Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s)



Similar documents
Project Management Consulting Services Request for Qualification No. 09COE0001

Enterprise Content Management Consultant

Request for Proposals

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

REQUEST FOR INFORMATION. Shipping, Transportation and/or Consolidation Companies. Puerto Rico Exports Program. Request for Information No.

REQUEST FOR PROPOSAL

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

REQUEST FOR EXPRESSIONS OF INTEREST 4887 EOI NETWORK BACKUP/ ARCHIVING

REQUEST FOR EXPRESSIONS OF INTEREST 4643 EOI

REQUEST FOR QUOTE. RFQ Reference Number: RFQ <<INSERT e.g SWR 03-11/12>> <<Enter Course Name>>

5126P - Change Management Consulting Services - PeopleSoft Financials and Supply Chain Management Release 9.2 Upgrade 1.

HACC Central Pennsylvania s Community College Harrisburg, PA. Request for Proposal RFP For Website Content Development HACC

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

Request for Proposal Business & Financial Services Department

Microsoft Enterprise Agreement Renewal and Software License Management Services

City of Vallejo REQUEST FOR PROPOSAL WORKERS COMPENSATION CLAIMS AUDIT

REQUEST FOR QUALIFICATIONS

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

Request for Proposal. City of Richmond Business & Financial Services Department. Contract 5243P. IT Project /Change Management Consulting Services

Request for Proposal Environmental Management Software

REQUEST FOR PROPOSAL Branded Content Marketing and Contest Development to Target International Markets

Kofax Enhancement Project. Request for Proposal

REQUEST FOR QUOTES: Marketing Agency of Record

INVITATION TO QUALIFY CLOSING DATE OF INVITATION TO QUALIFY THURSDAY APRIL 24, 4 P.M.

REQUEST FOR EXPRESSIONS OF INTEREST

Village of Nakusp RFQ Source Protection Plan

MUSKOKA TOURISM REQUEST FOR PROPOSAL

diverse. vast. abundant. Records Management Assessment Request for Proposal No

Request for Proposal HQC Evaluation of Saskatchewan s Lean Health Care Transformation: Phase 1

Request for Proposal Business & Financial Services Department

Request for Proposals (RFP) Strategic Education Consulting Services December 2012 FILING DEADLINE: DECEMBER 21, 2012 (5 P.M. EST)

Shawnee County ATTN: Bill Kroll 200 SE 7 th Street, Rm B-30 Topeka, KS Phone Bill.Kroll@snco.us

Infrastructure Technical Support Services. Request for Proposal

REQUEST FOR PROPOSAL

Consulting Services for CORPORATE SPONSORSHIP ASSET INVENTORY & VALUATION

NOTE: SERVICE AGREEMENTS WILL BE DRAFTED BY RISK SERVICES SERVICE AGREEMENT

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

CITY OF HIGHLAND PARK

CONSULTING SERVICES AGREEMENT THE CORPORATION OF THE CITY OF GUELPH, an Ontario municipality. ( City ) and. an Ontario. ( Consultant").

REQUEST FOR BIDS. Project Management Technical Services

Request for Qualifications (RFQ) for a. Financial Management Consultant. for the. The Snoqualmie Indian Tribe

Business Intelligence Data Analyst

REQUEST FOR SERVICES Digital Marketing Campaign Specialist Winter Travel in Muskoka

Policy Number: Policy Name: Professional Services and Construction Services Procurement

COWLITZ-WAHKIAKUM COUNCIL OF GOVERNMENTS REQUEST FOR PROPOSALS

STATE OF MAINE DEPARTMENT OF EDUCATION RFP # PAYROLL SERVICES FOR TEMPORARY RESOURCES

SECTION 6: RFQ Process, Terms and Conditions

Procedures for Tenders and Contracts. October Huon Valley Council Procedures for Tenders and Contracts October 2014 Page 1 of 14

Request for Service. Business and Technical Consulting Services Senior Business Analyst OntarioMD EMR Physician Dashboard

Request for Proposal For Marketing and Communications Strategy Development, Creative Services, and Media Placement Services and Purchase

Description: Publication Date: 9/21/2015. Closing Date/Time: Open Until Contracted

