process. The Bidder must enter rates for all requested cells for the Financial Submission to be accepted for the Financial Evaluation. Where the Bidder has not entered a requested price the Financial Submission may not be considered.

Calculations for the Diplomatic Bag – Air Component

Excel Workbook: “GAC – Basis of Payment – Dip Bag Air – Third Party Logistics Services” Calculation 1a – Outbound Diplomatic Bag – Air Price The “Diplomatic Bag – Air” Price Workbook will use the following calculations to determine the Outbound Diplomatic Bag Air Price Calculations of the required entries in the following spreadsheets within the Workbook: x Outbound Dip. Bag – Year 1 x Outbound Dip. Bag – Year 2 x Outbound Dip. Bag – Year 3 x Outbound Dip. Bag – Op. Year 1 x Outbound Dip. Bag – Op. Year 2 For the purpose of this document the term Kilogram Category refers to the groupings of kilograms in the Excel workbooks stated as “Less than 49.9 kg (S/kg)”, “Between 50kg and 149.9kg (S/kg)”, “Between 150kg and 299.9kg (S/kg)”, and “300kg & more($/kg)”.

Page 14 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each Kilogram category. Between the Minimum ($) and the Kilogram category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the Kilogram category price, each Outbound column (Door to Door and Door to Airport) will be averaged to arrive at the Kilogram category average prices for Door-to-Door and Door-to-Airport. 3.) These averages will be carried forward to Calculation 1d - Total Diplomatic Bag – Air Price Calculation 1b – Inbound Diplomatic Bag – Air Price The “Diplomatic Bag – Air” Price Workbook will use the following calculations to determine the Inbound Diplomatic Bag Air Price Calculations of the required entries in the following spreadsheets within the Workbook: x Inbound Dip. Bag – Year 1 x Inbound Dip. Bag – Year 2 x Inbound Dip. Bag – Year 3 x Inbound Dip. Bag – Op. Year 1 x Inbound Dip. Bag – Op. Year 2 For the purpose of this document the term Kilogram Category refers to the groupings of kilograms in the Excel workbooks stated as “Less than 49.9 kg (S/kg)”, “Between 50kg and 149.9kg (S/kg)”, “Between 150kg and 299.9kg (S/kg)”, and “300kg & more($/kg)”. 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each Kilogram category. Between the Minimum ($) and the Kilogram category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the Kilogram category price, each Inbound column will be averaged to arrive at the Door-to-Door Kilogram category. 3.) These averages will be carried forward to Calculation 1d - Total Diplomatic Bag – Air Price Calculation 1c – Incoming Diplomatic Bag Clearing Price The Diplomatic Bag Clearing Transportation Price Spreadsheet (“Dip Bag Clearing Transportation”) will use the following calculations to determine the Diplomatic Bag Clearing Transportation price to be carried over into the Calculation for 1d below. 1.) Evaluation calculations will take the value provided and multiply it against the following percentages determined for the airports noted in the spreadsheet for each year. a. Ottawa Macdonald-Cartier International Airport = 80% b. Toronto Pearson International Airport = 10% c. Montréal-Pierre Elliott Trudeau International Airport = 10% 2.) These weighted amounts will be carried forward to Calculation 1d - Total Diplomatic Bag – Air Price Calculation 1d – Total Diplomatic Bag – Air Price Calculations carried forward from the other spreadsheets in this workbook include the Average Calculations table and the Diplomatic Bag Clearing Calculations. The Total Diplomatic Bag – Air Price will be calculated in the Excel Spreadsheet: “Total Dip. Bag Air” using the following calculations. The Total Diplomatic Bag Air Price is calculated as follows:

These Weighted totals are calculated using the following percentages: x Total Outbound door-to-airport = 34% x Total Outbound door-to-door = 39%

Page 15 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x Total Inbound door-to-door = 24% x Total Diplomatic Bag Clearing = 3% The Total Outbound door-to-airport is calculated as the SUM of all years and kilogram categories weighted calculations for Outbound Door-to-Airport, where the weighted totals are calculated using the following percentages: x Less Than 49.9kg (S/kg) = 70% x Between 50kg and 149.9kg (S/kg) = 20% x Between 150kg and 299.9kg (S/kg) = 5% x 300kg & more($/kg) = 5% Total Outbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Outbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less Than 49.9kg (S/kg) = 70% x Between 50kg and 149.9kg (S/kg) = 20% x Between 150kg and 299.9kg (S/kg) = 5% x 300kg & more($/kg) = 5% Total Inbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Inbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less Than 49.9kg (S/kg) = 90% x Between 50kg and 149.9kg (S/kg) = 5% x Between 150kg and 299.9kg (S/kg) = 2.5% x 300kg & more($/kg) = 2.5% Total Diplomatic Bag Clearing is calculated by determining the SUM for the averages of all years for each of the three airports.

Calculations for the Furniture, General Cargo, Supplies and Unclassified Diplomatic Bag – Road Component

Excel Workbook: “GAC - Basis of Payment – Furniture, General Cargo, Supplies and Dip Bag Road - Third Party Logistics Services” Calculation 2a – General Cargo and Diplomatic Bag – Road Price The “Furniture, General Cargo, Supplies and Unclassified Diplomatic Bag – Road” Price Workbook will use the following calculations to determine the Furniture, General Cargo, Supplies and Unclassified Diplomatic Bag Road Price Calculations of the required entries in the following spreadsheets within the Workbook: x Gen Cargo Dip. Bag – Year 1 x Gen Cargo Dip. Bag – Year 2 x Gen Cargo Dip. Bag – Year 3 x Gen Cargo Dip. Bag – Op. Year 1 x Gen Cargo Dip. Bag – Op. Year 2 For the purpose of this document the term Kilogram Category refers to the groupings of kilograms in the Excel workbooks stated as “Less than 49.9 kg (S/kg)”, “Between 50kg and 149.9kg (S/kg)”, “Between 150kg and 349.9kg (S/kg)", "Between 350kg and 749.9kg (S/kg)" , "Between 750kg and 1999.9kg (S/kg)", “Between 2000kg and 3999.9kg (S/kg)", "Over 4000kg " 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each Kilogram category. Between the Minimum ($) and the Kilogram category price, the

Page 16 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the Kilogram category price, each column (Door to Door and Door to Airport) will be averaged to arrive at the Kilogram category average prices for Door- to-Door and Door-to-Airport. 3.) These averages will be carried forward to Calculation 2b - Total General Cargo and Diplomatic Bag – Road Price. Calculation 2b – Total Furniture, General Cargo, Supplies and Diplomatic Bag Road Price Calculations carried forward from the other spreadsheets in this workbook include the Average Calculations table. The Total Furniture, General Cargo, Supplies and Diplomatic Bag – Road Price will be calculated in the Excel Spreadsheet: “Total Gen Cargo Dip Bag” using the following calculations. The Total General Cargo and Diplomatic Bag Road Price is calculated as follows:

These Weighted totals are calculated using the following percentages: x Total Outbound door-to-door = 60% x Total Inbound door-to-door = 40% Total Outbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Outbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less than 49.9 kg (S/kg) = 2% x Between 50kg and 149.9kg (S/kg) = 2% x Between 150kg and 349.9kg (S/kg) = 15% x Between 350kg and 749.9kg (S/kg) = 20% x Between 750kg and 1999.9kg (S/kg) = 21% x Between 2000kg and 3999.9kg (S/kg) = 25% x Over 4000kg = 15% Total Inbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Inbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less than 49.9 kg (S/kg) = 2% x Between 50kg and 149.9kg (S/kg) = 2% x Between 150kg and 349.9kg (S/kg) = 15% x Between 350kg and 749.9kg (S/kg) = 20% x Between 750kg and 1999.9kg (S/kg) = 21% x Between 2000kg and 3999.9kg (S/kg) =25% x Over 4000kg = 15%

Calculations for the Furniture, General Cargo and Supplies – Air

Excel Workbook: “GAC - Basis of Payment - Furniture, General Cargo and Supplies Air - Third Party Logistics Services” Calculation 3a – Outbound Furniture, General Cargo and Supplies Air Price The “Furniture, General Cargo and Supplies – Air” Price Workbook will use the following calculations to determine the Outbound Furniture, General Cargo and Supplies Air Calculations of the required entries in the following spreadsheets within the Workbook:

Page 17 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x Furn Gen Carg Outbound – Year 1 x Furn Gen Carg Outbound – Year 2 x Furn Gen Carg Outbound – Year 3 x Furn Gen Carg Outbound – Op. Year 1 x Furn Gen Carg Outbound – Op. Year 2 For the purpose of this document the term Kilogram Category refers to the groupings of kilograms in the Excel workbooks stated as “Less than 49.9 kg (S/kg)”, “Between 50kg and 149.9kg (S/kg)”, “Between 150kg and 349.9kg (S/kg)", "Between 350kg and 749.9kg (S/kg)" , "Between 750kg and 1999.9kg (S/kg)", “Between 2000kg and 3999.9kg (S/kg)", "Over 4000kg " 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each Kilogram category. Between the Minimum ($) and the Kilogram category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the Kilogram category price, each Outbound column (Door to Door and Door to Airport) will be averaged to arrive at the Kilogram category average prices for Door-to-Door and Door-to-Airport. 3.) These averages will be carried forward to Calculation 3c - Total Furniture, General Cargo and Supplies – Air Price Calculation 3b – Inbound Furniture, General Cargo and Supplies Air Price The “Furniture, General Cargo and Supplies – Air” Price Workbook will use the following calculations to determine the Inbound Furniture, General Cargo and Supplies Air Calculations of the required entries in the following spreadsheets within the Workbook: x Furn Gen Carg Inbound – Year 1 x Furn Gen Carg Inbound – Year 2 x Furn Gen Carg Inbound – Year 3 x Furn Gen Carg Inbound – Op. Year 1 x Furn Gen Carg Inbound – Op. Year 2 For the purpose of this document the term Kilogram Category refers to the groupings of kilograms in the Excel workbooks stated as “Less than 49.9 kg (S/kg)”, “Between 50kg and 149.9kg (S/kg)”, “Between 150kg and 349.9kg (S/kg)", "Between 350kg and 749.9kg (S/kg)" , "Between 750kg and 1999.9kg (S/kg)", “Between 2000kg and 3999.9kg (S/kg)", "Over 4000kg " 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each Kilogram category. Between the Minimum ($) and the Kilogram category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the Kilogram category price, each Inbound Door-to- door column will be averaged to arrive at the Kilogram category average prices for Inbound Door-to- Door. 3.) These averages will be carried forward to Calculation 3c - Total Furniture, General Cargo and Supplies – Air Price Calculation 3c – Total Furniture, General Cargo and Supplies Air Price Calculations carried forward from the other spreadsheets in this workbook include the Average Calculations table. The Total Furniture, General Cargo and Supplies Air Price will be calculated in the Excel Spreadsheet: “Total Furn Gen Caro Air” using the following calculations. The Total Diplomatic Bag Air Price is calculated as follows:

These Weighted totals are calculated using the following percentages:

Page 18 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x Total Outbound door-to-airport = 35% x Total Outbound door-to-door = 40% x Total Inbound door-to-door = 25% The Total Outbound door-to-airport is calculated as the SUM of all years and kilogram categories weighted calculations for Outbound Door-to-Airport, where the weighted totals are calculated using the following percentages: x Less than 49.9 kg (S/kg) = 2.5% x Between 50kg and 149.9kg (S/kg) = 2.5% x Between 150kg and 349.9kg (S/kg) = 23% x Between 350kg and 749.9kg (S/kg) = 22% x Between 750kg and 1999.9kg (S/kg) = 20% x Between 2000kg and 3999.9kg (S/kg) =20% x Over 4000kg = 10% Total Outbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Outbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less than 49.9 kg (S/kg) = 2.5% x Between 50kg and 149.9kg (S/kg) = 2.5% x Between 150kg and 349.9kg (S/kg) = 23% x Between 350kg and 749.9kg (S/kg) = 22% x Between 750kg and 1999.9kg (S/kg) = 20% x Between 2000kg and 3999.9kg (S/kg) =20% x Over 4000kg = 10% Total Inbound door-to-door is calculated as the SUM of all years and kilogram categories weighted calculations for Inbound Door-to-Door, where the weighted totals are calculated using the following percentages: x Less than 49.9 kg (S/kg) = 2.5% x Between 50kg and 149.9kg (S/kg) = 2.5% x Between 150kg and 349.9kg (S/kg) = 23% x Between 350kg and 749.9kg (S/kg) = 22% x Between 750kg and 1999.9kg (S/kg) = 20% x Between 2000kg and 3999.9kg (S/kg) =20% x Over 4000kg = 10%

Calculations for the Furniture, General Cargo and Supplies – Sea

Excel Workbook: “GAC - Basis of Payment - Furniture, General Cargo and Supplies Sea - Third Party Logistics Services” The “Furniture, General Cargo and Supplies – Sea” Price Workbook will use the following calculations to from the required entries in the following spreadsheets within the Workbook: x Sea Shipments – Year 1 x Sea Shipments – Year 2 x Sea Shipments – Year 3 x Sea Shipments – Op. Year 1 x Sea Shipments – Op. Year 2

Page 19 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Calculation 4a – 20 ft Price The “Furniture, General Cargo and Supplies – Sea” Price Workbook will use the following calculations to determine the 20 ft Container Calculations of the required 20 ft Container entries. 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each service category of Inbound and Outbound Door-to-Door and Door-to-Port. Between the Minimum ($) and the service category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the service category price, each column (Door to Door and Door to Port) will be averaged to arrive at the service category average prices for Door-to- Door and Door-to-Port. 3.) These averages will be carried forward to Calculation 4g - Furniture, General Cargo and Supplies – Sea Price Calculation 4b – 40 ft Container Price The “Furniture, General Cargo and Supplies – Sea” Price Workbook will use the following calculations to determine the 40 ft Container Calculations of the required 40 ft Container entries 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each service category of Inbound and Outbound Door-to-Door and Door-to-Port. Between the Minimum ($) and the service category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the service category price, each column (Door to Door and Door to Port) will be averaged to arrive at the service category average prices for Door-to- Door and Door-to-Port. 3.) These averages will be carried forward to Calculation 4g - Furniture, General Cargo and Supplies – Sea Price Calculation 4c – Montréal Wine Shipment Price The “Furniture, General Cargo and Supplies – Sea” Price Workbook will use the following calculations to determine the Montréal Wine Shipment Calculations of the required entries. 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each service category of Outbound Door-to-Door and Door-to-Port from the Port of Montréal. Between the Minimum ($) and the service category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the service category price, each column (Door to Door and Door to Port) will be averaged to arrive at the service category average prices for Door-to- Door and Door-to-Port. 3.) These averages will be carried forward to Calculation 4g - Furniture, General Cargo and Supplies – Sea Price Calculation 4d –Vancouver Wine Shipment Price The “Furniture, General Cargo and Supplies – Sea” Price Workbook will use the following calculations to determine the Vancouver Wine Shipment Calculations of the required entries. 1.) Evaluation calculations will take into account the Minimum ($) for each location against the Price provided for each service category of Outbound Door-to-Door and Door-to-Port from the Port of Vancouver. Between the Minimum ($) and the service category price, the greater value will be used for the purpose of evaluation. 2.) Using the higher value between Minimum ($) and the service category price, each column (Door to Door and Door to Port) will be averaged to arrive at the service category average prices for Door-to-

Page 20 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Door and Door-to-Port. 3.) These averages will be carried forward to Calculation 4g - Furniture, General Cargo and Supplies – Sea Price Calculation 4e – Total Furniture, General Cargo and Supplies – Sea Price Calculations carried forward from the other spreadsheets in this workbook include the Average Calculations table for 20ft , 40ft Containers, Port of Montréal Wine Shipments and Port of Vancouver Wine Shipments. The Total Furniture, General Cargo and Supplies – Sea Price will be calculated in the Excel Spreadsheet: “Total Sea Shipments” using the following calculations. The Total Furniture, General Cargo and Supplies – Sea Price is calculated as follows:

These Weighted totals are calculated using the following percentages: x Total Containers Price = 70% x Total Wine Shipments Price = 30% The Total Container Price is calculated using the Total Calculations from the 20ft Containers and the 40 ft Containers where the Total 20ft Container Price is 55% and the Total 40ft Container Price is 45% of the Total Container Price. The Total 20 ft Container Price is calculated as the SUM of all the weighted totals of all years and service categories in the 20 ft group using the following percentages: x Outbound Door-to-Port = 30% x Outbound Door-to-Door = 45% x Inbound Door-to-Door = 25% The Total 40 ft Container Price is calculated as the SUM of all the weighted totals of all years and service categories in the 40 ft group using the following percentages: x Outbound Door-to-Port = 30% x Outbound Door-to-Door = 45% x Inbound Door-to-Door = 25% The Total Wine Shipments Price is calculated using the Total Calculations from the Total Port of Montréal and Total Port of Vancouver where the Total Port of Montréal Price is 60% and the Total Total Port of Vancouver Price is 40% of the Total Wine Shipments Price. The Total Port of Montréal Price is calculated as the SUM of all the weighted totals of all years and service categories for the Montréal Wine Shipments using the following percentages: x Outbound Door-to-Port = 35% x Outbound Door-to-Door = 65% The Total Port of Vancouver Price is calculated as the SUM of all the weighted totals of all years and service categories for the Vancouver Wine Shipments using the following percentages: x Outbound Door-to-Port = 35% x Outbound Door-to-Door = 65%

Calculation 5 – Total Bid Price

The Total Bid Price will be calculated by adding the weighted totals from calculations 1d, 2b, 3c, and 4e above.

Page 21 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

These weighted totals are determined by applying the following percentages to the totals of 1d, 2b, 3c, and 4e above: x 1d Total Diplomatic Bag Air Price = 35% x 2b Total Furniture, General Cargo, Supplies and Diplomatic Bag Road Price = 10% x 3c Total Furniture, General Cargo and Supplies Air Price = 20% x 4e Total Furniture, General Cargo and Supplies Sea Price = 35%

The selection will be based on the highest responsive combined rating of technical merit and price of the responsive Bids. The ratio will be 70% for the technical merit and 30 % for the price. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows:

To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 30% using the following equation. The Total Bid Price will be determined as detailed within Attachment 2 to Part 3.

For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 70/30 ratio of technical merit and price, respectively. The total available points equal 135 and the lowest evaluated price is $45,000 (45).

Basis of Selection - Highest Combined Rating Technical Merit (70%) and Price (30%) Bidder 1 Bidder 2 Bidder 3 Overall Technical Score 115/135 89/135 92/135 Bid Evaluated Price $55,000.00 $50,000.00 $45,000.00

Technical Merit Score Calculations Pricing Score

Combined Rating 84.17 73.15 77.70

Page 22 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Overall Rating 1st 3rd 2nd

4.2.2 Determination of the lowest bidder and Basis of Selection

A. Bids will be evaluated on all category basis.

B. In a category, the rate for that service will be considered as total bid price and will be evaluated for that category.

C. Total bid prices of all bidders will be compared to decide the lowest compliant evaluated price for that categories

D. To be declared responsive, a bid must:

a) Comply with all the requirements of the bid solicitation; b) Meet all mandatory evaluation criteria; and c) Meet the minimum pass mark for R1 to R5. d) Provide the four (4) completed Excel workbook Price Schedules within Attachment 2 to Part 3 of the Bid.