REQUEST FOR QUOTATION GOODS AND SERVICES RFQ

Request for Proposals to Design, Build, Finance, Operate and Maintain North Commuter Parkway and Traffic Bridge Project City of Saskatoon

Request for Proposal Finance and Corporate Services Department

Common Student Information System for Schools and School Boards. Project Summary

Request for Proposal Permitting Software

REQUEST FOR BENEFIT BROKERAGE AND CONSULTING SERVICES

Website Design, Development and Support Services. Request for Proposal For The Corporation of the Town of Gore Bay

REQUEST FOR PROPOSALS FOR FINANCIAL ADVISORY SERVICES

Request for Proposal

North American Development Bank. Model Prequalification Document: Prequalification of Contractors

REQUEST FOR PROPOSALS For HEALTH INSURANCE AGENT/BROKER SERVICES. FOR THE Town of Vernon, Connecticut. Contract # /15/2012

QUOTE OPENING MEETING: Sealed Quotes will be opened at 9:00 a.m (eastern standard time) on Wednesday, May 1, 2013 at the County of Muskegon.

Canterbury Park Pool Chamber Replacement

Detroit Land Bank Authority. Request for Proposals: Call Center Services

JOHN HART GENERATING STATION REPLACEMENT PROJECT. Schedule 9. Quality Management

Request for Proposals Community Engagement and Business Development Consultant Contractor Loan Fund May 16, 2016.

REQUEST FOR PROPOSALS FOR Franchise Fees, Sales and Use Tax Audits

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

Senior Security Analyst

REQUEST FOR PROPOSALS. 403(b) Retirement Plan Investment Analysis and Consulting. July 2012

Video Production Services for the Ontario College of Trades (the College)

CITY OF WINCHESTER, KENTUCKY REQUEST FOR PROPOSAL INSURANCE BROKERAGE SERVICES

Request for Qualifications

Transport for London. INVITATION TO TENDER FOR BRIDGE DESIGN CONSULTANCY SERVICES ITT REF: TfL/90711 PUBLICATION DATE: 13 FEBRUARY 2013

Request for Proposal. 4261P PeopleSoft HCM Functional Consulting Services

LEGAL SERVICES CORPORATION REQUEST FOR PROPOSAL FOR DEVELOPMENT OF E-LEARNING TRAINING COURSE

REQUEST FOR PROPOSAL Mobile Tours (Website) Development

Request for Proposals Tendering and Contract Management Services Housing Prototype

REQUEST FOR PROPOSALS WEBSITE DESIGN AND MAINTENANCE SERVICES

Invitation to Tender

Transcription:

Audio-Visual & Multimedia Producer(s) Website and Mobile App Developer(s) Request for Qualifications No. FPCC-RFQ-001 Issue date: July 4, 2013 Closing location: MAIL ONLY: COURIER/BY HAND: First Peoples' Cultural Council 1A Boat Ramp Road, Brentwood Bay, B.C., Canada V8M 1N9 Attention: Michelle Washington First Peoples' Cultural Council 1A Boat Ramp Road, Brentwood Bay, B.C., Canada V8M 1N9 Attention: Michelle Washington Closing date and time: A. Two (2) complete hard copies and one (1) electronic copy of each Response must be received before 4:00 PM Pacific Time on August 2, 2013 Contact person: Michelle Washington, Project Manager Phone: 250-652-5952 (Ext. #215) michelle@fpcc.ca

1. HISTORY 3 Table of Contents 2. OVERVIEW OF THE REQUIREMENT...3 3. REQUEST FOR QUALIFICATIONS DEFINITIONS...4 4. REQUEST FOR QUALIFICATIONS...5 4.1 Enquiries...5 4.2 Closing Date...5 4.3 Qualifications Review Committee...5 4.4 Review and Selection...5 4.5 Signed Responses...6 4.6 Changes to Response Wording...6 4.7 Respondent s Expenses...6 4.8 Acceptance of Responses...6 4.9 Definition of Contract...6 4.10 List of Qualified Suppliers Not Binding...6 4.11 Modification of Terms...6 4.12 Ownership of Responses...7 4.13 Confidentiality of Information...7 4.14 Collection and Use of Personal Information...7 4.15 Additional Information on the RFQ...7 5. SERVICES 7 5.1 Service Areas...7 5.2 Location and Facilities...8 6. USE OF LIST 9 6.1 Guidelines...9 7. QUALIFICATIONS REVIEW CRITERIA...12 7.1 Mandatory Criteria...12 7.2 Desirable Criteria...12 7.3 Qualifications Review Stages...13 8. RESPONSE DETAILS...14 List of Appendices APPENDIX A RESPONSE COVERING LETTER APPENDIX B CONSULTANT QUALIFICATION SUMMARY 2

1. History The First Peoples Heritage, Language and Culture Council (FPCC) is a provincial Crown Corporation created by Government of British Columbia legislation in 1990 to administer the First Peoples Heritage, Language and Culture program, with a mandate to assist B.C. First Nations in their efforts to revitalize their language, arts and cultures. Since its inception, the FPCC has distributed over $25 million to First Nations communities in B.C. for language, art and culture projects. The Royal BC Museum (RBCM), a legislated corporation of the Government of British Columbia operating under the Museum Act, has a long history of working collaboratively with First Nations Individuals, organizations and governments in the creation of exhibitions and programs. One of Canada s great cultural treasures, the RBCM researches, preserves and exhibits the human and natural history of the province and provides a dynamic forum for discussions and a place of reflection. Millions of visitors visit the museum in person and via its website every year. On February 21, 2013 the FPCC and RBCM signed a Memorandum of Understanding recognizing their mutual desire to strengthen and enhance the understanding of First Nations cultures and languages. Under the terms of this Agreement both parties agreed to collaborate on an active program of developing exhibitions and presentations about First Nations languages, arts and culture. As a result, the FPCC and RBCM are now engaged in their first collaboration; the development of a major new exhibition focusing on the story of First Nations Languages of British Columbia. The exhibition is slated to open in February 2014. 2. Overview of the Requirement The First Peoples Heritage, Language and Culture Council (FPCC) is seeking submittals of qualifications from Audio-Visual and Multimedia Producer(s) and Website and Mobile App Developer(s). Working with the FPCC and RBCM content and design teams, the Consultant(s) may be required to produce short videos, audio segments, interactive media, website development and smart phone apps, or coordinate the productions as an executive producer through selected sub-producers, studios, and production teams who will need to be approved by both the FPCC and the RBCM. Ability to produce work from a First Nation point of view is required. Experience and understanding of First Nations languages is required, and First Nations people are strongly encouraged to apply. Past experience working with First Nations groups and a demonstrated understanding of the issues inherent in working with diverse communities on a culturally sensitive topic is mandatory. The successful Consultants(s) will also have a significant record of work in the indicated Service Area(s). Experience in a 3

museum or interpretive centre context is an asset. The supply and programming of associated hardware is not required. The purpose of this Request for Qualifications is to qualify Consultants experienced in the following Service Areas: Audio-Visual and Multimedia Producer(s) Website and Mobile App Developer(s) Based on the review of the RFQ Responses the FPCC intends to establish a List of Qualified Suppliers who, on an as, if and when requested basis, may be contacted directly, or asked to compete, to enter into a Contract(s) for provision of the services described in section 4. 3. Request for Qualifications Definitions Throughout this Request for Qualifications, the following definitions will be used: a) BC Bid means the electronic tendering service maintained by the FPCC; b) BC Bid Website means the website maintained by BC Bid at www.bcbid.ca, or any replacement website; c) Contract means a written contract executed by the FPCC and a Qualified Supplier; d) Consultant means a person nominated by a Respondent to be qualified in one or more Service Area; e) List of Qualified Suppliers or List means a list of names of Qualified Suppliers, and in the case where the Qualified Supplier is a company, includes the names of their Consultants, who possess the qualifications described in this RFQ and that have satisfied any conditions set by the FPCC and RBCM for being added to and staying on that list; f) must, or mandatory means a requirement that must be met in order for a Response to receive consideration; g) FPCC means The First Peoples Heritage, Language and Culture Council; h) RBCM means The Royal BC Museum Corporation; i) Qualified Supplier means a Respondent who is either an individual Consultant, or who is a company or joint venture having one or more Consultants, possessing the qualifications in a Service Area described in this RFQ that has satisfied any conditions set by the FPCC and RBCM for being added to, and staying on, the List of Qualified Suppliers in that Service Area; j) Respondent means an individual or a company that submits, or intends to submit, a Response ; k) Response means a statement of qualifications for a Consultant submitted in reply to this RFQ; l) RFQ or Request for Qualifications means the process described in this document; 4