Bids not meeting a., b., c., and d. above will be declared non-responsive.

Page 23 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Bidders must provide the required certifications and additional information to be awarded a contract.

The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue, whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their bid, if applicable, the Integrity declaration form available on the Forms for the Integrity Regime website (http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.1.2 Canadian Content Certification

This procurement is conditionally limited to Canadian goods. Subject to the evaluation procedures contained in the bid solicitation, bidders acknowledge that only bids with a certification that the good(s) offered are Canadian goods, as defined in clause A3050T, may be considered.

Failure to provide this certification completed with the bid will result in the good(s) offered being treated as non-Canadian goods.

The Bidder certifies that:

( ) the good(s) offered are Canadian goods as defined in paragraph 1 of clause A3050T.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information listed below should be submitted with the bid but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame specified will render the bid non-responsive.

5.2.1 Integrity Provisions – Required Documentation

Page 24 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

In accordance with the section titled Information to be provided when bidding, contracting or entering into a real property agreement of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci- if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list available at the bottom of the page of the Employment and Social Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social- development/programs/employment-equity/federal-contractor-program.html#).

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid list at the time of contract award.

Canada will also have the right to terminate the Contract for default if a Contractor, or any member of the Contractor if the Contractor is a Joint Venture, appears on the “FCP Limited Eligibility to Bid” list during the period of the Contract.

The Bidder must provide the Contracting Authority with a completed annex titled Federal Contractors Program for Employment Equity - Certification, before contract award. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture.

5.2.3 Additional Certifications Precedent to Contract Award

5.2.3.2 Status and Availability of Resources

SACC Manual clause A3005T (2010-08-16) - Status and Availability of Resources - incorporated by reference

5.2.3.3 Education and Experience

SACC Manual clause A3010T (2010-08-16) Education and Experience - incorporated by reference

Page 25 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 6 - SECURITY, FINANCIAL AND OTHER REQUIREMENTS

6.1 Security Requirements

1. At the date of bid closing, the following conditions must be met:

(a) the Bidder must hold a valid organization security clearance as indicated in Part 7 - Resulting Contract Clauses;

(b) the Bidder's proposed individuals requiring access to classified or protected information, assets or sensitive work sites must meet the security requirements as indicated in Part 7 - Resulting Contract Clauses;

(c) the Bidder must provide the name of all individuals who will require access to classified or protected information, assets or sensitive work sites;

2. For additional information on security requirements, Bidders should refer to the Contract Security Program of Public Works and Government Services Canada (http://www.tpsgc-pwgsc.gc.ca/esc- src/introduction-eng.html) website.

6.2 Financial Capability

SACC Manual clause M9033T (2012-07-16) Financial Capability

1. Financial Capability Requirement: The Bidder must have the financial capability to fulfill this requirement. To determine the Bidder's financial capability, the Contracting Authority may, by written notice to the Bidder, require the submission of some or all of the financial information detailed below during the evaluation of bids. The Bidder must provide the following information to the Contracting Authority within fifteen (15) working days of the request or as specified by the Contracting Authority in the notice:

a. Audited financial statements, if available, or the unaudited financial statements (prepared by the Bidder's outside accounting firm, if available, or prepared in-house if no external statements have been prepared) for the Bidder's last three fiscal years, or for the years that the Bidder has been in business if this is less than three years (including, as a minimum, the Balance Sheet, the Statement of Retained Earnings, the Income Statement and any notes to the statements).

b. If the date of the financial statements in (a) above is more than five months before the date of the request for information by the Contracting Authority, the Bidder must also provide, unless this is prohibited by legislation for public companies, the last quarterly financial statements (consisting of a Balance Sheet and a year-to-date Income Statement), as of two months before the date on which the Contracting Authority requests this information.

c. If the Bidder has not been in business for at least one full fiscal year, the following must be provided:

i. the opening Balance Sheet on commencement of business (in the case of a corporation, the date of incorporation); and

Page 26 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ii. the last quarterly financial statements (consisting of a Balance Sheet and a year- to-date Income Statement) as of two months before the date on which the Contracting Authority requests this information.

d. A certification from the Chief Financial Officer or an authorized signing officer of the Bidder that the financial information provided is complete and accurate.

e. A confirmation letter from all of the financial institution(s) that have provided short-term financing to the Bidder outlining the total of lines of credit granted to the Bidder and the amount of credit that remains available and not drawn upon as of one month prior to the date on which the Contracting Authority requests this information.

f. A detailed monthly Cash Flow Statement covering all the Bidder's activities (including the requirement) for the first two years of the requirement that is the subject of the bid solicitation, unless this is prohibited by legislation. This statement must detail the Bidder's major sources and amounts of cash and the major items of cash expenditures on a monthly basis, for all the Bidder's activities. All assumptions made should be explained as well as details of how cash shortfalls will be financed.

g. A detailed monthly Project Cash Flow Statement covering the first two years of the requirement that is the subject of the bid solicitation, unless this is prohibited by legislation. This statement must detail the Bidder's major sources and amounts of cash and the major items of cash expenditures, for the requirement, on a monthly basis. All assumptions made should be explained as well as details of how cash shortfalls will be financed.

2. If the Bidder is a joint venture, the financial information required by the Contracting Authority must be provided by each member of the joint venture.

3. If the Bidder is a subsidiary of another company, then any financial information in 1. (a) to (f) above required by the Contracting Authority must be provided by the ultimate parent company. Provision of parent company financial information does not by itself satisfy the requirement for the provision of the financial information of the Bidder, and the financial capability of a parent cannot be substituted for the financial capability of the Bidder itself unless an agreement by the parent company to sign a Parental Guarantee, as drawn up by Public Works and Government Services Canada (PWGSC), is provided with the required information.

4. Financial Information Already Provided to PWGSC: The Bidder is not required to resubmit any financial information requested by the Contracting Authority that is already on file at PWGSC with the Contract Cost Analysis, Audit and Policy Directorate of the Policy, Risk, Integrity and Strategic Management Sector, provided that within the above-noted time frame:

a. the Bidder identifies to the Contracting Authority in writing the specific information that is on file and the requirement for which this information was provided; and

b. the Bidder authorizes the use of the information for this requirement.

It is the Bidder's responsibility to confirm with the Contracting Authority that this information is still on file with PWGSC.

5. Other Information: Canada reserves the right to request from the Bidder any other information that Canada requires to conduct a complete financial capability assessment of the Bidder.

Page 27 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

6. Confidentiality: If the Bidder provides the information required above to Canada in confidence while indicating that the disclosed information is confidential, then Canada will treat the information in a confidential manner as permitted by the Access to Information Act, R.S., 1985, c. A-1, Section 20(1) (b) and (c).

7. Security: In determining the Bidder's financial capability to fulfill this requirement, Canada may consider any security the Bidder is capable of providing, at the Bidder's sole expense (for example, an irrevocable letter of credit from a registered financial institution drawn in favour of Canada, a performance guarantee from a third party or some other form of security, as determined by Canada).

6.3 Bid Financial Security

If PWGSC notifies the Offeror that it will be issued a standing offer on the condition that the Offeror provides an irrevocable standby letter of credit, the Offeror shall, at its sole expense, provide financial security to the Crown within seven (7) calendar days from such notification, in the form of an irrevocable standby letter of credit in the amount of $150,000.00 Canadian dollars pursuant to which demand may be made if the offeror is in default in carrying out any of its obligations under any contract resulting from the Contract.

If the Letter of Credit is not provided after seven (7) working days, Canada reserves the right to not further consider the Bid submitted. The letter of credit shall be in force for the period of the Contract, including any extensions thereto, and shall be in a form satisfactory to Canada and its solicitors. In addition, the letter of credit shall meet the criteria specified below.

Nothing in this clause shall be interpreted as a promise by the Crown to make any Task Authorizations against the Contract.

1. "security deposit" means

a. a bill of exchange that is payable to the Receiver General for Canada and certified by an approved financial institution or drawn by an approved financial institution on itself; or

b. a government guaranteed bond; or

c. an irrevocable standby letter of credit, or

d. such other security as may be considered appropriate by the Contracting Authority and approved by Treasury Board;

2. "approved financial institution" means

a. any corporation or institution that is a member of the Canadian Payments Association (Payments Canada);

b. a corporation that accepts deposits that are insured by the Canada Deposit Insurance Corporation or the "Régie de l'assurance-dépôts du Québec" to the maximum permitted by law;

c. a credit union as defined in paragraph 137(6) of the Income Tax Act;

Page 28 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

d. a corporation that accepts deposits from the public, if repayment of the deposits is guaranteed by a Canadian province or territory; or

e. the Canada Post Corporation.

3. "government guaranteed bond" means a bond of the Government of Canada or a bond unconditionally guaranteed as to principal and interest by the Government of Canada that is:

a. payable to bearer;

b. accompanied by a duly executed instrument of transfer of the bond to the Receiver General for Canada in accordance with the Domestic Bonds of Canada Regulations;

c. registered in the name of the Receiver General for Canada.

4. "irrevocable standby letter of credit"

a. means any arrangement, however named or described, whereby a financial institution (the "Issuer"), acting at the request and on the instructions of a customer (the "Applicant"), or on its behalf,

i. will make a payment to or to the order of Canada, as the beneficiary;

ii. will accept and pay bills of exchange drawn by Canada;

iii. authorizes another financial institution to effect such payment, or accept and pay such bills of exchange; or

iv. authorizes another financial institution to negotiate, against written demand(s) for payment, provided that the conditions of the letter of credit are complied with.

b. must state the face amount which may be drawn against it;

c. must state its expiry date;

d. must provide for sight payment to the Receiver General for Canada by way of the financial institution's draft against presentation of a written demand for payment signed by the authorized departmental representative identified in the letter of credit by his or her office;

e. must provide that more than one written demand for payment may be presented subject to the sum of those demands not exceeding the face amount of the letter of credit;

f. must provide that it is subject to the International Chamber of Commerce (ICC) Uniform Customs and Practice (UCP) for Documentary Credits, 2007 Revision, ICC Publication No. 600. Pursuant to the ICC UCP, a credit is irrevocable even if there is no indication to that effect; and

g. must be issued (Issuer) or confirmed (Confirmer), in either official language, by a financial institution that is a member of the Canadian Payments Association (Payments Canada)

Page 29 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

and is on the letterhead of the Issuer or Confirmer. The format is left to the discretion of the Issuer or Confirmer.

6.4 Insurance Requirements The Bidder must provide a letter from an insurance broker or an insurance company licensed to operate in Canada stating that the Bidder, if awarded a contract as a result of the bid solicitation, can be insured in accordance with the Insurance Requirements specified in Annex F . If the information is not provided in the bid, the Contracting Authority will so inform the Bidder and provide the Bidder with a time frame within which to meet the requirement. Failure to comply with the request of the Contracting Authority and meet the requirement within that time period will render the bid non-responsive.

Page 30 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

PART 7 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

7.1 Statement of Work

The Contractor must perform the Work in accordance with the Statement of Work in Annex A.

7.1.2 Task Authorization

The Work or a portion of the Work to be performed under the Contract will be on an "as and when requested basis" using a Task Authorization (TA). The Work described in the TA must be in accordance with the scope of the Contract.

7.1.2.1 Work described at Annex A, Statement of Work, will be performed under the Contract on an “as and when requested basis”.

7.1.2.2 With respect to the Work mentioned under article 7.1.2.1 above,

a) an obligation will come into force only when the Contractor receives a Task Authorization (TA), inclusive of any revisions, authorized and issued in accordance with this clause, and only to the extent designated in the authorized TA;

b) the TA Authority and limit will be determined in accordance with article 7.1.2.3 below;

c) the Contractor must not commence work until a TA, inclusive of any revisions, has been authorized and issued in accordance with the Contract. The Contractor acknowledges that work performed before a TA, inclusive of any revisions, has been authorized and issued in accordance with the Contract will be done at the Contractor’s own risk and expense;

d) the task description, inclusive of any revisions, included in an authorized TA must fall within the scope of the Statement of Work, in Annex A ; and

e) the TA, inclusive of any revisions, will be authorized under the Contract through the use of Annex H, Task Authorization Form. An authorized TA is a completed Annex H, signed by the TA Authority.

7.1.2.3 TA Authority and Limit a) The Technical Authority may authorize individual TAs inclusive of any revisions up to a limit of $500,000.00, Applicable Taxes extra. Any TA the total value of which would exceed that limit or any revision to a previously authorized TA that would increase the TA total value above that limit must be authorized by the Contracting Authority before issuance to the Contractor.

7.1.2.4 Authority

a) The authority specified under article 7.1.2.3 above, is granted subject to the sum specified in the Contract under clause 7.7.2 Canada’s Total Liability, Cumulative Total of all authorized TAs, not being exceeded.

7.1.2.5 TA Process

Page 31 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

7.1.2.5.1 For each task or revision of a previously authorized task, the Technical Authority will provide the Contractor with a request to perform a task prepared using PWGSC-TPSGC 572 Annex H, Task Authorization Form, containing as a minimum: a) the task or revised task description of the Work required, including:

i) the details of the activities or revised activities to be performed; ii) a description of the deliverables or revised deliverables to be submitted; and iii) schedule or revised schedule indicating completion dates for the major activities or submission dates for the deliverables, or both, as applicable.

b) the Contract security requirements applicable to the task or revised task;

c) the Contract basis (bases) of payment applicable to the task or revised task; and

d) the Contract method(s) of payment applicable to the task or revised task.

7.1.2.6 Contractor Response

2.6.1 Within 2 calendar days of its receipt of the request, the Contractor must provide the Project Authority with a signed and dated response prepared and submitted using the TA form received from the Project Authority, containing as a minimum:

a) the total estimated cost proposed for performing the task or, as applicable, revised task;

b) a breakdown of that cost in accordance with Annex B; and

c) for each resource proposed by the Contractor for the performance of the Work required:

i) the name of the proposed resource.

7.1.2.7 TA Authorization

a) The TA Authority will authorize the TA based on:

i) the request submitted to the Contractor pursuant to article 7.1.2.5 above; ii) the Contractor’s response received, submitted pursuant article 7.1.2.6 above; and iii) the agreed total estimated cost for performing the task or, as applicable, revised task.

b) The authorized TA will be issued to the Contractor by email (as an email attachment in PDF format).

7.1.2.8 Minimum Work Guarantee - All the Work - Authorized TAs

a) Maximum Contract Value means the sum specified in Contract clause 7.7.2, Canada’s Total Liability, Cumulative Total of all authorized TAs, and "Minimum Contract Value" means 20% of the Contract Value.

b) Canada's obligation under the Contract is to request Work in the amount of the Minimum Contract Value or, at Canada's option, to pay the Contractor at the end of the Contract in accordance with article 7.1.2.8 c) below. In consideration of such obligation, the Contractor agrees to stand in readiness throughout the Contract period to perform the Work. Canada's maximum liability for Work requested in authorized TAs, performed by the Contractor and accepted by Canada must not exceed the Maximum Contract Value, unless an increase is authorized in writing by the Contracting Authority.

c) In the event that Canada does not request Work in the amount of the Minimum Contract Value Page 32 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

during the period of the Contract, Canada must pay the Contractor the difference between the Minimum Contract Value and the cost of the Work requested in authorized TAs, performed by the Contractor and accepted by Canada.

d) Canada will have no obligation to the Contractor under this clause if Canada terminates the Contract in whole or in part for default.

7.1.2.9 Periodic Usage Reports - Contracts with TAs

The Contractor must compile and maintain detailed and current data on its performance of Work required and requested under TAs (inclusive of any revisions) authorized and issued under the Contract.

No later than 15 calendar days after the end of each of the reporting periods below, the Contractor must submit to the Contracting Authority and Technical Authority a periodic usage report containing, in an electronic spreadsheet (such as MSOffice Excel), the data elements specified in paragraphs 7.1.2.10 and 7.1.2.11 below in the order they are presented. Where at the end of a reporting period, no changes are required to be made to the data contained in the periodic usage report submitted for the previous period, the Contractor must submit a “NIL” report to the Contracting Authority and Project Authority.

The reporting periods are defined as follows:

1st period: April 1 to June 30 2nd period: July 1 to September 30 3rd period: October 1 to December 31 4th period: January 1 to March 31.

7.1.2.10 Data Elements

For each TA authorized and issued under the Contract, the data must contain the following data elements in the order presented:

a) the TA number appearing on the TA form; b) the date the task was authorized appearing on the TA form; c) the total estimated cost of the task (Applicable Taxes extra) before any revisions appearing on the TA form; d) the following information appearing on the TA form must be included for each authorized revision,starting with revision 1, than 2, etc:

i) the TA revision number; ii) the date the revision to the task was authorized; iii) the authorized increase or decrease (Applicable Taxes extra); iv) the total estimated cost of the task (Applicable Taxes extra) after authorization of the revision;

e) the total cost incurred for the task (as last revised, as applicable), Applicable Taxes extra; f) the total cost incurred and invoiced for the task (as last revised, as applicable), Applicable Taxes extra; g) the total amount of Applicable Taxes invoiced; h) the total amount paid, Applicable Taxes included; i) the start and completion date of the task (as last revised, as applicable); and j) the active status (i.e., the percentage of the work completed) of the task (as last revised, as applicable) with an explanation (as applicable).

Page 33 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

7.1.2.11

For all TAs authorized and issued under the Contract, the data must contain the following data elements in the order presented:

a) the sum (Applicable Taxes extra) specified in clause 7.7.2 Limitation of Expenditure – Cumulative Total of all Authorized TAs of the Contract (as last amended); b) the total cost incurred for all authorized tasks inclusive of any revisions, Applicable Taxes extra; c) the total cost incurred and invoiced for all authorized tasks inclusive of any revisions, Applicable Taxes extra;

d) the total amount of Applicable Taxes invoiced for all authorized tasks inclusive of any revisions; and the total amount paid for all authorized tasks inclusive of any revisions, Applicable Taxes extra.

7.2 Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard- acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

7.2.1 General Conditions

2035 (2020-05-28), General Conditions - Higher Complexity - Services, apply to and form part of the Contract.

7.3 Security Requirements

The following security requirements (SRCL and related clauses provided by ISP) apply and form part of the Contract.

1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).

2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive site(s) must be a citizen of Canada and must EACH hold a valid personnel security screening at the level of RELABILITY, granted or approved by the CSP, PWGSC.

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

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

5. The Contractor/Offeror must comply with the provisions of the:

a) Security Requirements Check List and security guide (if applicable), attached at Annex C;

Page 34 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

b) Contract Security Manual (Latest Edition).

7.4 Term of Contract

7.4.1 Period of the Contract

The period of the Contract is from date of contract award to March 31, 2024 inclusive.

7.4.2 Option to Extend the Contract

The Contractor grants to Canada the irrevocable option to extend the term of the Contract by up to two (2) additional one (1) year periods under the same conditions. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

Canada may exercise this option at any time by sending a written notice to the Contractor at least thirty (30) calendar days before the expiry date of the Contract. The option may only be exercised by the Contracting Authority, and will be evidenced for administrative purposes only, through a contract amendment.