m) Service Area means a category of service described in this RFQ in respect of which a List will be established; and n) should or desirable means a requirement having a significant degree of importance to the objectives of this RFQ. 4. Request for Qualifications 4.1 Enquiries All enquiries related to this RFQ are to be directed, in writing, to the contact person at the email address on the front cover of this RFQ. Information obtained from any other source is not official and should not be relied upon. Do not contact the FPCC or RBCM unless indicated as the contact person. Enquiries and answers may be recorded and distributed to all Respondents at the FPCC and RBCM s option. 4.2 Closing Date Two (2) complete hard copies and one (1) electronic copy of each Response must be received before 4:00 PM, Pacific Time, on August 2, 2013 at the address on the front cover of this RFQ. Responses must not be sent by facsimile or e-mail. Responses and their envelopes should be clearly marked with the name and address of the Respondent, the RFQ number, and the project or program title. Responses received after the date set out on the front cover of this RFQ will be dealt with under section 6.1.11 4.3 Qualifications Review Committee Review of Responses will be by a committee formed by the FPCC and RBCM and may or may not include employees and or contractors of the FPCC and RBCM. 4.4 Review and Selection The qualifications review committee will check Responses against the mandatory criteria. Responses not meeting all mandatory criteria will be rejected without further consideration. Responses that do meet all the mandatory criteria will then be assessed and scored against the desirable criteria. Responses not meeting a minimum score (if specified) in a category will not be further considered. The names of successful Respondents will be added to the FPCC s List of Qualified Suppliers. 4.5 Signed Responses The Response must include a cover letter substantially similar to the cover letter set out in Appendix B and the cover letter must be signed by a person authorized to sign on behalf of the Respondent. 4.6 Changes to Response Wording The Respondent will not change the wording of its Response after the closing date and time specified on the front cover of this RFQ, and no words or comments will be added to the Response unless requested by the FPCC for purposes of clarification. 5

4.7 Respondent s Expenses Respondents are solely responsible for their own expenses in preparing a Response and for subsequent negotiations with the FPCC, if any. The FPCC will not be liable to any Respondent for any claims, whether for costs or damages incurred by the Respondent in preparing the Response, loss of anticipated profit in connection with any final Contract, or any other matter whatsoever. 4.8 Acceptance of Responses This RFQ is not an agreement to purchase services. The FPCC are not bound to enter into a Contract with any Qualified Supplier. Responses will be assessed in light of the qualification review criteria. The FPCC will be under no obligation to receive further information, whether written or oral, from any Respondent. 4.9 Definition of Contract Notice in writing to a Respondent that it has been identified as a Qualified Supplier will neither constitute a Contract nor give the Respondent any legal or equitable rights or privileges relative to the service requirements set out in this RFQ. Only if a Qualified Supplier and the FPCC enter into a subsequent full written Contract will a Respondent acquire any legal or equitable rights or privileges. 4.10 List of Qualified Suppliers Not Binding A Qualified Supplier may withdraw its name from the List of Qualified Suppliers by notifying the FPCC in writing. The FPCC or RBCM may withdraw a name of a Qualified Supplier from the List of Qualified Suppliers by notifying that Qualified Supplier in writing. 4.11 Modification of Terms The FPCC reserve the right to modify the terms of this RFQ at any time given the consent of both parties. This includes the right to cancel this RFQ or the List of Qualified Suppliers at any time without entering into a Contract. 4.12 Ownership of Responses All documents, including Responses, submitted to the FPCC become the property of the FPCC. They will be received and held in confidence by the FPCC, subject to the provisions of the Freedom of Information and Protection of Privacy Act. 4.13 Confidentiality of Information Information pertaining to the FPCC and RBCM obtained by the Respondent as a result of participation in this RFQ is confidential and must not be disclosed without written authorization from the FPCC and RBCM. 4.14 Collection and Use of Personal Information Respondents are solely responsible for familiarizing themselves, and ensuring that they comply, with the laws applicable to the collection and dissemination of information, including resumes and other personal information concerning employees and employees of any subcontractors. If this RFQ requires Respondents 6