7.4.3 Transition Period

The Contractor acknowledges that the nature of the services provided under the Contract requires continuity and that a transition period may be required at the end of the Contract. The Contractor agrees that Canada may, at its discretion, extend the Contract by a period of up to 60 days under the same conditions to ensure the required transition. The Contractor agrees that, during the extended period of the Contract, it will be paid in accordance with the applicable provisions as set out in the Basis of Payment.

The Contracting Authority will advise the Contractor of the extension by sending a written notice to the Contractor at least 30 calendar days before the contract expiry date. The extension will be evidenced for administrative purposes only, through a contract amendment.

7.4.4 Termination on Thirty (30) Days’ Notice

Canada reserves the right to terminate the Contract at any time in whole or in part by giving thirty (30) calendar days written notice to the Contractor.

In the event of such termination, Canada will only pay for costs incurred for services rendered and accepted by Canada up to the date of the termination. Despite any other provision of the Contract, there will be no other costs that will be paid to the Contractor as a result of the termination.

7.4.5 Comprehensive Land Claims Agreements (CLCAs)

There is no CLCA

Page 35 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

7.5 Authorities

7.5.1 Contracting Authority

The Contracting Authority for the Contract is:

Alfred Ogbumor Supply Specialist Public Services and Procurement Canada Acquisitions Branch Traffic Management Directorate 140 O’Connor, Tower East Ottawa, Ontario. K1A 0S5 Telephone: 1-343-550-1645 Fax: 613-943-7970 E-mail address: [email protected]

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

7.5.2 Project Authority

The Project Authority for the Contract is:

(The Project Authority will be identified at Contract award)

The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority; however, the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

7.5.3 Contractor's Representative

Name: ______Title: ______Company: ______Address: ______Telephone: ______Cell Phone: ______E-mail: ______

7.6 Proactive Disclosure of Contracts with Former Public Servants

By providing information on its status, with respect to being a former public servant in receipt of a Public Service Superannuation Act (PSSA) pension, the Contractor has agreed that this information will be

Page 36 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481 reported on departmental websites as part of the published proactive disclosure reports, in accordance with Contracting Policy Notice: 2019-01 of the Treasury Board Secretariat of Canada.

7.7 Payment

7.7.1 Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a rate as per the Basis of Payment in Canadian dollars, (see Annex “B”) plus transportation related charges as described below, at cost; plus NAVCAN charges at cost; plus surcharges, as applicable, in Canadian dollars. Goods and Services Tax (GST) or Harmonized Sales Tax (HST) is zero rated.

The rates are inclusive of all fees and expenses for the period of the Contract. Ancillary charges are not included in the firm unit prices of transportation, and will be reimbursed at cost with the provision of documented proof. Examples of documented proof are: Invoices provided by the Contractor received from the employed carrier, for port charges, (such as for storage charges, demurrage and/or detention charges, chassis detention charges); invoices provided by the Contractor for inspection carried out by Customs Border Services Agency (CBSA) or Canadian Food Inspection Agency (CFIA); and invoices provided by the Contractor for cleaning of vehicles carried out by companies approved by CFIA. These ancillary charges consist of transportation related elements which cannot be anticipated, or which can be anticipated but whose future value cannot be predicted.

NAVCAN charges will appear as a surcharge on the Basis of Payment Sheets. NAVCAN is responsible for the provision of civil air navigation facilities and services for aircraft in Canadian controlled airspace. It recovers its costs through a system of service charges. NAV CANADA charges are set annually with quarterly adjustments.

Through the NAV CANADA web site, (http://www.navcanada.ca), the Bidder will have access to the “Guide to Charges” and will be able to support the NAVCAN charges being claimed should this surcharge change.

Air freight fuel surcharge, sea freight fuel surcharge are all chargeable, as applicable. Truck Load fuel surcharge is not Applicable.

The Bidder must provide the current surcharge rate in the BoP accompanied with price support to justify the fuel surcharge rate (e.g. Conference lines, ocean freight carriers and airline freight carriers). In addition, over the period of the Contract, requests for increases in the air freight surcharge, the sea freight surcharge must include price support.

7.7.1.2 TA subject to a Limitation of Expenditures

When the basis of payment specified in a TA authorized and issued under the Contract is limitation of expenditure, the Contractor will be reimbursed for the costs reasonably and properly incurred in the performance of the Work specified in the authorized TA, as determined in accordance with the basis of payment cost elements, in Annex B, to the limitation of expenditure specified in the authorized TA.

7.7.1.3 Canada's total liability to the Contractor under the authorized TA must not exceed the limitation of expenditure specified in the authorized TA. Customs duties are included and Applicable Taxes are extra. Page 37 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

7.7.1.4 No increase in the liability of Canada or in the price of the Work specified in the authorized TA resulting from any design changes, modifications or interpretations of the Work specified in the authorized TA will be authorized or paid to the Contractor unless these design changes, modifications or interpretations have been authorized, in writing, by the TA Authority before their incorporation into the Work specified in the authorized TA. The Contractor must not perform any work or provide any service that would result in Canada's total liability being exceeded before obtaining the written authorization of the TA Authority. The Contractor must notify the TA Authority in writing as to the adequacy of this sum:

(a) when it is 75 percent committed, or (b) four (4) months before the final delivery date specified in the authorized TA, or (c) soon as the Contractor considers that the authorized TA funds are inadequate for the completion of the Work specified in the authorized TA, whichever comes first.

7.7.1.5 If the notification is for inadequate authorized TA funds, the Contractor must provide to the TA Authority, a written estimate for the additional funds required. Provision of such information by the Contractor does not increase Canada's liability.

7.7.1.6 Method of Payment

The following method of payment will be used:

1. Monthly Payments

Canada will pay the Contractor upon completion and delivery of units in accordance with the payment provisions of the Contract if:

a. an accurate and complete invoice and any other documents required by the Contract have been submitted in accordance with the invoicing instructions provided in the Contract;

b. all such documents have been verified by Canada;

c. the Work delivered has been accepted by Canada.

7.7.1.7 SACC Manual Clauses

A9117C (2007-11-30), T1204 - Direct Request by Customer Department

7.7.1.8 Discretionary Audit

C0100C (2010-01-11), Discretionary Audit - Commercial Goods and/or Services

7.7.2 Limitation of Expenditure

1. Canada's total liability to the Contractor under the Contract for all authorized Task Authorizations (TAs), inclusive of any revisions, must not exceed the sum of $(to be inserted during contract award). Customs duties and Applicable Taxes are extra.

2. No increase in the total liability of Canada will be authorized or paid to the Contractor unless an increase has been approved, in writing, by the Contracting Authority. Page 38 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

3. The Contractor must notify the Contracting Authority in writing as to the adequacy of this sum:

a. when it is 75% committed, or b. four months before the contract expiry date, or c. as soon as the Contractor considers that the contract funds provided are inadequate for the completion of the Work,

Whichever comes first.

4. If the notification is for inadequate contract funds, the Contractor must provide to the Contracting Authority a written estimate for the additional funds required. Provision of such information by the Contractor does not increase Canada's liability.

7.8 Invoicing Instructions

The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

In addition, each invoice must be supported by certified flight reports covering all charges for hours flown or other expenditures.

7.8.1 Payment will only be made upon submission of a satisfactory weekly invoice duly supported by specified release documents or other documents called for under the Contract.

The original and one (1) copy of the invoice together with attachments must be forwarded to:

Attn: (provided on award of the Contract) Global Affairs Canada. 125 Sussex Drive. Ottawa, Ontario K1A 0G2

1. Invoices must be submitted weekly, on the Bidder’s own invoice form and must be prepared to show: a) Invoice Number, Date; Manifest Number; b) Name and address of the client department; c) Shipper, Consignee; d) Origin, destination; e) Description of goods, weight and cube, # of pieces; f) Contract Number; g) Cost of Service, detailed separate line(s) for any applicable surcharges; h) Support documentation for charges invoiced ( ie. copy of air waybills).

2. For the purposes of invoicing, the billing period will be from Sunday to Saturday and include a breakdown of both import and export charges, and other fees as set out in section 7.5

3. Canada's standard payment period is thirty (30) days. The payment period is measured from the date an invoice in acceptable form and content is received in accordance with the Contract or the date the Work is delivered in acceptable condition as required in the Contract, whichever is later.

4. If the content of the invoice and its substantiating documentation are not in accordance with the

Page 39 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Contract or the Work is not in acceptable condition; Canada will notify the Contractor within fifteen (15) days of receipt. The 30-day payment period begins upon receipt of the revised invoice or the replacement or corrected Work.

7.9 Certifications and Additional Information

7.9.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract.

7.9.2 Federal Contractors Program for Employment Equity - Default by the Contractor

The Contractor understands and agrees that, when an Agreement to Implement Employment Equity (AIEE) exists between the Contractor and Employment and Social Development Canada (ESDC)-Labour, the AIEE must remain valid during the entire period of the Contract. If the AIEE becomes invalid, the name of the Contractor will be added to the "FCP Limited Eligibility to Bid" list. The imposition of such a sanction by ESDC will constitute the Contractor in default as per the terms of the Contract.

7.9.3 SACC Manual Clauses

SACC Manual Clauses (2008-05-12) - Canadian Content Certification

7.10 Applicable Laws

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

7.11 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement; (b) the general conditions 2035 (2020-05-28), General Conditions - Higher Complexity - Services; (c) Annex A, Statement of Work; (d) Annex B, Basis of Payment; (e) Annex C, Security Requirements Check List; (f) Annex D, Part 3 of the Bid Solicitation; (g) Annex E, To Part 5 of the Bid Solicitation; (h) Annex F, Insurance Requirements; (i) Annex G, Historical Data; (j) Annex H, Task Authorization Form PWGSC-TPSGC 572; (k) Annex I, Performance Monitoring Survey; (l) Annex J, Mission Destinations; (m) the Contractor's bid dated______

7.12 Insurance Requirements

Page 40 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Contractor must comply with the insurance requirements specified in Annex F. The Contractor must maintain the required insurance coverage for the duration of the Contract. Compliance with the insurance requirements does not release the Contractor from or reduce its liability under the Contract.

The Contractor is responsible for deciding if additional insurance coverage is necessary to fulfill its obligation under the Contract and to ensure compliance with any applicable law. Any additional insurance coverage is at the Contractor's expense, and for its own benefit and protection.

The Contractor must forward to the Contracting Authority within ten (10) calendar days after the date of award of the Contract, a Certificate of Insurance evidencing the insurance coverage and confirming that the insurance policy complying with the requirements is in force. Coverage must be placed with an Insurer licensed to carry out business in Canada. The Contractor must, if requested by the Contracting Authority, forward to Canada a certified true copy of all applicable insurance policies.

7.13 Dispute Resolution

(a) The parties agree to maintain open and honest communication about the Work throughout and after the performance of the contract.

(b) The parties agree to consult and co-operate with each other in the furtherance of the contract and promptly notify the other party or parties and attempt to resolve problems or differences that may arise.

(c) If the parties cannot resolve a dispute through consultation and cooperation, the parties agree to consult a neutral third party offering alternative dispute resolution services to attempt to address the dispute.

(d) Options of alternative dispute resolution services can be found on Canada’s Buy and Sell website under the heading “Dispute Resolution”.

7.14 Price Support

The Contractor must provide, on Canada's request, one or more of the following price support, if applicable:

(a) A current published price list indicating the percentage discount available to Canada; or

(b) Copies of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or

(c) a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or

(d) Price or rate certifications; or

(e) Any other supporting documentation as requested by Canada.

7.15 Damage or Loss to Crown Property

The Contractor shall reimburse Canada any cost or expenses due to the damage to or loss of Crown- owned property resulting from the Contract or the carrying out thereof, or shall, upon reasonable notice, promptly repair such damage or substitute such loss to Canada's satisfaction.

Page 41 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

7.16 Performance Measurement

In order to ensure quality service, and as part of the process for the Third-Party Logistics services, GAC will implement a performance measurement system to monitor the performance of its supplier and the satisfaction of its client(s).

A Performance Monitoring Survey (refer to Annex “I”) will be provided at random to client(s) being served to elicit feedback regarding the effectiveness of the process and the performance of the supplier.

Each completed survey will be reviewed by the Project Authority and those surveys which indicate an unsatisfactory level of service will be discussed at regular meetings between the Official or Officials designated by the Offeror to coordinate the implementation of this Contract and the Project Authority or his/her representative as well as the Contract Authority.

The Offeror will be expected to explain the source of the unsatisfactory assessment and to provide the Project Authority/Contract Authority with a description of the remedial action to be taken. The Survey will request the client(s) to assess the level of service received for the following types of service: a) client communication; b) delivery; c) rectification of problems; d) overall quality of service.

Poor performance of any requirement in the Statement of Work, including failure to remedy any condition of an unsatisfactory assessment to the satisfaction of Canada, may result in the suspension or termination of this Contract by Canada.

Page 42 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “A”

STATEMENT OF WORK

1. Title

Third Party Logistics Services to provide Freight Forwarding for Incoming and Outgoing Air, Ocean and Ground services 2. Background

Global Affairs Canada (GAC) manages diplomatic relations, promotes international trade and provides consular support. GAC leads international development, humanitarian, and peace and security assistance efforts and contributes to national security and the development of international law. As part of GAC’s mandate, GAC is responsible for the timely transport and delivery of diplomatic shipments required for in- country operations to and from Canada and Canada's missions abroad. To support these shipments, GAC requires Third-Party Logistics Services to provide ocean, air and ground Services for the movement of outgoing and incoming shipments of approximately 800,000 kilograms of outgoing shipments annually (300,000 kg of diplomatic mail and 500,000 kg of commercial shipments) to Canada’s missions abroad and for the movement of approximately 150,000 kilograms of incoming shipments from Canada’s Missions abroad to Canada

3. Objective

The Service Provider will take responsibility for the entire shipment from the point A pick up location to the point B delivery location including brokerage, tracking, movement of the shipments and reporting relevant to the shipments, provision of access to all data pertaining to these services, in addition to any ancillary services if and as required by GAC. This will include outgoing shipments from Canada to Canada’s missions through door to door and door to port Third-Party Logistics services and inbound from Canada’s missions to Canada through door to door and port to door Third-Party Logistics services.

4. Statement of Work Definitions and Acronyms

API – Application Programming Interface

Back-up Senior Key Personnel – these are the four (4) named individuals for each role to provide the Services defined within the Statement of Work, in the event the Primary Senior Key Personnel for that resource role is unavailable.

Blockchain – is a growing list of records, called blocks that are linked using cryptography. The data in any given block cannot be altered retroactively without alteration of all subsequent blocks. For use as a distributed ledger, a blockchain is typically managed by a peer-to-peer network collectively adhering to a for inter-node communication and validating new blocks.

BSI - Book of Shipping Instructions, containing specific terms and conditions of particular importance to each mission that must be adhered to by the Contractor in delivering the services. The BSI will be provided to the Contractor following Award.

Call-back - GAC’s indication to the Contractor that the delivery must be returned to the pick-up location by the Contractor within the time agreed upon by GAC and the Contractor and marked in the tracking system as a Call-back delivery.

Page 43 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Call-up - The contractual document used to initiate and further define Services under this Standing Offer framework.

Consignee – means the individual responsible for receipt of the shipment.

Contract Authority – means the PSPC point of contact responsible for the administration of the Contract Agreement.

Contractor – is the successful Bidder from the Request for Proposal process resulting in the Contract award. Used interchangeably with Service Provider.

Day(s) – for the purpose of this document refers to calendar days.

Emergency – this term is in reference to the type of Third-Party Logistics service where the Services called in by GAC are an ad-hoc service based on the speed of delivery and includes door to door and door to port as detailed within the Statement of Work.

Third-Party Logistics Services or the “Services” – are services performed by the Contractor for the organization and delivery of GAC’s shipments as specified within this Statement of Work.

GAC – Global Affairs Canada

GPS – Global Positioning System

Key Personnel – The Contractor’s personnel named against the service functions define in section 6 of the Statement of Work. The Contractor will also identify an individual that will act as a back-up should the personnel named against the function be unavailable. A person can be named against more than one function, as the functions may overlap.

KPI - Key Performance Indicator

Mission Consular Officer (MCO) is GAC’s point of contact at mission locations that will receive the shipment, bill of lading and carrier’s invoice.

MRA – Material Release Authorization

Near Real-Time – data processing and the presentation of data for the purpose of this requirement that is slightly slower than Real-time. For the purpose of this requirement, Near Real-Time will be considered no longer than [minutes based on Contractor’s system to be inserted] following the updates within the Contractor’s tracking system depending on the capacity of the system.

Off-Day – this term is in reference to the type of Third-Party Logistics Service where shipment deliveries are requested in the morning to be picked up at a regular late afternoon time as detailed herein.

Primary Senior Key Personnel – these are the four (4) named individuals for each role to provide the Services defined within the Statement of Work.

Project Authority – this person is authorized to approve the work under the resulting agreement .

Tasking Authority – this is the central point of contact for GAC in an operational capacity, for the purpose of the service delivery under this requirement and a person authorized on behalf of GAC to sign off on completed work under the approved task authorizations.

Page 44 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Real-Time - data processing and the presentation of data for the purpose of this requirement that is immediate or close to immediate. For the purpose of this requirement, Real-Time will be considered having access to immediate updates in the Contractor’s tracking system depending on the capacity of the system.

Regular – this term is in reference to the type of Third-Party Logistics Service where shipments are established under a standard schedule and are picked-up and processed daily as defined herein.

Service Provider - is the successful offeror from the Request for Contract process resulting in the Contract award. Used interchangeably with Contractor.

SSL – Secure Sockets Layer

Task Authorization - The contractual document used to initiate and further define Services under this Contract framework.

Third Party Logistics – is an organization's use of third-party businesses to outsource elements of its distribution, warehousing, and fulfillment services.

Urgent – this term is in reference to the type of Third-Party Logistics service where shipments are called in by GAC, initiating a pick-up and processing within a set number of hours as specified by GAC, include door to door, and door to port as detailed within the Statement of Work.

5. Scope and Services

It is to be known that Global Affairs Canada has been approved by Transport Canada as a ‘Known Shipper’. Canadian Diplomatic are not to be opened by anyone other than Global Affairs Canada – Global Logistics Management employees.

Services: This requirement is to put in place a Contract with one (1) company (Contractor) to provide Third-Party Logistics Services. These services are for air and ocean shipments worldwide, including ground transportation from the pick-up location to the delivery locations identified as: x door-to-door (air and ocean); x door-to-port (ocean); x door-to-airport (air); and x ground transportation to and from North American locations. It is anticipated that the Contractor may subcontract some aspect of operations, to enable the timely and secure transportation of required goods to and from Canada and international locations. These services will assist in the operations of Canada’s missions abroad, events and services internationally for approximately 140 countries within four (4) regions. These international regions include: x The Americas & the Caribbean; x Europe; x Africa & the Middle-East; and x Asia-Pacific. Further details providing a list of all destinations is provided herein under Appendix 1 to Annex A – Destination Listing and may be subject to change. Page 45 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Contractor is required to maintain an up to date list of its carriers and local couriers, which must be approved by the GAC Project Authority. In the event of unforeseen circumstances that one of the carriers or local couriers is not available the Contractor must provide an alternate carrier or local courier for GAC’s consideration who may be used for the purpose of completing the services upon GAC’s approval. Although the GAC Quality Control Team will monitor for issues, the Contractor will be responsible for proactively monitoring the shipments through the Contractor’s tracking method or system and advising GAC of any issues as they arise in a timely manner. The Contractor’s tracking system will track information such as the service requests from GAC and the associated pick-up, movement in transit to port/airport, movement on plane/ship, and arrival at destination and delivery to the locations detailed within Appendix 1 to Annex A, as set out in each GAC issued MRA. This tracking method is required to provide data as specified in the Data Access Requirements section below.