to provide the FPCC with personal information of employees who have been included as resources in response to this RFQ, Respondents will ensure that they have obtained written consent from each of those employees before forwarding such personal information to the FPCC. Such written consents are to specify that the personal information may be forwarded to the FPCC for the purposes of responding to this RFQ and use by the FPCC for the purposes set out in the RFQ. The FPCC may, at any time, request the original consents or copies of the original consents from Respondents, and upon such request being made. Respondents will immediately supply such originals or copies to the FPCC. 4.15 Additional Information on the RFQ All subsequent information regarding this RFQ, including changes made to this document, will be posted on FPCC s website and the BC Bid Website. It is the sole responsibility of the Respondent to check for amendments and additional information on the BC Bid Website. 5. Services 5.1 Service Areas The following sub-sections list the Service Areas and details of the types of services that the FPCC and RBCM may require from Qualified Suppliers: 5.1.1 Audio-Visual and Multimedia Producer(s) Successful respondents may be required to produce short videos, audio segments and interactive media, or coordinate the production of these elements as an executive producer through selected and sub-producers, studios, and production teams approved by the FPCC & RBCM. Specific skills include the following: a) Ability to create work from a First Nations point of view; b) History of work with diverse First Nations communities and appropriate cultural sensitivity; c) Knowledge and understanding of First Nations languages in British Columbia; d) Ability to produce exceptionally high quality media productions across multiple delivery platforms including, but not limited to, high definition video, audio recordings, and computer interactive productions; e) Managing project scope by identifying issues and scope changes, assessing their impact, and managing their resolution; f) Presenting creative proposals and progress submissions to project stakeholders and interested parties; g) Preparing detailed project plans, including (i) cost estimates, (ii) schedules and (iii) resources required to deliver solutions; h) Providing project management for awarded scope, including (i) regular reporting of project status, (ii) monitoring budget and schedule, (iii) resolving day to day issues, (iv) reporting to project steering committee and FPCC Project Manager; 7

5.1.2 Website & Mobile App Developer(s) Successful respondents may be required to develop mobile and web content for the exhibition including developing online content to be integrated into the FPCC and RBCM websites. Specific skills include the following: a) Ability to create work from a First Nations point of view; b) History of work with diverse First Nations communities and appropriate cultural sensitivity; c) Knowledge and understanding of First Nations languages in British Columbia; d) A portfolio of high quality web and mobile projects preferably with some First Nations cultural clients; e) Managing project scope by identifying issues and scope changes, assessing their impact, and managing their resolution; f) Presenting creative proposals and progress submissions to project stakeholders and interested parties; g) Preparing detailed project plans, including (i) cost estimates, (ii) schedules and (iii) resources required to deliver solutions; h) Providing project management for awarded scope, including (i) regular reporting of project status, (ii) monitoring budget and schedule, (iii) resolving day to day issues, (iv) reporting to project steering committee and FPCC and RBCM Project Managers; i) Experience conducting usability testing, user acceptance testing, and quality assurance testing 5.2 Location and Facilities Although some site work may be required, Consultants are generally expected to execute their work independently in their own facilities. Consultants should have access to standard office automation tools (i.e., e-mail, MS Word and MS Excel) as well as any speciality media or project management software required to execute the contracted work. 6. Use of List The List of Qualified Suppliers generated as a result of this RFQ applies only to the First Nations Language Exhibition project and will remain valid for the period of time from the generation of the List of Qualified Suppliers and the closing date of the First Nations Languages Exhibition or February 21, 2017 whichever shall come first. 6.1 Guidelines The guidelines set out in this Section 5 regarding the use of the List of Qualified Suppliers are subject to change from time to time as the FPCC and RBCM may deem necessary, without notice to the Consultants or firms on the List. 6.1.1 The List of Qualified Suppliers will be in effect until the closing date of the First Nations Languages Exhibition or February 21, 2017 which ever shall come first. 6.1.2 The FPCC may, in its sole discretion, from time to time, use the List of Qualified Suppliers in connection with projects or assignments. The criteria for selecting 8

Qualified Suppliers for each project or task will vary, depending upon the requirements of the applicable project or task and could involve requiring a Consultant to have a certain demonstrated experience and proficiency level in one or more Service Areas depending on the specific requirements of the project or assignment. Any material generated under a contract between the FPCC and Qualified Supplier becomes the property of the RBCM with unrestricted, non-commercial, shared use rights held by the FPCC. 6.1.3 Any Contracts entered into with a Qualified Supplier will be: a) between the FPCC and the individual Consultant where the Qualified Supplier is the individual Consultant, and b) between the FPCC and a company and specifying the individual Consultant(s) to be engaged where the Qualified Supplier is a Respondent company or joint venture. 6.1.4 Qualified Suppliers may be contacted on an "as, if and when requested" basis and may be contacted directly or asked to compete on opportunities for the provision of services in accordance with the selection method set out in paragraph 5.1.5 or as revised by the Province and communicated to all Qualified Suppliers from time to time. If a Qualified Supplier's requested Consultant is unavailable for a contemplated project or assignment, the Qualified Supplier may propose a substitute resource to the FPCC & RBCM for evaluation and consideration. 6.1.5 The FPCC and RBCM may select a Qualified Supplier from the List using one or more of the following selection methods: a) If the estimated Contract value is less than $25,000 the FPCC and RBCM may directly invite a Qualified Supplier to provide a quotation based on Consultant availability and on specified requirements (e.g., deliverables, milestones, term etc.) of the project or assignment with the intent to enter into Contract negotiations with that Qualified Supplier; b) If the estimated Contract value is $25,000 or more and less than $75,000, the FPCC and RBCM may directly invite a Qualified Supplier to provide a quotation based on Consultant availability and on specified requirements (e.g., deliverables, milestones, term, etc.) of the project or assignment with the intent to enter into Contract negotiations with that Qualified Supplier if it can be verified by the FPCC and RBCM that only one Qualified Supplier has a Consultant that: i. is available to undertake the project or assignment; or, ii. has the necessary qualifications to carry out the project or assignment based on the FPCC and RBCM s specific assessment of the Consultant qualifications. c) If the estimated Contract value is $25,000 or more and less than $75,000, and more than one Qualified Supplier has a Consultant available who has the necessary qualifications to carry out the project or assignment based on the FPCC and RBCM s specific assessment of the Consultant qualifications, the 9

FPCC and RBCM may, in their sole discretion, use a competitive or other selection process between a minimum of three (if available) such Qualified Suppliers that evaluates each Qualified Supplier's available Consultants, proposed approach, pricing, or other elements required for the project or assignment. The FPCC and RBCM may in their sole discretion consider other Qualified Suppliers available Consultants that, in the FPCC s and RBCM s opinion, meet the qualification criteria for the project or assignment (e.g., specialization, experience level, etc.). d) If the estimated Contract value is $75,000 or more, and more than one Qualified Supplier has a Consultant available who has the necessary qualifications to carry out the project or assignment based on the FPCC s specific assessment of the Consultant qualifications, the FPCC will invite all such Qualified Suppliers to compete for the project or assignment. e) Notwithstanding subparagraphs a), b), c), and d), the FPCC and RBCM may directly negotiate a contract with a Qualified Supplier where one of the following exceptional conditions applies: i. only one available Consultant is qualified to provide the services; ii. an unforeseeable emergency exists and the services could not be obtained in time by means of a competitive process; iii. a competitive process would interfere with the FPCC and RBMC's ability to maintain security or order or to protect human, animal or plant life or health; or iv. the acquisition is of a confidential or privileged nature and disclosure through an open bidding process could reasonably be expected to compromise government confidentiality, cause economic disruption or be contrary to the public interest. 6.1.6 Qualified Suppliers will immediately, during the period that the List is in effect, advise the FPCC of any material changes to the information contained in their Response. 6.1.7 The FPCC and RBCM have the shared discretion to remove a Qualified Supplier from the List of Qualified Suppliers for unsatisfactory performance by a Qualified Supplier in a Contract or for failing to meet the requirements for staying on the List of Qualified Suppliers as set out in this RFQ or as may be communicated by the FPCC and RBCM from time to time. 6.1.8 The FPCC has no obligation to: a) inquire as to the availability of a substitute Consultant when advised by a Qualified Supplier that the Consultant named on the List is not available for a particular project; b) evaluate or accept any substitute Consultant proposed by a Qualified Supplier; 10