Shipment Description: The shipments associated with this requirement are official Canadian government items and may be defined as either an unclassified diplomatic package shipment or a commercial shipment (both referred to herein as a “diplomatic shipment”), where: x Unclassified diplomatic package shipments are not declared and generally not escorted and may include items such as personal effects, mission furniture, equipment and supplies. There may be some circumstances where these unclassified shipments will need to be escorted, as determined by the nature of shipment and the country of destination. x Commercial shipments are declared and may be subject to appropriate guidelines as determined by the content of the shipment including but not limited to dangerous goods guidelines and INCOTERMS. The shipments are based on specific restrictions and specifications of both Canada and the destination country for the shipment, where export laws of Canada and import laws of the receiving countries (and vice versa for shipments to Canada) must be obeyed. GAC will provide the list of restrictions and specifications to the Contractor as they may impact approximately 30 missions. While the Contractor may already be aware of these specifications and restrictions GAC will be responsible for packaging the shipments in accordance with these specifications and restrictions, which may include but are not limited to: x Size; x Weight; x Type of wrapping materials; x Method of packaging; x Use of skids or no skids; and x Out in pouch (double). Shipment contents are known by a limited number of individuals and generally not known by those processing the shipments. The contents of all packages are sensitive and the Contractor and Contractor’s personnel must not open or unpackage any item within these shipments. Should a diplomatic bag, in transit, finds itself to be unsecured (opened) the Contractor should immediately put the diplomatic bag into another and advise as per protocol GAC Project Authority for further instructions. The Contractor must also provide the following measures to establish performance of the services: x Real-Time visibility or Near Real-Time reporting on the status of all active shipments; x Formal reporting model including reporting every 15 Days on past shipments and as detailed within Section 9. Reports;

Page 46 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x Response to invoicing requirements; x Formal contingency plan; x Adherence to the Service Level Agreement (SLA) in section 9.

Delivery Requirements and Details: The Contractor will provide Third-Party Logistics Services for diplomatic shipments as described above for the following delivery types: x Regular shipments and Off-Day shipments where: o Regular shipments are established at a regular schedule, picked up, and processed daily. GAC and the Contractor will establish a time during the day, between 8am and 5pm local time, for the retrieval of the daily diplomatic shipment. o Off-Day shipments are as requested by GAC in the morning (before 12:00) to be picked up as one (1) shipment at a regular late afternoon time (before 17:00) and processed. o Each of these two types of shipments may be requested for door to door and door to port/airport Service as detailed in the note below. x Urgent shipments and Emergency shipments where: o Urgent shipments are called in by GAC, initiating a pick-up and processing within a set number of hours as specified by GAC. o Emergency shipments are an ad-hoc service based on the speed of delivery. o Each of these two types of shipments may be requested for door to door and door to port/airport. x Pick-ups must be available daily, seven (7) Days per week. While most pick-ups and deliveries will be Monday to Friday, there may be some pick-ups and deliveries on Saturday or Sunday. Note: Most shipments are expected to be door-to-door, which will alleviate mission personnel from travelling to and from airports/seaports. The Contractor must identify where door-to-door will not be possible and door-to-airport/port will be used and under what circumstances. At GAC’s option, the Contractor must provide door to port service depending on the conditions in the originating/receiving country if it may not be possible to provide door to door service at time of request.

Pick-up and Delivery Locations: The pick-up and inbound delivery location within the NCR will be identified at the time of request as identified by the Tasking Authority or Project Authority. The pick-up location at airport, seaport or door for international outgoing will be as defined at time of request. To be noted by the Contractor, should a mission be located in a high-rise building door-to-door means delivery to the floor in question (mission location).

Methods of Shipment: For Air shipments with ground door to door or door to port:

x It is anticipated that all deliveries via air transport will be completed within five (5 to 7) Days in all parts of the world. o For this purpose, completed is defined as all contents of the delivery having been received and signed off by the recipient and the status of the delivery entered within the Contractor’s tracking system. Page 47 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x For delays known prior to pick-up that will take more than five (5 to 7) Days, the Contractor must seek and receive GAC approval prior to taking possession of the shipment. o This must be communicated by the Contractor to GAC immediately. In this case, GAC reserves the right to use an alternate provider to process the shipment. x For delays arising in transit or en route, the Contractor must notify GAC by email within two (2) hours of the delay becoming known to the Contractor, as this may trigger a Callback by GAC. x Shipments must not sit and wait in airports while en route. This impacts the integrity of the shipment and knowledge of the shipment’s location. It is the Contractor’s responsibility to ensure the integrity and security of the shipment at all times while the shipment is in the Contractor’s possession. x The Contractor will be responsible for the management of customs brokerage for shipments outbound and inbound through an established relationship with a brokerage organization.

For Ocean shipments with ground door to door or door to port:

x Deliveries via ocean freight will be completed in accordance with the published schedule made by the supplying ocean carrier companies. The Contractor will confirm the transit time and delivery schedule (“the prescribed time”) with GAC at time of service request. o For this purpose, completed is defined as all contents of the delivery having been received and signed off by the recipient and the status of the delivery entered within the Contractor’s tracking system. x For delays known prior to pick-up/loading of the shipment aboard, i.e. that the ocean shipment will take longer than the prescribed transit time, the Contractor must communicate this delay immediately to GAC and seek and obtain approval from GAC prior to taking possession of the shipment or prior to using the carrier (as applicable). In this case, GAC reserves the right to use an alternate provider to process the shipment. x For delays arising in transit or en route, the Contractor must notify GAC by email within two (2) hours of the delay becoming known to the Contractor. It is the Contractor’s responsibility to ensure the integrity and security of the shipment at all times while the shipment is in the Contractor’s custody. x Shipments must not sit more than normal waiting time in ports while en route. This impacts the integrity of the shipment and knowledge of the shipment’s location. It is the Contractor’s responsibility to ensure the integrity and security of the shipment at all times while the shipment is in the Contractor’s custody. x The containers used for most ocean shipments will be of size 20’, 40’, or 40’ high cube. The following type of containers may be used, but are not limited to, dry, hard top, open-top, open side, flat rack, platforms, ventilated, insulated, refrigerated and tanker. Additionally, the Contractor should take in to consideration that Ocean shipments may dimensionally be either a full container or less than full container. However, all GAC containers are considered full containers and must not be mixed with other goods.

For North American ground shipments door to door:

x It is anticipated that all deliveries via ground transport will be completed within five (5 to 7) Days in all parts of North America. For this purpose, completed is defined as all contents of the delivery having been received and signed off by the recipient and the status of the delivery entered within Page 48 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

the Contractor’s tracking system. x For delays known prior to pick up that will take more than five (5 to 7) Days, the Contractor must seek and receive GAC approval prior to taking possession of the shipment. This must be communicated by the Contractor to GAC immediately. In this case, GAC reserves the right to use an alternate provider to process the shipment. x For delays arising in transit or en route, the Contractor must notify GAC by email within two (2) hours of the delay becoming known to the Contractor, as this may trigger a Callback by GAC. x Shipments must not sit and wait in the Contractor’s possession while en route. This impacts the integrity of the shipment and knowledge of the shipment’s location. It is the Contractor’s responsibility to ensure the integrity and security of the shipment at all times while the shipment is in the Contractor’s custody. x The Contractor will be responsible for the management of customs brokerage for shipments outbound and inbound through an established relationship with a brokerage organization. To be noted by the Contractor, should a mission be located in a high-rise building door-to-door means delivery to the floor in question (mission location).

Warehouse Requirements: The Contractor must provide a secure warehouse facility and ensure that any warehouse holding GAC shipments/materials is secured with access controls, cameras, and 24-hrs surveillance. The warehouse must be fully secure and in control of the Contractor at all times with the doors remaining secured at all times. Shipments must not be held in the Contractor’s possession for more than 36-hrs in a warehouse, and the warehouse must not label GAC shipments for ease of identifiability. If there is a need to hold GAC materials in excess of 24-hrs., GAC materials/shipments must be located in a dedicated secure space and GAC must be advised by email within one (1) hour of the delay becoming known, which is the start time of the 36-hour timeframe. GAC may Call-back bags and shipments if required. Recalled bags and shipments must be returned to the pick-up location by the Contractor within the time agreed upon by GAC and the Contractor and marked in the tracking system as a recall from the warehouse. The Contractor must ensure the shipments will remain secure in transit and in other countries’ locations, including providing a security escort if required due to circumstances in-country. The Contractor will be subject to a facility inspection after award and before coming into service. The Contractor must make available site(s), to be used for the duration of the Contract. This will occur for a transition-in inspection for GAC to inspect and ensure the facility is properly equipped and approve the site(s) to provide the services to the standards agreed upon and for annual and ad-hoc inspections. GAC retains the right to inspect and audit the warehouses domestically and internationally including access controls and security at a minimum. The Contractor must ensure GAC’s access to the warehouses for the purpose of inspection and audit through its cooperation and agreement to implement measures recommended by GAC as a result of the inspection and audit. Any modifications to be made to a warehouse or any other building to meet the security requirements of this contract are the sole responsibility of the Contractor.

Data Access Requirements: The Contractor must provide access to all data from the Services described herein for GAC’s participation in Canada’s blockchain project to optimize tracing and improve data quality and facilitate the movement of goods.

Page 49 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Contractor must provide this secure data through the Contractor’s tracking system with date and time stamp, accessible to GAC through a downloadable application. This tracking system data must: x Have the ability to integrate and provide (Global Positioning System) GPS location with tested RESTful Application Programming Interfaces (APIs) integration; x Authenticate via provided credentials and use token from response as bearer authentication token for subsequent requests, as per specifications to be provided by GAC; x Indicate when shipments are ordered for an (Material Release Authorization) MRA or a Task Authorization; x Provide the details on the shipment for each Task Authorization or MRA; x Provide the estimated time of arrival for each shipment to the warehouse as per specifications noted in the Task Authorization or MRA; x Update shipment status by event name, as per the specifications noted in the Task Authorization or MRA; x Provide shipment data updates in Near Real-time; x Accept self-signed SSL certificates for testing purposes; x Provide the capability for the manual input of data when integrated data via RESTful APIs is not accessible or not available.

6. Resource Requirements

In consideration of GAC’s Service requirements as described above, the Contractor must provide the names of the Contractor’s Key Personnel that will provide the service functions defined below. The Contractor’s Key Personnel named in the Contract and subsequent Task Authorizations will include a primary and back-up resources for the service functions identified below and the Key Personnel may be named against more than one of the service functions. The Contractor will provide a specified email address (hotline email) specifically for GAC that all Key Personnel can access to ensure all requests are answered in a 60-minute window. In the event, the primary named individual and the back-up named individual both become unavailable to provide the Services for the services functions, the Contractor may propose a new resource for GAC’s evaluation under these same qualifications. This resource must score equal to or greater than the primary named individual in the Contractor’s original Offer submission and be approved by GAC’s Project Authority to be added as a new resource into the Contract. The service functions to be provided by the Contractor’s Key Personnel are: 1.) Operations Management Contact: An individual that will be a central point for inquiries and management of all requests sent to the Contractor including special requests for transport. This individual must be accessible during the hours of 0800 to 1600 on all Government of Canada working Days and this individual will be the main point of contact for all operational issues. a. Operations Emergency Contact (After hours): An individual that will be an after-hours emergency contact for items that arise outside of regular business hours. 2.) Contractor Representative: An individual that will manage requests and situations that are out of the ordinary scope of services. 3.) Executive Sponsor: An individual that will be accessible as part of an escalation process and would be in attendance at the quarterly meeting, detailed in the Service Governance section below, in-person to provide assurance from a company perspective that GAC’s requirements are

Page 50 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

being handled in accordance with the Contract and subsequent Task Authorizations. 4.) Subject Matter Expertise: An individual that has extensive transportation and logistics expertise and is a dangerous goods specialist. This individual must provide advice as and when required on the handling of dangerous goods for transport to the GAC team and to the Contractor’s other Key Personnel. The Contractor may provide additional personnel with appropriate subject matter expertise and experience to ensure the timely completion of the deliveries and any on-going support services (if authorized by GAC). In consideration of the sensitive nature of GAC’s deliveries, The Contractor’s deployed resources must possess and maintain valid Government of Canada security clearance at the level of reliability.

7. Work Procedures:

The deliverables and schedules for shipments are determined at the time of Task Authorization through the Task Authorization procedures as specified in article 7.7 of Part 7 Contract and Resulting Contract Clauses. Task Authorization will be done for monthly services with deliverables and schedules defined at time of Task Authorization for broad windows of ‘Regular’ pick-up and delivery. Specific timelines for Off- Day, Urgent and Emergency shipments would be arranged between the Contractor and GAC at time of shipment request.

For all Task Authorizations for service the Contractor must ensure the following: x On receipt of the Task Authorization and any associated MRA from GAC, verify that the Task Authorization or MRA matches the most recent Book of Shipping Instructions (BSI) or advise the GAC Project Authority or designate of any discrepancy; x Verify the freight costs on the Task Authorization or MRA matches the Contract Basis of Payment; including any additional charges, when pre-approved; x Select the fastest and most direct delivery schedule/transit time; discuss options with the GAC Project Authority or designate, where they exist, and receive the approval from GAC to proceed with the selected option. All shipments must follow the BSI and go via the port indicated in the BSI; x Make all booking arrangements with the steamship line or airline, as specified in the Task Authorization or MRA; x In consultation with the warehouse, arrange the container delivery and pick-up at the GAC specified location, for the positioning at the warehouse, on the agreed date and time. Delays in positioning the containers that result in overtime of warehousepersons to load and release shipments will be the responsibility of Contractor. x Monitor availability of goods for Ground shipments, Air shipments or loaded container(s) or for ocean shipments to ensure the timely delivery to airport or seaport/terminal as specified on the Task Authorization or MRA. x When multiple containers are shipped (per Task Authorization or MRA) to the same destinations, one (1) bill of lading (BL) is to be issued; x Forward the shipments to designated port or door, as indicated in the MRA or Task Authorization document, where the MRA or Task Authorization is established per shipment and the Task Authorization document covers services over a period of time. x Serve new destinations, at rates negotiated, in advance, between the Contract Authority, Project Authority and the Contractor; x When door-to-door delivery is requested outside of Canada, on the Task Authorization or MRA, the

Page 51 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Contractor is to advise the mission, what agent is used at destination. All agents must be pre- approved by GAC; x For all shipments, the Contractor must not split a shipment or lose portions of shipments or bags. In the event this occurs, a proactive alert must be issued as specified in the Service Level Agreement section below and this event will be recorded as part of the vendor performance measures. x For all shipments, e-mail scan PDF copies of the bill of lading/packing slip to the Mission Consular Officer (MCO) immediately upon receipt. Advise the shipping details to the mission and the GAC Project Authority or designate who issued the Task Authorization or MRA; x Ocean Bill of Lading and Airway Bill instructions must be in accordance with the GAC Book of Shipping Instructions, provided for each mission, as to port of discharge and any other special instructions contained therein. When printing from the GAC application, the commercial invoice and packing list ensure these documents match the value, weight/volume, number of pieces and address with details on the Task Authorization or MRA. For Air shipments - Upon receipt from the warehouse of the completed confirmation, dispatch the document(s) providing immediately by email to the GAC designated employee: x the relevant details for air shipments; x issue the airway bill (AWB); and x The airway bill number and flight details. o As all original air waybills accompany the shipment, the pre-advice to the mission and GAC Project Authority or designate who issued the Task Authorization or MRA is critical. This will allow the mission time to make the necessary arrangements for custom clearance, and pick up at airport and delivery to mission for door to port shipments. Therefore, immediately, upon receipt of flight details; e-mail the airway bill along with other documentation to the Mission Consular Officer (MCO) and GAC Project Authority or designate who issued the Task Authorization or MRA. For Ocean shipments - Upon receipt from the warehouse of the completed confirmation, dispatch document providing: x the container number and seal number; x issue the ocean bill of lading (proof read the bill for any discrepancies) providing instructions to the steamship lines. x Immediately upon receipt of the bill of lading, e-mail a copy to the MCO, with a copy to the GAC Project Authority or designate who issued the Task Authorization or MRA. This will permit additional time for the mission(s) to complete their customs clearance formalities. Once all original documentation has been received from the steamship line, a pre-advice must be prepared then e-mailed to the MCO. Any changes to the actual shipping details from the Contractor’s pre-advice are to be relayed to the GAC Project Authority or designate immediately. The Contractor, at its expense, will email and courier, to the consignee, to the attention of the MCO, the following documentation: o Two (2) Original Bills of Lading; o Two (2) copies of the nonnegotiable Bills of Lading; o One (1) copy of the Commercial Invoice and Packing List; o One (1) copy of the GAC Customs letter;

Page 52 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

o One (1) copy of the marshalling warehouse approved wood packing certificate, if applicable. For North American Ground shipments - Upon receipt from the warehouse of the completed confirmation, dispatch the document(s) providing the relevant details for ground shipments; issue the required documentation for North American ground transport. The vehicle and route details must be provided by e-mail, immediately to the GAC designated employee. Pre-advice to the GAC Project Authority or designate who issued the MRA or Task Authorization is critical. This will allow the Project Authority time to make the necessary arrangements with the receiving party. Therefore, immediately, upon receipt of transportation details; e-mail this information along with any required documentation to the GAC Project Authority or designate who issued the MRA or Task Authorization. For unpriced locations, GAC Project Authority or designate will request by email a rate before the shipment pick up is authorized. Should GAC find the price to be out of range for the shipment in question, GAC reserves the right to go with another Third-Party Logistics services provider. 7.1. In cases where there are Ocean transshipments, proactively monitor the transshipments and confirm the details, to the Consignee, via email, follow up as required and confirm that shipments have arrived at destination. 7.2. Report verbally and follow up in writing, to the GAC Project Authority or designate, any discrepancies, i.e. split, lost, damaged or tampered shipments, as soon as information becomes available. Conduct tracing action of all shipments in real-time or within a specific time period agreed to by GAC and the Contractor and report to GAC any discrepancies or irregularities surrounding the shipments; 7.3. Provide assistance and guidance to the GAC Project Authority or designate and MCOs regarding shipping and related matters. 7.4. Determine with the shipping line or airline, if any surcharges will be applied for shipments containing hazardous goods and advise the GAC Project Authority or designate who issued the Task Authorization or MRA prior to the release of the shipment. 7.5. Confirm the number and size of containers required for Ocean shipments, the weight and dimensions of air shipments, based on the documentation provided. Any discrepancies or miscalculations as to the size, weight, etc. will be the responsibility of the Contractor. 7.6. Third-Party Logistics Services for unanticipated destinations: Services for relocation of office furniture and effects plus private motor vehicles (PMV) involving origins and/or destinations not mentioned in Attachment 1 to Annex A Destination List may be requested from time to time due to unforeseen circumstances such as the opening of new embassies. In such instances the price for these services will be negotiated in advance and authorized by the Contract Authority and the Project Authority. Payment for these services will be made upon successful completion of these services and presentation of an invoice and supporting documentation. Price support must be provided upon request.

8. Service Governance:

Beyond the day to day operations and issues management of the Services, the Contractor is required to participate in on-going reviews and monthly meetings under the following schedule. x Monthly check-in (May be a teleconference with the Contractor’s Key Personnel and GAC); x Quarterly check-in meeting will be in-person, in accordance with and where public health guidelines permit, with the Contractor’s Key Personnel and GAC with the Contractor’s Executive Contact in

Page 53 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

attendance; x Annual meeting with a senior member of the Contractor’s organization; During these meetings, the Contractor’s management will provide reporting around adherence to the Service Level Agreement response time on enquiries and shipment issues at a minimum. The SLA adherence report will be provided to GAC project authority 72 hours before the monthly meeting.

9. Service Level Agreement (SLA):

The Contractor will be required to adhere to the Service Level Agreement (SLA) that was provided in its Offer. The SLA may be negotiated and discussed at a Kick-Off meeting to finalize and confirm GAC is in acceptance of all provisions of the SLA.

The SLA will include GAC’s Key Performance Indicators (KPIs) and the Vendor Performance Measures included in this section. Service Standards and Key Performance Indicators x Response time to respond to GAC requests (Regular/Of-Day and Urgent/Emergency) – 30 min. response time for Urgent/Emergency response. Regular/Off-Day response time will be as set out in the Contractor’s SLA as accepted by GAC. x Pick-up and delivery times and standards for Regular/Off-Day and Urgent/Emergency shipments, as defined in section 5 above and as agreed upon with the GAC Tasking Authority at time of service request. x The SLA must identify that the KPI shipment standard for all diplomatic shipments is no more than 5% loss, 10% late, 5% split and 5% damage policy. o Any loss or lateness of a diplomatic shipment must be communicated immediately to GAC. A written report must be provided to the GAC Project Authority within 48 hours of the incident and a final report including the Contractor’s investigations, any resolution and mitigating measures to be put in place for future shipments, within 15 days of the incident. o Split shipments must not occur as all bags and shipments are tagged (e.g. 1 of 10 items, with a manifest showing where all items are going. It is important to keep all parts of the shipment together). Vendor Performance Measures Vendor performance measures will be enacted based on the monitoring of the KPIs on issues, including but not limited to shipments, accurate and timely reporting and communication. This may also include the inadequacy of shipment facilities and the facility handling of GAC diplomatic shipments. Shipment issues may include topics such as late, lost or damaged shipments regardless of the length of time delayed or how a shipment was lost, and split shipments. x Once a shipment is reported lost, late, split, or damaged it will be considered under the vendor performance measures. x Enforcement of the vendor performance measurement are targeted at minimizing loss, delay, split shipments (which can risk loss or delay), and damage, and supporting continuous service improvement, and include: o In a month where cumulatively 95% of shipments do not meet shipment standards (loss, delay, split shipment, damage), the Contractor must provide an explanation of the root cause and identify the liability of the shipments with issues and implement a Service Improvement Plan to adjust over the next two-month period to comply with or improve

Page 54 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

upon the service standards. o If there are no improvements over those two months following the month where under 95% of standards were met, the Contractor will be subject to credit GAC the equivalent of 15% of all shipments that fell below the standards in the next billing cycle. o The Contractor may earn back the credits where the Contractor performs at and above the standards for 97% of cumulative shipments in the following two months. o If no improvement is shown, GAC may consider termination of the Contract. x The SLA will include monitoring by both parties on the Contractor’s adherence to the standards established for: o pick-up statuses; o delivery times; o confirmation of delivery; o identification of issues, escalations and notifications with: ƒ Consideration of a proactive issue alert in the event of a delay, split shipment arising, issue, etc. and updates in a timed schedule. This should include severity levels of issues (e.g. delay of deliveries, lost bag, split shipment and delivery of split components or other types of issue). ƒ Mitigation of risk of loss of items and the actions the Contractor will undertake in the event a loss does occur including notification to GAC immediately and identification of the work the Contractor will undertake to locate and recover the items; ƒ Mitigation of damage to items, which should incorporate an image capture of any damaged item/shipment and reporting standard within 24hrs. ƒ Mitigation of split delivery issues including an immediate notification to GAC and provision of timeframes where all components of split shipments will be delivered, and identification of measures to fix and prevent split deliveries going forward. x The SLA should also note how the Contractor will strive for continuous improvements to the Services.

10. Carrier and Couriers

The Contractor must identify all carriers and local couriers, in Canada and abroad, it proposes to use for the duration of the Contract and subsequent Task Authorization, as GAC needs to know all individuals and companies that will be handling all diplomatic shipments. These carriers and local couriers will be authorized by the Missions and are subject to GAC’s approval for use. It is the responsibility of the Contractor to provide to GAC a list, including the names, addresses, and email addresses of all agents, carriers, couriers, partners and sub-contractor(s) used for the purpose of all work under this Contract within two (2) weeks of the Contract issuance. It should be noted that Heads of Mission have the ability to restrict the use of local couriers abroad. If GAC determines a carrier or local courier will not be used for these Services, it is the responsibility of the Contractor to propose a different carrier or local courier to replace it for GAC’s approval, as it will be the Contractor’s responsibility to ensure shipments are delivered from Point A to Point B.

11. Reports

The Contractor is responsible for maintaining communication and reporting with GAC throughout the Contract and subsequent Task Authorization as part of the deliverables through the routine reporting of:

Page 55 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x past shipments, x performance against services standards including reporting discrepancies, x irregularities, x shipment issues, x tracing actions and x compliance to procedures noted within this Statement of Work. Included in the required reporting processes, the Contractor must provide a “dashboard” of report information that will provide volumetrics and frequencies per location and region of deliveries to support Section 9. Service Level Agreement. This dashboard must be accessible to GAC and must be kept up to date in the manner specified in the agreed upon Service Level Agreement. This dashboard will provide the ability to track trends in the data on a quarterly, and monthly basis to provide GAC with a “snapshot” view of the services delivered including items such as the overall services delivered, GAC request response times, delivery times to port, delays in transit and issues encountered. The Contractor must provide access to all data from these Third-Party Logistics Services for GAC’s participation in Canada’s blockchain project as described in Section 5 above.

12. Language

The Contractor must provide a team fluent in English with at least one member of the Key Personnel having a fluent bilingual capability in English and French.

13. Volumetric Data

Historically ocean, air and ground Third-Party Logistics Services have included approximately 800,000 kilograms of outgoing shipments annually (300,000 kg of diplomatic mail and 500,000 kg of commercial shipments) to Canada’s missions abroad and for the movement of approximately 150,000 kilograms of incoming shipments from Canada’s Missions abroad to Canada. These figures are provided at Appendix 2 to Annex A, but it should be noted these are historical figures and not indicative of future work. 14. Financial requirements

14.1. The Contractor must provide a statement of account, on a monthly basis. This is to be set up as a separate GAC account; the document must indicate the Task Authorization or MRA number, and mission name for reference purposes; and the Contractor must verify invoices presented against the Task Authorization or MRA to ensure accuracy prior to issuance. 14.2. Unless specifically provided elsewhere in the Contract, it is understood that all costs related to the pick-up and handling of the shipments and their delivery to the carriers as well as all the costs relating to tracing, documentation, billing, reporting, the administration of the service(s) provided and courier services are included in the rates set out in the Basis of Payment. 14.3. Routing and Priority: The Contractor must state the transit times (i.e. number of calendar Days from the seaport or airport, as applicable to final destination) for each mission indicated in the Basis of Payment in Annex “B” 14.4. Air, ocean and North American ground shipments are as specified in the Basis of Payment in Annex “B” and indicate on what basis the shipments are to be made. This includes: x Shipment destination (multiple); x Type of service including Regular, Off-Day, Urgent, and Emergency; x Door to door for North American;

Page 56 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

x Door to door and door to port for both air and ocean; x Dimension of air shipment; x Dimension of ocean shipment; x Full or part container of ocean shipment. 14.5. The Contractor will bear full responsibility and any costs associated with the transportation of material sent to the wrong destination, contrary to instructions received from GAC. If shipments are routed to the wrong destination(s), these shipments must be rerouted by the Contractor via air within 96 hours to the correct destination. All transportation and associated costs will be the responsibility of the Contractor and will be subject to the reporting and notification requirements within this Statement of Work. 14.6. Rate Reviews: Prior to exercising any option years in the Contract Agreement a rate review will be conducted at GAC’s sole discretion, to make any adjustments that GAC determines are warranted based on current conditions.

15. Requirements for Canadian Wine Shipments

15.1. The majority of wine shipments are by ocean and on occasion via air freight. Wine ocean shipments originate from the port of Montreal, Québec or the port of Vancouver, British Columbia. There are on occasion requirements for ground shipments to the USA that could leave from either Montréal or Vancouver. Contractor is to provide a single point of contact for each diplomatic wine shipment or one (1) contact per east/west outbound port; Verification upon reception at Montréal or Vancouver warehouses and advice on damages, if any, in a timely manner. Acknowledge receipt of each shipment component that enters the warehouse, providing a check list, using the pro forma invoice to be supplied by the CWI in a timely manner. 15.2. Provide waybill when issued; only approved heat-treated wooden skids are to be used for all shipments; consolidate wine on one (1) skid, where possible; there will be a requirement to breakdown or reconfigure incoming skids; 15.3. Apply a “Fragile” & “Do Not Stack Stickers” on all skids; Black shrink wrapped or crating, if necessary (Africa & South America); or as instructed confirm piece count of shipments; 15.4. Fiscal Year End: receive and store wine shipments prior to fiscal year end (March 31) shipping and issue invoice for payment in advance of March 31; 15.5. Please note that shipments containing foodstuffs destined to or transiting through the United States are subject to the United States Bioterrorism Act of 2002. As a result, the United States Food and Drug Administration (FDA) issued procedures for the importation of food/beverage (https://www.fda.gov/food/guidance-regulation-food-and-dietary-supplements/registration-food- facilities-and-other-submissions). These procedures also apply to diplomatic wine shipments transiting through United States (air) ports or borders. 15.5.1. There is one exception: food that is imported than exported without leaving the (air) port of arrival until export is excluded from prior notice submission according to 21CFR Part 1, Section 1.277(b) (3). 15.5.2. This means that foodstuff arriving at a USA port or airport without being taken off the vessel or aircraft in order to continue its journey aboard the same vessel or aircraft is exempt from this rule. 15.5.3. However, foodstuffs being off-loaded from the vessel or aircraft to continue its journey are NOT exempt and are subjected to the rules of the United States Bioterrorism Act of 2002.

Page 57 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

15.5.4. The contractor could be asked to administer and ship, which includes maintaining and processing inventories, from strategic locations around the world. 15.6. Provide the fastest and most direct routing and delivery schedule/transit time (normally port of Vancouver or Montreal); discuss options with the GAC Project Authority or designate, where they exist, and receive the approval from GAC to proceed with the selected option.

16. Canada’s Responsibilities

As required to support the conduct of the work, GAC will provide as part of the Contract: x standard form of manifest; x a contact unit; x introductions to personnel; x list of missions and addresses; x a letter to identify the Contractor is under contract with GAC, as required depending on the shipment details; x Access to GAC’s loading dock when authorized by GAC, noting that the unit will be moving during the course of the Contract and subsequent Task Authorization; x The Book of Shipping Instructions (BSI) containing specific terms and conditions of particular importance to each mission must be adhered to by the Contractor, including any updates thereto. Per shipment GAC will provide: o Identification of GAC point of contact for the service request (i.e. Tasking Authority or MCO representative); o pick-up / delivery time and location; o prepared bags/skids; o closing dates; o manifest with list of addresses for bags/bag #, weight, and total weight per mission, provided the Day before pickup via email. o sign-off on manifest; (Note: the driver must have a copy of the manifest of what will be picked up and the driver will sign-off on the bags being picked up); o confirmation of receipt of shipment.

Page 58 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “B”

BASIS OF PAYMENT

The All-Inclusive Firm Price table (Attachment 2 to Part 3) will be inserted at Contract Award.

1. Firm Unit Price

The all-inclusive transportation services firm price includes all costs incurred to perform the Work of the contract.

1.1 Please note that Annex “B” - Basis of Payment includes four (4) MS-Excel Workbooks as follows:

1- Basis of Payment - Dip Bag Air – Third Party Logistics 2- Basis of Payment - Furn, Gen Cargo and Sup Air - Third Party Logistics Services 3- Basis of Payment - Furn, Gen Cargo and Sup Sea - Third Party Logistics Services 4- Basis of Payment - Furn, Gen Cargo, Sup and Dip Bag Road - Third Party Logistics Services

1.2 In all cases, the all-inclusive price must remain firm for the duration of the contract period

1.3 Rates are to be in Canadian dollars. Goods and Services Tax or Harmonized Sales Tax (GST/HST) is extra, if applicable.

1.4 In consideration of the Contractor satisfactorily completing all its obligations under the contract, the Contractor will be paid in accordance with the rates contained in the financial bid that will be incorporated into Annex "B", Basis of Payments. Goods and Services Tax (GST) or Harmonized Sales Tax (HST) is extra if applicable.

Page 59 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “C”

SECURITY REQUIREMENTS CHECK LIST

(Attached)

Page 60 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “D” to PART 3 OF THE BID SOLICITATION

TECHNICAL BID, FINANCIAL BID AND CERTIFICATIONS

(See Attachments)

(ATTACHMENT)

ATTACHMENT 1 TO PART 3

Technical Bid

ATTACHMENT 2 TO PART 3

Financial Bid

ATTACHMENT 3 TO PART 3

Certifications Precedent to Contract Award

See attached PDF fillable Form - Certifications.pdf

Page 61 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “E” to PART 5 OF THE BID SOLICITATION

FEDERAL CONTRACTORS PROGRAM FOR EMPLOYMENT EQUITY – CERTIFICATION

I, the Bidder, by submitting the present information to the Contracting Authority, certify that the information provided is true as of the date indicated below. The certifications provided to Canada are subject to verification at all times. I understand that Canada will declare a bid non-responsive, or will declare a contractor in default, if a certification is found to be untrue, whether during the bid evaluation period or during the contract period. Canada will have the right to ask for additional information to verify the Bidder's certifications. Failure to comply with any request or requirement imposed by Canada may render the bid non-responsive or constitute a default under the Contract.

For further information on the Federal Contractors Program for Employment Equity visit Employment and Social Development Canada (ESDC) – Labour's website.

Date:______(YYYY/MM/DD) (If left blank, the date will be deemed to be the bid solicitation closing date.)

Complete both A and B.

A. Check only one of the following:

( ) A1. The Bidder certifies having no work force in Canada.

( ) A2. The Bidder certifies being a public sector employer.

( ) A3. The Bidder certifies being a federally regulated employer being subject to the Employment Equity Act.

( ) A4. The Bidder certifies having a combined work force in Canada of less than 100 permanent full- time and/or permanent part-time employees.

A5. The Bidder has a combined workforce in Canada of 100 or more employees; and

( ) A5.1. The Bidder certifies already having a valid and current Agreement to Implement Employment Equity (AIEE) in place with ESDC-Labour. OR ( ) A5.2. The Bidder certifies having submitted the Agreement to Implement Employment Equity (LAB1168) to ESDC-Labour. As this is a condition to contract award, proceed to completing the form Agreement to Implement Employment Equity (LAB1168), duly signing it, and transmit it to ESDC-Labour.

B. Check only one of the following:

( ) B1. The Bidder is not a Joint Venture.

OR

( ) B2. The Bidder is a Joint venture and each member of the Joint Venture must provide the Contracting Authority with a completed annex Federal Contractors Program for Employment Equity - Certification. (Refer to the Joint Venture section of the Standard Instructions)

Page 62 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “F”

INSURANCE REQUIREMENTS

1. Commercial General Liability Insurance

1. The Contractor must obtain Commercial General Liability Insurance, and maintain it in force throughout the duration of the Contract, in an amount usual for a contract of this nature, but for not less than $2,000,000 per accident or occurrence and in the annual aggregate.

2. The Commercial General Liability policy must include the following:

(a) Additional Insured: Canada is added as an additional insured, but only with respect to liability arising out of the Contractor's performance of the Contract. The interest of Canada should read as follows: Canada, as represented by Public Works and Government Services Canada.

(b) Bodily Injury and Property Damage to third parties arising out of the operations of the Contractor.

(c) Products and Completed Operations: Coverage for bodily injury or property damage arising out of goods or products manufactured, sold, handled, or distributed by the Contractor and/or arising out of operations that have been completed by the Contractor.

(d) Personal Injury: While not limited to, the coverage must include Violation of Privacy, Libel and Slander, False Arrest, Detention or Imprisonment and Defamation of Character.

(e) Cross Liability/Separation of Insureds: Without increasing the limit of liability, the policy must protect all insured parties to the full extent of coverage provided. Further, the policy must apply to each Insured in the same manner and to the same extent as if a separate policy had been issued to each.

(f) Blanket Contractual Liability: The policy must, on a blanket basis or by specific reference to the Contract, extend to assumed liabilities with respect to contractual provisions.

(g) Employees and, if applicable, Volunteers must be included as Additional Insured.

(h) Employers' Liability (or confirmation that all employees are covered by Worker's compensation (WSIB) or similar program)

(i) Broad Form Property Damage including Completed Operations: Expands the Property Damage coverage to include certain losses that would otherwise be excluded by the standard care, custody or control exclusion found in a standard policy.

(j) Notice of Cancellation: The Insurer will endeavor to provide the Contracting Authority thirty (30) days written notice of policy cancellation.

(k) If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12 months after the completion or termination of the Contract.

(l) Owners' or Contractors' Protective Liability: Covers the damages that the Contractor becomes legally obligated to pay arising out of the operations of a subcontractor.

(m) Non-Owned Automobile Liability - Coverage for suits against the Contractor resulting from the use of hired or non-owned vehicles.

Page 63 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

(n) All Risks Tenants Legal Liability - to protect the Contractor for liabilities arising out of its occupancy of leased premises.

(o) Litigation Rights: Pursuant to subsection 5(d) of the Department of Justice Act, S.C. 1993, c. J-2, s.1, if a suit is instituted for or against Canada which the Insurer would, but for this clause, have the right to pursue or defend on behalf of Canada as an Additional Named Insured under the insurance policy, the Insurer must promptly contact the Attorney General of Canada to agree on the legal strategies by sending a letter, by registered mail or by courier, with an acknowledgment of receipt. For the province of Quebec, send to:

Director Business Law Directorate, Quebec Regional Office (Ottawa), Department of Justice, 284 Wellington Street, Room SAT-6042, Ottawa, Ontario, K1A 0H8

For other provinces and territories, send to: Senior General Counsel, Civil Litigation Section, Department of Justice 234 Wellington Street, East Tower Ottawa, Ontario K1A 0H8

A copy of the letter must be sent to the Contracting Authority. Canada reserves the right to co-defend any action brought against Canada. All expenses incurred by Canada to co-defend such actions will be at Canada's expense. If Canada decides to co-defend any action brought against it, and Canada does not agree to a proposed settlement agreed to by the Contractor's insurer and the plaintiff(s) that would result in the settlement or dismissal of the action against Canada, then Canada will be responsible to the Contractor's insurer for any difference between the proposed settlement amount and the amount finally awarded or paid to the plaintiffs (inclusive of costs and interest) on behalf of Canada.

2. All Risk in Transit Insurance

1. The Contractor must obtain on the Government's Property, and maintain in force throughout the duration of the Contract, All Risk Property in Transit insurance coverage for all applicable conveyances while under its care, custody or control, in an amount of not less than $250.00 per diplomatic bag/box/. Government Property must be insured on replacement cost basis.

2. Administration of Claims: The Contractor must notify Canada promptly about any losses or damages to Government Property and monitor investigate and document losses of or damage to ensure that claims are properly made and paid.

3. The All Risk Property in Transit insurance must include the following:

(a) Notice of Cancellation: The Insurer will endeavor to provide the Contracting Authority at least thirty (30) days written notice of any policy cancellation.

(b) Loss Payee: Canada as its interest appears or as it may direct.

(c) Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of subrogation against Canada as represented by Department of Foreign Affairs and International Trade Canada and Public Works and Government Services Canada for any and all loss of or damage to the property however caused.

Page 64 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

3. Errors and Omissions Liability Insurance

1. The Contractor must obtain Errors and Omissions Liability (a.k.a. Professional Liability) insurance, and maintain it in force throughout the duration of the Contract, in an amount usual for a contract of this nature but for not less than $1,000,000 per loss and in the annual aggregate, inclusive of defense costs.

2. If the policy is written on a claims-made basis, coverage must be in place for a period of at least 12 months after the completion or termination of the Contract.

3. The following endorsement must be included: Notice of Cancellation: The Insurer will endeavor to provide the Contracting Authority thirty (30) days written notice of cancellation.

4. All Risk Property Insurance 4.1 The Contractor must obtain All Risks Property insurance while the Government Property is under its care, custody or control, and maintain it in force throughout the duration of the Contract, in an amount of not less than $15,000.00. The Government's Property must be insured on Agreed Value (appraisal) basis.

4.2 Administration of Claims: The Contractor must notify Canada promptly about any losses or damages to Government Property and monitor, investigate and document losses of or damage to ensure that claims are properly made and paid.

4.3 The All Risks Property insurance policy must include the following:

(a) Notice of Cancellation: The Insurer will endeavour to provide the Contracting Authority at least thirty (30) days written notice of policy cancellation.

(b) Loss Payee: Canada as its interest may appear or as it may direct.

(c) Waiver of Subrogation Rights: Contractor's Insurer to waive all rights of subrogation against Canada as represented by Department of Justice and Public Works and Government Services Canada for any and all loss of or damage to the property however caused.

Page 65 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “G”

HISTORICAL DATA

Commercial & Diplomatic Shipments (2017-18)

Diplomatic Bags and Geo Location & Shipment Type Weight (KG) Commercial Units (#)

Africa & Middle East 216,939.40 6,714

Air 110,061.99 6,683

Sea 106,877.41 31

Americas & Caribbeans 149,574.46 5,263

Air 81,581.55 5,242

Sea 64,405.41 19

Truck 3,587.50 2

Asia & Pacific 150,527.99 4,909

Air 70,082.50 4,883

Sea 80,445.49 26

Europe 382,753.28 4,481

Air 130,660.54 4,435

Sea 252,092.74 46

Grand Total 899,795.13 21,367

Page 66 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Africa & Middle East (2017-18) Location Weight (Kg) Diplomatic Bags(#) ABDBI 3,219.28 284 ABDJN 4,822.66 157 ABUJA 2,545.45 223 ACCRA 4,375.22 388 ADDIS 2,537.80 230 ALGER 1,845.20 140 AMMAN 4,976.75 429 BERUT 3,558.55 294 BNATO 2,262.10 179 CAIRO 2,843.40 257 CTONU 74.55 17 DAKAR 3,920.48 314 DOHA 987.45 62 DSLAM 2,991.35 278 DUBAI 1,297.90 138 ERBIL 886.03 67 GRGTN 1,852.70 127 HRARE 1,255.50 112 KGALI 880.19 43 KHRTM 1,991.00 140 KNSHA 1,911.09 123 KWAIT 1,360.80 134 LAGOS 1,551.70 79 LSAKA 115.90 29 MPUTO 1,369.45 97 NROBI 7,621.70 616 OUAGA 1,781.32 147 PRET 3,568.10 257 RABAT 2,522.05 229 RYADH 8,263.30 393 TAVIV 4,926.77 345 TRPLI 47.60 26 TUNIS 2,632.75 219 YUNDE 1,198.90 84 Grand Total 87,994.99 6,657

Page 67 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Americas & Caribbean (2017-18) Locations Weight (Kg) Diplomatic Bags(#) ATNTA 914.60 46 BAIRS 2,444.90 233 BDGTN 2,658.40 228 BGOTA 3,795.30 386 BOSTN 1,268.20 62 BRSLA 2,174.46 192 CHCGO 1,518.55 43 CNGNY 1,372.10 81 CRCAS 1,737.30 141 DALAS 1,095.90 57 DENVR 1,059.15 40 DTROT 874.45 56 GTMLA 1,306.15 82 HAVAN 3,943.48 296 KNGTN 2,843.05 227 LAPAZ 832.61 64 LIMA 2,914.45 273 LNGLS 1,367.75 87 MIAMI 1,019.60 54 MNGUA 511.37 38 MNPLS 870.75 44 MVDEO 745.65 44 MXICO 8,079.20 552 PANAM 1,489.30 94 PRMNY 479.47 53 PRNCE 5,290.51 365 PSPAN 2,788.80 240 QUITO 1,020.03 88 RIO 1,057.20 78 SDMGO 1,073.00 81 SEATL 840.15 42 SFRAN 1,663.80 74 SJCRA 1,164.30 87 SNDGO 26.30 13 SPALO 2,479.20 234 SSAL 557.42 50 STAGO 1,597.05 125 TGLPA 1,136.35 61 WSHDC 4,479.80 210 Grand Total 72,490.05 5,221

Page 68 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Asia & Pacific (2017-18) Locations Weight (Kg) Diplomatic Bags (#) BAGLR 1,291.15 99 BEJING 5,518.55 591 BNGKK 2,958.60 258 BSBGN 515.70 42 CHADG 1,128.05 73 CHONQ 166.29 30 CLMBO 2,355.87 206 CNBRA 1,312.00 81 DELHI 7,272.18 631 DHAKA 1,955.45 134 GANZU 1,467.58 156 HANOI 1,600.60 128 HKONG 1,605.45 147 HOCHI 1,063.38 91 ISBAD 3,424.45 221 JKRTA 2,862.30 203 KABUL 3,336.36 251 KLMPR 1,395.10 112 MANIL 3,271.75 286 MMBAI 729.40 80 PNPEN 84.75 20 SEOUL 1,798.50 174 SHNGI 1,506.65 170 SPORE 1,634.01 109 SYDNY 1,396.15 78 TAPEI 705.10 75 TOKYO 2,652.10 181 ULAAN 366.52 56 VNTNE 131.80 26 WLGTN 1,580.56 89 YNGON 718.15 62 Grand Total 57,804.50 4,860

Page 69 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Europe (2017-18) Locations Weight (Kg) Diplomatic Bags (#) ANKRA 2,893.70 209 ASTNA 776.30 83 ATHNS 1,398.95 82 BERN 1,333.60 81 BGHDD 1,479.15 99 BGRAD 1,853.82 131 BMAKO 3,153.35 210 BPEST 1,052.35 65 BRLIN 2,425.20 176 BRU 232.00 1 BUCST 1,720.05 111 COPEN 949.80 43 DAVOS 88.90 7 DDORF 1,055.30 53 DUBLN 992.05 61 GENEV 1,711.80 91 HAGUE 1,712.68 111 HSNKI 3,065.46 153 ISTBL 1,546.59 100 KYIV 2,122.80 188 LDN 5,044.19 389 LSBON 918.80 47 MDRID 1,882.90 106 MILTON KEYNES 390.80 4 MLTN 2,918.00 7 MOSCO 4,562.18 329 MUNIC 790.65 45 OSLO 1,009.15 53 PARIS 34,496.40 595 POECD 272.75 4 PRGUE 1,253.00 54 RIGA 1,328.35 75 RKJVK 526.60 38 4,496.97 217 STKHM 1,188.95 56 VIENN 2,980.05 142 WSAW 1,942.05 148 ZAGRB 743.40 40 Grand Total 98,309.04 4,404

Page 70 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Commercial & Diplomatic Shipments (2018-19)

Diplomatic Bags and Geo Location & Shipment Type Weight (KG) Commercial Units (#)

Africa & Middle East 243,298.72 5,773

Air 88,744.22 5,722

Sea 154,554.50 51

Americas & Caribbeans 336,527.19 4,774

Air 97,093.69 4,717

Sea 87,869.00 29

Truck 151,564.50 28

Asia & Pacific 188,430.55 4,868

Air 79,005.05 4,833

Sea 109,425.50 35

Europe 121,997.71 3,275

Air 64,682.21 3,257

Sea 57,315.50 18

Grand Total 890,254.17 18,690

Page 71 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Africa & Middle East (2018-19) Locations Weight (Kg) Diplomatic Bags (#) ABDBI 2,351.76 219 ABDJN 721.10 97 ABUJA 2,406.76 173 ACCRA 3,848.50 270 ADDIS 2,868.55 237 ALGER 1,287.70 114 AMMAN 5,021.67 369 BERUT 6,078.74 287 BNATO 2,043.13 122 CAIRO 3,344.40 280 CTONU 26.40 11 DAKAR 4,260.26 297 DOHA 810.75 75 DSLAM 2,804.25 264 DUBAI 1,435.60 136 ERBIL 362.65 31 GRGTN 1,611.40 94 HRARE 859.10 71 JUBA 838.25 51 KGALI 358.28 49 KHRTM 877.60 79 KNSHA 885.70 93 KWAIT 1,066.95 99 LAGOS 1,230.60 84 LSAKA 101.00 25 MPUTO 1,344.90 132 NROBI 6,183.20 465 OUAGA 1,553.55 97 PRET 2,156.70 200 RABAT 2,579.85 214 RYADH 5,915.60 293 TAVIV 6,158.77 323 TRPLI 63.40 26 TUNIS 2,936.80 231 YUNDE 926.35 75 Grand Total 77,320.22 5,683

Page 72 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Americas & Caribbean (2018-19) Locations Weight (Kg) Diplomatic Bags (#) ATNTA 448.15 43 BAIRS 1,994.75 185 BDGTN 1,838.15 175 BGOTA 3,366.08 325 BOSTN 245.45 38 BRSLA 1,671.45 149 CHCGO 424.80 48 CNGNY 14,642.88 189 CRCAS 1,417.20 121 DALAS 604.40 52 DENVR 268.85 38 DTROT 420.85 44 GTMLA 1,716.40 100 HAVAN 4,155.25 220 KNGTN 1,985.75 180 LAPAZ 431.95 51 LIMA 3,764.89 277 LNGLS 933.85 73 MIAMI 321.70 42 MNGUA 280.65 41 MNPLS 299.30 34 MVDEO 923.65 48 MXICO 7,127.20 515 PANAM 907.15 89 PRMNY 7,032.97 163 PRNCE 2,257.02 179 PSPAN 2,478.38 166 QUITO 1,354.85 105 RIO 815.95 61 SDMGO 917.15 98 SEATL 338.25 44 SFRAN 357.10 50 SJCRA 944.05 112 SNDGO 16.90 11 SPALO 4,197.63 251 SSAL 442.65 40 STAGO 1,389.50 128 TGLPA 795.65 66 WSHDC 2,710.25 131 Grand Total 76,239.05 4,682

Page 73 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Asia & Pacific (2018-19) Locations Weight (Kg) Diplomatic Bags (#) ARMNA 172.75 9 BAGLR 1,866.95 116 BEJING 9,027.05 699 BNGKK 4,011.00 237 BSBGN 176.60 28 CHADG 923.35 74 CHONQ 769.40 69 CLMBO 2,541.35 185 CNBRA 1,255.35 75 DELHI 11,344.50 644 DHAKA 1,939.25 147 GANZU 1,514.75 130 HANOI 995.15 108 HKONG 1,981.50 158 HOCHI 1,190.75 106 ISBAD 2,701.85 199 JKRTA 2,504.57 176 KABUL 4,458.07 212 KLMPR 1,546.65 125 MANIL 3,804.05 292 MMBAI 781.70 67 PNPEN 101.55 19 RMLAH 3.70 1 SEOUL 1,867.50 153 SHNGI 2,422.50 183 SPORE 1,688.57 106 SYDNY 750.26 60 TAPEI 839.95 76 TOKYO 2,048.45 134 ULAAN 602.82 59 VNTNE 76.80 14 WLGTN 872.46 68 YNGON 971.90 64 Grand Total 67,753.05 4,793

Page 74 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Europe (2018-19) Locations Weight (Kg) Diplomatic Bags (#) ANKRA 3,872.15 208 ASTNA 1,137.90 93 ATHNS 816.20 70 BARCL 142.00 1 BERN 707.50 53 BGHDD 898.00 43 BGRAD 974.80 86 BMAKO 2,660.80 183 BPEST 626.90 49 BRLIN 1,777.00 132 BUCST 798.85 76 COPEN 753.45 50 DDORF 223.40 32 DUBLN 649.75 62 GENEV 2,531.00 115 HAGUE 899.90 56 HSNKI 296.15 34 ISTBL 791.25 74 KYIV 2,491.69 203 LDN 4,180.95 257 LSBON 1,056.20 66 MDRID 750.10 65 MOSCO 2,693.65 209 MUNIC 192.55 27 OSLO 630.85 51 PARIS 10,043.13 247 POECD 1,936.45 21 PRGUE 876.25 50 RIGA 1,088.20 83 RKJVK 179.10 26 ROME 2,074.35 145 STKHM 1,001.15 63 VIENN 1,159.50 94 WSAW 2,044.84 164 ZAGRB 286.25 36 Grand Total 53,242.21 3,224

Page 75 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Commercial & Diplomatic Shipments (2019-20)

Diplomatic Bags and Commercial Geo Location & Shipment Type Weight (KG) Units (#)

Africa & Middle East 338,406.14 6,122

Air 140,620.27 6,067

Sea 197,785.87 55

Americas & Caribbeans 156,209.58 5,278

Air 89,498.59 5,253

Sea 65,341.99 22

Truck 1,369.00 3

Asia & Pacific 347,728.92 5,049

Air 103,350.42 4,998

Sea 244,378.50 51

Europe 177,535.42 3,704

Air 94,380.42 3,672

Sea 83,155.00 32

Grand Total 1,019,880.06 20,153

Page 76 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Africa & Middle East (2019-20) Locations Weight (Kg) Diplomatic Bags (#) ABDBI 3,140.86 228 ABDJN 2,690.40 130 ABUJA 2,392.45 193 ACCRA 4,570.28 265 ADDIS 5,145.40 283 ALGER 3,295.63 115 AMMAN 4,585.22 368 BERUT 4,327.45 253 BNATO 1,550.90 112 CAIRO 4,088.35 247 CTONU 20.10 11 DAKAR 5,852.10 298 DOHA 2,092.20 98 DSLAM 3,701.32 285 DUBAI 1,129.00 120 ERBIL 147.85 22 GRGTN 1,923.75 113 HRARE 1,560.25 92 JUBA 849.45 82 KGALI 865.28 55 KHRTM 1,099.30 92 KNSHA 1,701.69 125 KWAIT 1,177.05 116 LAGOS 3,357.09 111 LSAKA 462.45 39 MPUTO 1,788.60 133 NROBI 6,704.25 410 OUAGA 2,170.90 112 PRET 3,720.50 261 RABAT 6,718.97 243 RMLAH 1,736.55 115 RYADH 7,887.60 280 TAVIV 4,205.98 272 TRPLI 92.20 27 TUNIS 4,490.50 218 YUNDE 1,453.40 79 Grand Total 102,695.27 6,003

Page 77 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Americas & Caribbean (2019-20) Locations Weight (Kg) Diplomatic Bags (#) ATNTA 389.95 43 BAIRS 2,537.64 229 BDGTN 2,241.20 202 BGOTA 5,471.03 324 BOSTN 553.65 50 BRSLA 3,279.20 255 CHCGO 585.45 53 CNGNY 1,494.00 114 CRCAS 261.60 24 DALAS 741.10 58 DENVR 369.85 44 DTROT 310.10 40 GTMLA 790.50 71 HAVAN 4,687.85 339 KNGTN 2,584.28 225 LAPAZ 496.45 48 LIMA 3,568.80 268 LNGLS 1,113.90 67 MIAMI 1,028.11 59 MNGUA 555.10 51 MNPLS 532.55 49 MVDEO 1,246.70 70 MXICO 9,551.35 713 PANAM 716.80 86 PRMNY 977.20 78 PRNCE 3,110.40 167 PSPAN 4,087.58 232 QUITO 1,545.40 99 RIO 642.10 60 SDMGO 1,748.25 170 SEATL 280.22 37 SFRAN 593.10 66 SJCRA 1,058.60 107 SNDGO 33.80 15 SPALO 5,438.74 258 SSAL 364.55 43 STAGO 2,468.35 174 TGLPA 709.20 60 WSHDC 5,393.94 156 Grand Total 73,558.59 5,204

Page 78 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Asia & Pacific (2019-20) Locations Weight (Kg) Diplomatic Bags (#) BAGLR 1,381.70 94 BEJING 7,594.76 614 BNGKK 2,793.65 243 BSBGN 411.40 39 CHADG 968.40 75 CHONQ 386.30 52 CLMBO 2,833.20 183 CNBRA 791.70 75 DELHI 8,953.07 481 DHAKA 3,568.29 182 GANZU 1,495.10 145 HANOI 1,726.22 137 HKONG 3,202.96 180 HOCHI 1,798.70 160 ISBAD 2,817.20 200 JKRTA 2,726.73 204 KABUL 9,985.75 217 KLMPR 1,366.35 139 MANIL 5,172.70 290 MMBAI 2,002.71 94 NGOYA 319.40 32 PNPEN 187.25 19 SEOUL 2,193.98 194 SHNGI 1,840.45 191 SPORE 4,116.05 128 SYDNY 909.60 69 TAPEI 846.74 88 TOKYO 6,049.78 186 ULAAN 396.20 56 VNTNE 109.90 20 WLGTN 1,051.04 62 YNGON 1,274.00 85 Grand Total 81,271.28 4,934

Page 79 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Europe (2019-20) Locations Weight (Kg) Diplomatic Bags (#) ANKRA 4,038.10 212 ASTNA 1,458.35 106 ATHNS 2,035.25 89 BERN 549.65 46 BGHDD 1,160.60 74 BGRAD 1,620.20 119 BMAKO 9,469.21 208 BPEST 466.75 50 BREU 117.70 14 BRLIN 1,510.05 141 BRU 36.85 22 BUCST 1,160.40 92 COPEN 364.90 42 DDORF 508.10 44 DUBLN 394.75 46 GENEV 792.80 75 HAGUE 2,086.65 84 HSNKI 224.45 35 ISTBL 2,145.15 84 KYIV 2,723.45 222 LDN 3,706.92 294 LSBON 620.80 63 MDRID 1,353.15 91 MOSCO 2,267.10 227 MUNIC 560.90 45 OSLO 538.55 54 PARIS 4,769.60 201 POECD 367.35 54 PRGUE 521.80 61 RIGA 1,025.60 75 RKJVK 305.65 42 ROME 3,347.60 195 STKHM 459.50 50 VIENN 2,123.98 123 WSAW 2,213.32 194 ZAGRB 434.24 46 Grand Total 57,479.42 3,620

Page 80 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Commercial and Diplomatic Shipments (3 Years)

Diplomatic Bags and Commercial Geo Location & Shipment Type Weight (KG) Units (#)

Africa & Middle East 798,644.26 18,609

Air 339,426.48 18,472

Sea 459,217.78 137

Americas & Caribbean 642,311.23 15,315

Air 268,173.83 15,212

Sea 217,616.40 70

Truck 156,521.00 33

Asia & Pacific 686,687.46 14,826

Air 252,437.97 14,714

Sea 434,249.49 112

Europe 682,286.41 11,460

Air 289,723.17 11,364

Sea 392,563.24 96

Grand Total 2,809,929.36 60,210

Page 81 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Africa & Middle East (3 Years) Location Weight (Kg) Diplomatic Bags ABDBI 8,711.90 731 ABDJN 8,234.16 384 ABUJA 7,344.66 589 ACCRA 12,794.00 923 ADDIS 10,551.75 750 ALGER 6,428.53 369 AMMAN 14,583.64 1,166 BERUT 13,964.74 834 BNATO 5,856.13 413 CAIRO 10,276.15 784 CTONU 121.05 39 DAKAR 14,032.84 909 DOHA 3,890.40 235 DSLAM 9,496.92 827 DUBAI 3,862.50 394 ERBIL 1,396.53 120 GRGTN 5,387.85 334 HRARE 3,674.85 275 JUBA 1,687.70 133 KGALI 2,103.75 147 KHRTM 3,967.90 311 KNSHA 4,498.48 341 KWAIT 3,604.80 349 LAGOS 6,139.39 274 LSAKA 679.35 93 MPUTO 4,502.95 362 NROBI 20,509.15 1,491 OUAGA 5,505.77 356 PRET 9,445.30 718 RABAT 11,820.87 686 RMLAH 1,736.55 115 RYADH 22,066.50 966 TAVIV 15,291.52 940 TRPLI 203.20 79 TUNIS 10,060.05 668 YUNDE 3,578.65 238 Grand Total 268,010.48 18,343

Page 82 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Americas & Caribbean (3 Years) Location Weight (KG) Diplomatic Bags ATNTA 1,752.70 132 BAIRS 6,977.29 647 BDGTN 6,737.75 605 BGOTA 12,632.41 1,035 BOSTN 2,067.30 150 BRSLA 7,125.11 596 CHCGO 2,528.80 144 CNGNY 17,508.98 384 CRCAS 3,416.10 286 DALAS 2,441.40 167 DENVR 1,697.85 122 DTROT 1,605.40 140 GTMLA 3,813.05 253 HAVAN 12,786.58 855 KNGTN 7,413.08 632 LAPAZ 1,761.01 163 LIMA 10,248.14 818 LNGLS 3,415.50 227 MIAMI 2,369.41 155 MNGUA 1,347.12 130 MNPLS 1,702.60 127 MVDEO 2,916.00 162 MXICO 24,757.75 1,780 PANAM 3,113.25 269 PRMNY 8,489.64 294 PRNCE 10,657.93 711 PSPAN 9,354.76 638 QUITO 3,920.28 292 RIO 2,515.25 199 SDMGO 3,738.40 349 SEATL 1,458.62 123 SFRAN 2,614.00 190 SJCRA 3,166.95 306 SNDGO 77.00 39 SPALO 12,115.57 743 SSAL 1,364.62 133 STAGO 5,454.90 427 TGLPA 2,641.20 187 WSHDC 12,583.99 497 Grand Total 222,287.69 15,107

Page 83 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Asia & Pacific (3 Years) Location Weight (KG) Diplomatic Bags ARMNA 172.75 9 BAGLR 4,539.80 309 BEJING 22,140.36 1,904 BNGKK 9,763.25 738 BSBGN 1,103.70 109 CHADG 3,019.80 222 CHONQ 1,321.99 151 CLMBO 7,730.42 574 CNBRA 3,359.05 231 DELHI 27,569.75 1,756 DHAKA 7,462.99 463 GANZU 4,477.43 431 HANOI 4,321.97 373 HKONG 6,789.91 485 HOCHI 4,052.83 357 ISBAD 8,943.50 620 JKRTA 8,093.60 583 KABUL 17,780.18 680 KLMPR 4,308.10 376 MANIL 12,248.50 868 MMBAI 3,513.81 241 NGOYA 319.40 32 PNPEN 373.55 58 RMLAH 3.70 1 SEOUL 5,859.98 521 SHNGI 5,769.60 544 SPORE 7,438.63 343 SYDNY 3,056.01 207 TAPEI 2,391.79 239 TOKYO 10,750.33 501 ULAAN 1,365.54 171 VNTNE 318.50 60 WLGTN 3,504.06 219 YNGON 2,964.05 211 Grand Total 206,828.83 14,587

Page 84 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Diplomatic Shipments Europe (3 Years)

Location Weight (KG) Diplomatic Bags ANKRA 10,803.95 629 ASTNA 3,372.55 282 ATHNS 4,250.40 241 BARCL 142.00 1 BERN 2,590.75 180 BGHDD 3,537.75 216 BGRAD 4,448.82 336 BMAKO 15,283.36 601 BPEST 2,146.00 164 BREU 117.70 14 BRLIN 5,712.25 449 BRU 268.85 23 BUCST 3,679.30 279 COPEN 2,068.15 135 DAVOS 88.90 7 DDORF 1,786.80 129 DUBLN 2,036.55 169 GENEV 5,035.60 281 HAGUE 4,699.23 251 HSNKI 3,586.06 222 ISTBL 4,482.99 258 KYIV 7,337.94 613 LDN 12,932.06 940 LSBON 2,595.80 176 MDRID 3,986.15 262 MILTON KEYNES 390.80 4 MLTN 2,918.00 7 MOSCO 9,522.93 765 MUNIC 1,544.10 117 OSLO 2,178.55 158 PARIS 49,309.13 1,043 POECD 2,576.55 79 PRGUE 2,651.05 165 RIGA 3,442.15 233 RKJVK 1,011.35 106 ROME 9,918.92 557 STKHM 2,649.60 169 VIENN 6,263.53 359 WSAW 6,200.21 506 ZAGRB 1,463.89 122 Grand Total 209,030.67 11,248

Page 85 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Canadian Wine Initiative Orders

Fiscal Year Total Orders Placed Total Number of Cases FY2017-18 Total 49 3219 BC 1318 ON 1783 NS 67 QC 51 FY2018-19 Total 57 3590 BC 1292 ON 1875 NS 130 QC 290 SK 3 FY2019-20 Total 40 2373 BC 1110 ON 955 NS 167 QC 69 NB 67 FY2020-21 Total 11 +6 502 BC 188 ON 263 NS 45 QC 6

Page 86 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “H”

TASK AUTHORIZATION FORM PWGSC-TPSGC 572

https://buyandsell.gc.ca/policy-and-guidelines/supply-manual/section/3/35/1/25

Page 87 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “I”

PERFORMANCE MONITORING SURVEY

MISSION ADMINISTRATIVE OFFICER

MCO/MAO NAME: ______

MISSION: ______a) SERVICES ON SHIPMENTS ARRIVING MISSION:

1. Please answer Yes or No to the following points: a) Did the freight forwarder provide you with the following: i - Sufficient advance notice of the shipment(s) ____ ii - Forward appropriate documentation ____ iii - Information in the official language of your choice _____

2. Please rate your level of satisfaction for each point using the following scale: 1- unsatisfied 2- satisfied i - responsiveness to your enquiries or concerns ____ ii - ability to track the shipment(s) ____ iii - quality of overall services ____

3. Other comments: ______

______

______

______

4. Do you have any suggestions to improve the process?

______

______

______

______

Page 88 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

ANNEX “J”

MISSIONS ADDRESSES AND SERVICE FREQUENCY

Abidjan, Côte d'Ivoire Frequency of shipping (Unclassified diplomatic Address of the Mission bag) Mission The Canadian Embassy ABDJN P.O. BOX 500 Bi-weekly service 23 Nogues Avenue, Abidjan Plateau, Côte d'Ivoire Abidjan, Côte d'Ivoire

Abu Dhabi, United Arab Emirates Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Embassy of Canada ABDBI P.O. BOX 500 Abu Dhabi Trade Towers (Abu Abu Dhabi Weekly Dhabi Mall) United Arab Emirates West Tower 9th & 10th Floors

Abuja, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission, ABUJA P.O. BOX 500 13010G, Palm Close, Diplomatic Abuja Weekly Drive, Nigeria Central Business District, Abuja, Nigeria.

Accra, Ghana Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission ACCRA P.O. BOX 500 42 Independence Avenue Accra Weekly P.O. BOX 1639 Ghana Accra, Ghana

Addis Ababa, Ethiopia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy ADDIS P.O. BOX 500 Old Airport Area Wereda 23, K Addis Ababa Weekly HOUSE No. 122 Ethiopia P.O. BOX 1130 Ethiopia

Algiers, Algeria Page 89 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy 18 Musthapha Khalef Street, Ben ALGER P.O. BOX 500 Aknoun Algiers Bi-weekly service P.O. Box 48 Algeria Alger-Gare Zip Code: 16035 Algeria

Amman, Jordan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Embassy of Canada AMMAN P.O. BOX 500 133 Zahran Street Amman Weekly PO Box 815403 Amman 11180 Jordan Jordan

Ankara, Turkey Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy ANKRA P.O. BOX 500 Cinnah Caddesi no:58 Ankara Weekly 06690, Cankaya Turkey ANKARA, Turkey

Athens, Greece Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy ATHNS P.O. BOX 500 48 Ethnikis Antistaseos Street, Athens Bi-weekly service Chalandri, 152 31 Greece Athens, Greece

Atlanta, Georgia,United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The General of ATNTA P.O. BOX 489 Canada Atlanta Bi-weekly service 1175 Peachtree Street N.E., USA 100 Colony Square, Suite 1700 Atlanta, United States of America

Auckland, New Zealand – see Wellington

Page 90 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

B

Baghdad, Iraq Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy Ahmed Ethawie/Wafaa BGHDD P.O. BOX 500 Abdulrazzaq Baghdad Bi-weekly service British Embassy Compound – Iraq International Zone Baghdad, Iraq

Bamako, Mali Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BMAKO P.O. BOX 500 The Canadian Embassy Bamako Weekly Route Koulikoro, Mali Bamako, Mali

Bandar Seri Begawa, Brunei Darussalam Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission BSBGN P.O. BOX 500 5th floor, JALAN McARTHUR Bandar Seri Begawan Bi-weekly service BLDG, JALAN McATHUR, Brunei Darussalam Bandar Seri Begawan, Brunei Darussalam

Bangalore, India Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Consulate General of Canada World Trade Center, 22nd Floor BAGLR P.O BOX 500 Brigade Gateway Campus Bangalore Bi-weekly service 26/1 Dr. Rajkumar Road India Malleshwaram West, Bangalore 560055 India

Bangkok, Thailand Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

The Canadian Embassy BNGKK P.O. BOX 500 990 RAMA IV ROAD, Bangkok Weekly ABDULRAHIM P, Thailand 15th Floor, Bangkok, Thailand

Barcelona, Spain – see Madrid Page 91 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Beijing, China Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Embassy of Canada BEJING P.O. BOX 500 19 Dong Zhi Men Wai Street, Beijing Weekly Chao Yang District China Beijing, China 100600

Beirut, Lebanon Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

BERUT P.O. BOX 500 The Canadian Embassy Beruit Weekly 43 Autostrade Jal El Dib, Lebanon Beirut, Lebanon

Belgrade, Serbia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BGRAD P.O. BOX 500 The Canadian Embassy Belgrade Bi-weekly service Kneza Milosa 75, Serbia Belgrade, Serbia

Berlin, Germany Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

BRLIN P.O. BOX 489 The Canadian Embassy Berlin Weekly Leipziger Platz, 10117 Germany Berlin, Germany

Bern, Switzerland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy BRN P.O. BOX 489 KIRCHNFELDSTRASSE 88, Bern Bi-weekly service CH-3005, Switzerland P.O. BOX 3000 Bern, Switzerland

Bnato, Belgium Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Canadian Joint Delegation of Canada to the North Atlantic BNATO P.O. BOX 489 Council, Brussels Bi-weekly service North Atlantic Treaty Belgium Organization, Boul. Léopold III

Page 92 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

1110 Bruxelles, Belgique

Bogota, Colombia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

The Canadian Embassy BGOTA P.O. BOX 500 Carrera 7 No. 115-33, Bogota Weekly Piso 14, Colombia Bogota, Colombia

Boston, Massachusetts, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of BOSTN P.O. BOX 489 Canada Boston Bi-weekly service 3 Copley Place, Suite 400, USA Boston, USA

Brasilia, Brazil Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy BRSLA P.O. BOX 500 SES-Av. das Nações – Qd. Brasilia Weekly 803 – Lote 16, Brazil Brasilia, Brazil

Bratislava, Slovakia – see Vienna

Bridgetown, Barbados Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BDGTN P.O. BOX 500 The Canadian High Commission Brigetown Weekly Bishops Court Hill, St-Michael Barbados Brigetown, Barbados

Brussels, Belgium Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BRU P.O. BOX 489 Embassy of Canada Bi-weekly service Brussels Avenue des Arts 58

Belgium 1000 Brussels, Belgium

Bucharest, Romania Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BUCST P.O. BOX 500 The Canadian Embassy Bucharest Bi-weekly service 1-3 Tuberozelor St., Sector 1 Romania Bucharest, Romania

Page 93 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Budapest, Hungary Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) BPEST P.O. BOX 500 The Canadian Embassy Budapest Bi-weekly service Ganzutca, 12-14, 1025 Hungary Budapest, Hungary

Buenos Aires, Argentina Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy BAIRS P.O. BOX 500 Tagle 2828 Buenos Aires Weekly (C1425EEH), Argentina Casilla De Correo 1598 Buenos Aires, Argentina

C

Cairo, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy 2005 (A) Corniche El Nil, Ramlet CAIRO P.O. BOX 500 Boulac Cairo Weekly Nile City Towers, South Tower, Egypt 18th Floor Cairo, Egypt 11221

Canberra, Australia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) CNBRA la case postale The High Commission of Canada 489 Commonwealth Avenue Bi-weekly service Canberra Canberra, ACT, Australia Australie 2600

Caracas, Venezuela Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy CRCAS P.O. BOX 500 Avenida Francisco De Miranda C, Caracas Weekly Avenida Altamira Sur Venezuela Altamira, Caracas 1060, Venezuela

Chandigarh, India Mission Frequency of shipping (Unclassified Address of the Mission

Page 94 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

diplomatic bag) The Consulate General of Canada C413-C416, 4th Floor CHADG P.O. BOX 500 Elante Office Complex, Plot No. Chandigarh Bi-weekly service 178 – 178A India Industrial & Business Park, Phase 1 Chandigarh – 160002

Chicago, Illinois, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada CHCGO P.O. BOX 489 Two Prudential Plaza, Chicago Bi-weekly service 180 North Stetson Avenue, Suite USA 2400, Chicago, USA

Chongqing, China Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Consulate CHONQ P.O. BOX 500 Suite 1705, Metropolitan Tower, Chongquing Bi-weekly service Wu Yi Road, China Yu Zhong District, Chongqing, China

Colombo, Sri Lanka Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) CLMBO P.O. BOX 500 The High Commission of Canada Colombo Weekly 33 A, 5th Lane Sri Lanka Colpetty, Colombo 3, Sri Lanka

Copenhagen, Denmark Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) COPEN P.O. BOX 489 The Canadian Embassy Copenhagen Bi-weekly service Kr. Bernikowsgade 1, DK 1105 Denmark Copenhagen, Denmark

Cotonou, Benin Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) CTONU P.O. BOX 500 Office of the Embassy of Canada Cotonou Monthly c/o Embassy of Netherlands, Benin Pope John Paul II Avenue,

Page 95 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

behind the Tri-Postal, Cadjehoun, Cotonou, PO Box 08 BP0783, Benin

D

Dakar, Senegal Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy DAKAR P.O. BOX 500 Avenue Amadou Cissé Dia X Dakar Weekly Galliéni, Senegal Dakar, Senegal

Dallas, Texas, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada DALAS P.O. Box 489 500 North Akard Street, Suite Dallas Bi-weekly service 2900 USA Dallas, Texas, USA 75201

Dar-es-Salaam, Tanzania Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) DSLAM P.O. BOX 500 The Canadian High Commission Dar-es-Salaam Weekly 38 Mirambo, Garden Ave., Tanzania Dar-es-Salaam, Tanzania

Denver, Colorado, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) DENVR P.O. BOX 489 The Canadian Consulate Denver Bi-weekly service 1625 Broadway, Suite 2600, USA Denver, USA

Detroit, Michigan, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of DTROT P.O. BOX 489 Canada Detroit Bi-weekly service 600 Renaissance Center, Suite USA 1100, Detroit, USA Dhaka, Bangladesh Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 96 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

DHAKA P.O. BOX 500 The Canadian High Commission Dhaka Weekly United Nations Road, Baridhara, Bangladesh Dhaka, Bangladesh

Doha, Qatar Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy DOHA P.O. BOX 500 30th Floor, Corner of Majlis Al- Doha Bi-weekly service Taawoon St. and Al-Funduq St., Qatar Doha, Qatar

Dubai, United Arab Emirates Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate of Canada DUBAI P.O. BOX 500 Juma Al Majid, Bank Street Dubai Weekly Building, Ste 708, United Arab Emirates Dubai, United Arab Emirates

Dublin, Ireland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) DUBLN P.O. BOX 489 The Canadian Embassy Dublin Bi-weekly service 7/8 Wilton Terrace, Ireland Dublin, Ireland

Düsseldorf, Germany Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) DDORF P.O. BOX 489 The Consulate of Canada Düsseldorf Bi-weekly service Benrather Strasse 8, Germany Düsseldorf, Germany

E

Erbil, Iraq Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Office of the Embassy of ERBIL P.O. BOX 500 Canada to Iraq, Erbil Bi-weekly service Erbil Rotana Hotel

Iraq Gulan St. Erbil Erbil 44001, Iraq

G

Page 97 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Geneva, Switzerland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Permanent Mission of GENEV P.O. BOX 489 Canada Geneva Bi-weekly service 5, avenue de l'Ariana, Switzerland Geneva, Switzerland

Georgetown, Guyana Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) GRGTN P.O. BOX 500 The Canadian High Commission Georgetown Bi-weekly service High and Young Streets, Guyana Georgetown, Guyana

Guadalajara, Mexico – see Mexico City

Guangzhou, China Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada GANZU P.O. BOX 500 Weekly 26/F, TaiKoo Hui Tower 1, Guangzhou 385 Tianhe Road, China Tianhe District, Guangzhou, PRC, 510620

Guatemala City, Guatemala Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy GTMLA P.O. BOX 500 13 Calle 8-44, Zona 10, Edyma Guatemala City Bi-weekly service Plaza, Piso 8, Guatemala Guatemala City, Guatemala

H

Hanoi, Vietnam Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

HANOI P.O. BOX 500 The Canadian Embassy Hanoi Weekly 31 Hung Vuong Street, Vietnam Hanoi, Vietnam

Harare, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) HRARE P.O. BOX 500 Bi-weekly service The Canadian Embassy

Page 98 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Harare 45 Baines Avenue, Zimbabwe Harare, Zimbabwe

Havana, Cuba Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy HAVAN P.O. BOX 500 Calle 30 No. 518, Esquina 7a, Havana Weekly Miramar, Cuba Havana, Cuba

Helsinki, Finland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) HSNKI P.O. BOX 489 The Canadian Embassy Helsinki Bi-weekly service Pohjoisesplanadi 25 B, Finland Helsinki, Finland

Ho Chi Minh, Vietnam Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Consulate of Canada HOCHI P.O. BOX 500 235 Dong Khoi Street, Suite Ho Chi Minh City Bi-weekly service 1002, District 1, Vietnam Ho Chi Minh City, Vietnam

Hong Kong, China Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada HKONG P.O. BOX 500 8th Floor, Hong Kong Weekly 25 Westlands Road, China Quarry Bay, Hong Kong, China

I

Islamabad, Pakistan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High ISBAD P.O. BOX 500 Commission Islamabad Weekly Site A, Dip. Enclave, Pakistan Islamabad, Pakistan

Istanbul, Turkey Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 99 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Consulate General of Canada ISTBL P.O. BOX 500 209 Buyukdere Caddesi, Istanbul Bi-weekly service Tekfen Tower – 16th floor Turkey Levent 4, Istanbul 34394, Turkey

J

Jakarta, Indonesia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Embassy of Canada JKRTA P.O. BOX 500 World Trade Centre I, Jakarta Weekly 6th Floor, Jalan Jend. Sudirman, Indonesia Kav. 29-31, Jakarta 12920, Indonesia

Johannesburg, South Africa – see Pretoria

Juba, South Sudan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Embassy of Canada, JUBA P.O. BOX 500 Former JDO Compound, Juba Weekly Opposite New Sudan Palace, South Sudan Hotel, Airport Avenue, Juba, South Sudan

K

Kabul, Afghanistan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy KABUL P.O. BOX 500 House 256, Street 15, Wazir- Kabul Weekly Akbar-Khan, Afghanistan Kabul, Afghanistan

Khartoum, Sudan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) KHRTM P.O. BOX 500 The Canadian Embassy Khartoum Bi-weekly service 29 Africa Road, Block 56, Sudan Khartoum, Sudan

Kigali, Rwanda Mission Frequency of shipping (Unclassified Address of the Mission

Page 100 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

diplomatic bag) Office of the Embassy of KGALI P.O. BOX 500 Canada Kigali Bi-weekly service Rue Akagera, Rwanda Kigali, Rwanda

Kingston, Jamaica Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) KNGTN P.O. BOX 500 The Canadian High Commission Kingston Weekly 3 West Kings House Road, Jamaica Kingston, Jamaica

Kinshasa, Democratic Republic of Congo Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy KNSHA P.O. BOX 500 17 Pumbu Avenue, Gombe Kinshasa Weekly Commune, Democratic Republic of Kinshasa, Democratic Republic Congo of Congo

Kuala Lumpur, Malaysia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission KLMPR P.O. BOX 500 Menara Tan & Tan, 17th Floor, Kuala Lumpur Weekly 207 Jalan Tun Razak, Malaysia Kuala Lumpur, Malaysia

Kuwait City, Kuwait Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy KWAIT P.O. BOX 500 24 Al-Mutawaket Street, Block Kuwait City Weekly 4, Da’Aiah Area, Kuwait Kuwait City, Kuwait

Kyiv, Ukraine Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

KYIV P.O. BOX 500 The Canadian Embassy Kyiv Weekly 13A Kostelna St. Ukraine Kyiv 01901, Ukraine

L

La Paz, Bolivia

Page 101 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate Of Canada LAPAZ P.O. BOX 500 2678 Víctor Sanjinés St., La Paz Bi-weekly service Barcelona Building, 2nd. floor, Bolivia La Paz, Bolivia

Lagos, Nigeria Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Canadian Deputy High LAGOS P.O. BOX 500 Commission Lagos Bi-weekly service 4 Anifowoshe Street, Victoria Nigeria Island, Lagos, Nigeria

Lima, Peru Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) LIMA P.O. BOX 500 The Canadian Embassy Lima Weekly Calle Bolognesi 228, Peru Miraflores, Lima, Peru

Lisbon, Portugal Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy LSBON P.O. BOX 500 Avenida da Liberdade, Nr. 196- Lisbon Bi-weekly service 200, Portugal Lisbon, Portugal

London, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission LDN P.O. BOX 489 Canada House London Weekly Trafalgar Square United Kingdom London SW1Y 5BJ

Los Angeles Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada LNGLS P.O. BOX 489 550 South Hope Street, 9th Los Angeles Bi-weekly service Floor USA Los Angeles, California 90071, U.S.A.

Page 102 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Lusaka, Zambia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) LSAKA P.O. BOX 500 The Canadian High Commission Lusaka Bi-weekly service United Nation Avenue, Zambia Lusaka, Zambia

M

Madrid, Spain Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy, MDRID P.O. BOX 489 Torre Espacio, Madrid Bi-weekly service Paseo de la Castellana 259D, Spain Madrid, Spain

Managua, Nicaragua Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy MNGUA P.O. BOX 500 Costado Oriental de la casa, Managua Bi-weekly service Nazareth Une Quadra Arriba, Nicaragua Calle el nagal Managua, Nicaragua

Manila, Philippines Mission Frequency of shipping (Unclassified Address of the Mission diplomatic bag) MANIL P.O. BOX 500 Weekly The Embassy of Canada Manila Levels 6 to 8, Tower 2, RCBC Philippines Plaza Makati City, Metro Manila, Philippines 1200

Maputo, Mozambique Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High MPUTO P.O. BOX 500 Commission Maputo Bi-weekly service Avenida Kenneth Kaunda, No. Mozambique 1138, Maputo, Mozambique

Mexico City, Mexico Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 103 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Canadian Embassy, MXICO P.O. BOX 500 Calle Schiller no. 529, Mexico, D.F. Weekly Colonia Rincón del Bosque, Mexico Polanco, Mexico, D.F., Mexico

Miami, Florida, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of MIAMI P.O. BOX 489 Canada Miami Bi-weekly service 200 S. Biscayne Blvd., USA Suite 1600 Miami, USA

Minneapolis, Minnesota, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of MNPLS P.O. BOX 489 Canada Minneapolis Bi-weekly service 701 Fourth Avenue, Suite 900, USA Minneapolis, USA

Monterey, Mexico – see Mexico City

Montevideo, Uruguay Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy MVDEO P.O. BOX 500 Plaza Independencia 749, Montevideo Bi-weekly service Suite 102, C.P. 11100, Uruguay Montevideo, Uruguay

Moscow, Russia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) MOSCO P.O. BOX 500 The Canadian Embassy, Moscow Weekly 23 Starokonyushenny Pereulok, Russia Moscow, Russia

Mumbai, India Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of MMBAI P.O. BOX 500 Canada Mumbai Weekly Fort House, 6th Floor, 221 Dr. India D.N. Road Mumbai, Maharashtra, India

Munich, Germany Page 104 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) MUNIC P.O. BOX 489 The Consulate of Canada Munich Bi-weekly service 29 Tal, Germany 80331 Munich, Germany

N

Nagoya, Japan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate of Canada NGOYA P.O. BOX 489 Nakato Marunouchi Building, 6F Nagoya Weekly Nagoya, Japan Japan 460-0002

Nairobi, Kenya Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) NROBI P.O. BOX 500 The Canadian High Commission Nairobi Weekly Limuru Road, Gigiri, Kenya Nairobi, Kenya

New Delhi, India Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission DELHI P.O. BOX 500 7/8 Shantipath, New Delhi Weekly Chanakyapuri, India New Delhi, India

New York-CNGNY, New York, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of CNGNY P.O. BOX 489 Canada New York Bi-weekly service 466 Lexington Avenue, 20th USA Floor New York, NY 10017, USA

New York-PRMNY, New York, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) PRMNY P.O. BOX 489 Permanent Mission of Canada New York Bi-weekly service 466 Lexington Avenue, 20th Floor USA New York, NY 10017, USA

Nur-Sultan, Kazakhstan

Page 105 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Embassy of Canada NSLTN P.O. BOX 500 13/1 Kabanbay Batyr Street Nur-Sultan Bi-weekly service Nur-Sultan, Kazakhstan Kazkhstan 010000

O

Oslo, Norway Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) OSLO P.O. BOX 489 The Canadian Embassy Oslo Bi-weekly service Wergelandsveien 7, Norway Oslo, Norway

Ouagadougou, Burkina-Faso Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy OUAGA P.O. BOX 500 316, Avenue Professeur Joseph Ouagadougou Bi-weekly service Ki-Zerbo, Burkina Ouagadougou, Burkina Faso

P

Palo Alto, California, United States of America – see San Francisco Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Canadian Government Trade PALTO P.O. BOX 489 Office Palo Alto Bi-weekly service 245 Lytton Avenue, 3rd floor, USA Palo Alto, CA, USA

Panama City, Panama Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy PANAM P.O. BOX 500 World Trade Center, First Floor, Panama City Bi-weekly service Commercial Gallery, Panama Panama City, Marbella, Panama

Paris, France Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) PARIS P.O. BOX 489 130 Rue du Faubourg Saint- Weekly Paris Honoré, 75008, Paris

Page 106 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

France

Phnom Penh, Cambodia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Office of the Embassy of Canada PNPEN P.O. BOX 500 27-29 Street 75, Sangkat Srah Phnom Penh Monthly Chak Cambodia Khan Daun Penh 12201 Phnom Penh, Cambodia

Port au Prince, Haiti Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

PRNCE P.O. BOX 500 The Canadian Embassy Port-au-Prince Weekly Route de Delmas, Haiti Port-au-Prince, Haiti

Port of Spain, Trinidad & Tobago Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission PSPAN P.O. Box 500 Maple House, Tatil Centre Port of Spain Weekly 3-3A Sweet Briar Road, Trinidad and Tobago Port of Spain, Trinidad and Tobago

Prague, Czech Republic Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy PRGUE P.O. BOX 500 Ve Struhach 95/2 Prague Bi-weekly service 160 00 Prague 6 Czech Republic Czech Republic

Pretoria, South Africa Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) PRET P.O. BOX 500 The Canadian High Commission Pretoria Weekly 1103 Arcadia Street, Hatfield, South Africa Pretoria, South Africa

Q

Quito, Ecuador Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 107 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Canadian Embassy Av. Amazonas N37-29 y QUITO P.O. BOX 500 Union Nacional de Periodistas, Quito Bi-weekly service Edificio Eurocentro, 3 piso, Ecuador Casilla 17-11-6512, Quito, Ecuador

R

Rabat-Agdal, Morocco

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

RABAT P.O. BOX 500 Embassy of Canada Rabat-Agdal Weekly 66, Avenue Mehdi Ben Barka Morocco Rabat-Souissi, Morocco

Ramallah, Palestine - see Tel Aviv

Reykjavik, Iceland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) RKJVK P.O. BOX 489 The Canadian Embassy Reykjavik Bi-weekly service Tungata 14, Iceland Reykjavik, Iceland

Riga, Latvia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) RIGA P.O. BOX 500 The Canadian Embassy Riga Bi-weekly service 20/22 Baznicas Street, 6th Floor, Latvia Riga, Latvia

Rio de Janeiro, Brazil Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of Canada RIO P.O. BOX 500 Atlantica Avenue, 1130, 13th Rio de Janeiro Bi-weekly service floor, Brazil Copacabana, Rio de Janeiro, RJ, 22021-000, Brazil

Riyadh, Saudi Arabia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 108 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

RYADH P.O. BOX 500 The Canadian Embassy Riyadh Weekly Diploatic Quarter, Saudi Arabia Riyadh, Saudi Arabia

Rome, Italy Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

ROME P.O. BOX 489 The Canadian Embassy Annex Rome Weekly Via Zara, 30, Italy Rome, Italy

S

San Diego, California, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) SNDGO P.O. BOX 489 Canadian Trade Office San Diego Bi-weekly service 402 W. Broadway, 4th Floor, USA San Diego, California, USA

San Francisco, California, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of SFRAN P.O. BOX 489 Canada San Francisco Bi-weekly service 580 California Street, 14th Floor, USA San Francisco, California, USA

San José, Costa Rica Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy SJCRA P.O. BOX 500 Apartado Postal 35-1007, San José Weekly Centro Colon, Costa Rica San José, Costa Rica

San Salvador, El Salvador Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy Centro Financiero Gigante, SSAL P.O. BOX 500 Local 6, Lobby II, San Salvador Bi-weekly service 63 Avenida Sur y Alameda El Salvador Roosevelt, San Salvador, El Salvador g Santiago, Chile

Page 109 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy STAGO P.O. BOX 500 Nueva Tajamar 481, Las Santiago Weekly Condes, Chile Santiago, Chile

Santo Domingo, Dominican Republic Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy Av. 1099, SDMGO P.O. BOX 500 Torre Citigroup en Acrópolis Santo Domingo Weekly Center, Piso 18, Dominican Republic Ensanche Piantini, Santo Domingo, Dominican Republic

Sao Paulo, Brazil Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of SPALO P.O. BOX 500 Canada Sao Paulo Weekly CENU Torre Norte Av. das Brazil Nacoes Unidas 12.901, Sao Paulo, Brazil

Seattle, Washington, United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of SEATL P.O. BOX 489 Canada Seattle Bi-weekly service 1501 4th Avenue, Suite 600, USA Seattle, WA, USA

Seoul, Korea Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

SEOUL P.O. BOX 500 The Canadian Embassy Seoul Weekly 16-1 Jeong-dong, Jung-gu, Korea Seoul, Korea, Republic

Shanghai, China Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) SHNGI P.O. BOX 500 Consulate General of Canada Shanghai Weekly ECO City Building China 8th floor, 1788 Nanjing Xi Lu,

Page 110 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

Jing An District Shanghai, 200040, China Singapore, Singapore Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) SPORE P.O. BOX 489 The Canadian High Commission Singapore Weekly One George Street, #11-01, Singapore Singapore, Singapore

Stockholm, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) STKHM P.O. BOX 489 The Canadian Embassy Stockholm Bi-weekly service 23 Klarabergsgatan, Sweden Stockholm, Sweden

Sydney, Australia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Consulate General of SYDNY P.O. BOX 489 Canada Sydney Bi-weekly service Level 5, Quay West, 111 Australia Harrington Street, Sydney, NSW, 2000, Australia

T Taipei, Taiwan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) TAPEI P.O. BOX 500 The Canadian Trade Office Taipei Bi-weekly service 6F, No. 1 SongZhi Road, Taiwan Taipei, Xinyi District, Taiwan

Tegucigalpa, Honduras Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) Office of the Embassy of Canada TGLPA P.O. BOX 500 Centro Financiero UNO, 3er piso Tegucigalpa Bi-weekly service Bulevar San Juan Bosco, Honduras Colonia Payaqui, Tegucigalpa, Honduras

Tel Aviv, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) TAVIV P.O. BOX 500 The Canadian Embassy Tel Aviv Weekly 3/5 Nirim Street, Israel Tel Aviv, Israel

Page 111 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

The Hague, Netherlands Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) HAGUE P.O. BOX 489 The Canadian Embassy The Hague Bi-weekly service Sophialaan 7, Netherlands The Hague, Netherlands

The Mission of Canada to the European Union Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Mission of Canada to the BREU P.O. BOX 489 European Union Brussels Bi-weekly service avenue de Tervuren 2, Belgium 1040 Brussels, Belgium

The Permanent Delegation of Canada to the United Nations Educational, Scientific and Cultural Organization, Paris Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) POECD P.O. BOX 489 Permanent Delegation of Canada Paris Weekly 15 bis, rue Franqueville, France Paris, France

Tokyo, Japan Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

TOKYO P.O. BOX 489 The Canadian Embassy Tokyo Weekly 7-3-38 Akasaka, Minato-ku, Japan Tokyo, Japan

Tripoli, Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Embassy of Canada TRPLI P.O. BOX 500 Al-Fatheh Tower 7th floor, P.O Tripoli Weekly Box 93392 Libya Tripoli, Libya

Tunis, Tunisia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy TUNIS P.O. BOX 500 24 Rue Feuille d’érable, Tunis Weekly Les Berges du Lac II, Cité des Tunisia Pins, Tunis, Tunisie

Page 112 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

U

Ulaanbaatar, Mongolia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy, Ulaan Bataar, Mongolia ULAAN P.O. BOX 500 Second Floor, 8 Zovkhis building, Ulaan Bataar Bi-weekly service Seoul Street - 21, Mongolia Sukhbaatar district, Horoo 1 Ulaanbaatar, Mongolia 210628

V

Vatican, Holy See – see Rome

Vienna, Austria Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

VIENN P.O. BOX 489 The Canadian Embassy Vienna Weekly Laurenzerberg 2, Austria Vienna, Austria

Vientiane, Laos Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian Embassy in Vientiane, VNTNE P.O. BOX 500 c/o Australian Embassy to Laos Vientiane Monthly KM 4 Thadeua Rd, Watnak Laos Village, Sisathanak Dist, Vientiane, Laos

W

Warsaw, Poland Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

The Canadian Embassy WSAW P.O. BOX 500 ul. J. Matejki 1/5 Warsaw Weekly Warsaw, Poland Poland 00-481

Washington, D.C., United States of America Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag)

Page 113 of - de 114

Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur 08281-200481/A ls100 Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No./N° VME 08281-200481 LS100.08281-200481

WSHDC P.O. BOX 489 The Canadian Embassy Washington Weekly 501 Pennsylvania Ave., NW, USA Washington, USA

Wellington, New Zealand Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) WLGTN P.O. BOX 489 The Canadian High Commission Wellington Bi-weekly service 125 The Terrace, New Zealand Wellington, New Zealand

Y

Yangon, Burma Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) YNGON P.O. BOX 500 The Canadian Embassy Yangon Bi-weekly service 65 Sule Pagoda Road Burma Yangon, Burma

Yaoundé, Cameroon Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) The Canadian High Commission YUNDE P.O. BOX 500 Les Colonnades Building, New Yaoundé Bi-weekly service Bastos, Cameroon P.O. Box 572, Yaoundé, Cameroon

Z

Zagreb, Croatia Frequency of shipping (Unclassified Mission Address of the Mission diplomatic bag) ZAGRB P.O. BOX 500 The Canadian Embassy Zagreb Bi-weekly service Prilaz Gjure Dezelica #4, Croatia Zagreb, Croatia

Page 114 of - de 114

Kelly Mureta Digitally signed Contract Security Officer Tel: 613-941-0441 Mureta, by Mureta, Kelly [email protected] Date: 2021.01.29 Kelly 14:38:18 -05'00'