c) enter into a Contract with any one or more Qualified Suppliers; or d) invite any one or more Qualified Suppliers to participate in competitive processes for a Contract. 6.1.9 The FPCC & RBCM reserves the right, at their sole discretion, to: a) employ open competitions that include suppliers external to the List of Qualified Suppliers; b) otherwise engage suppliers external to the List of Qualified Suppliers in connection with any project required by the FPCC & RBCM; and c) at any time, cancel, extend, expand or make a call to the market-place to renew the List of Qualified Suppliers. 6.1.10 The FPCC & RBCM may not necessarily select the Qualified Supplier offering the lowest rates, and may also review the qualifications or other criteria required for a specific project. 6.1.11 The FPCC and RBCM may, in their sole discretion, consider subsequent requests for inclusion on the List of Qualified Suppliers after August 2, 2013 and during the term of the List. Any such requests will be subject to those Respondents submitting their qualification information for review in the same manner as originally outlined in this RFQ. There is no assurance that the FPCC and RBCM will require any future additions to the List or will accept any requests for inclusion. 7. Qualifications Review Criteria 7.1 Mandatory Criteria The following are mandatory requirements. Responses not clearly demonstrating that they meet them will receive no further consideration during the evaluation process. Mandatory Criteria a) The Response must be received at the closing location by the specified closing date and time. b) The Response must be in English and must not be sent by facsimile or email. c) Two (2) hard copies of the Response must be submitted plus one (1) electronic copy of the Response must be submitted, either in MSWord or PDF format and either on DVD or CD. d) The Response must include a completed form, in substantially the same form as Appendix C, for each Consultant to be considered. e) A single portfolio of past work, sample reels, recordings, interactive productions, etc., submitted in electronic format. a) Minimum of three (3) client references with contact information. 11

7.2 Desirable Criteria Responses meeting the mandatory requirements will be further assessed against the following desirable criteria. A Respondent not reaching the minimum score in a given category will receive no further consideration during the qualifications review. In the case of multiple Consultants submitting as a joint venture or as an executive producer with sub-producers, studios, and production teams, submissions will be graded as a single submittal based on the relative strengths of all team members. However, the FPCC & RBCM reserve the right to award or deny Qualified Supplier status to individual Contractor(s) within a team submittal at their shared discretion. Changes to team structure after the judging process may result in a re-evaluation of the awarded score and removal from the Qualified Suppliers list at the discretion of the FPCC and RBCM. Service Area 4.1.1 A/V & Multimedia Producers Desirable Criteria Points Available Minimum score (if applicable) A/V Production experience of Consultant(s) and team 28 14 Ability to create work from a First Nations perspective 10 6 Experience of Consultant(s) & team working with First Nations 10 6 Team Structure and Internal Controls 8 4 Multimedia Creative & Technical Standards (This mark will be based on review of examples of work) 28 19 Understanding of the project and FPCC/RBCM needs 8 4 References 8 4 TOTAL POINTS AVAILABLE 100 Service Area 4.1.2 Website Development & Smartphone Apps Desirable Criteria Points Available Minimum score (if applicable) Experience of Consultant(s) and team 28 14 Ability to create work from a First Nations perspective 10 6 Experience of Consultant(s) & team working with First Nations 10 6 Team Structure and Internal Controls 8 4 Creative & Technical Standards (This mark will be based on review of examples of work) 28 14 Understanding of the project and FPCC/RBCM needs 8 4 References 8 4 TOTAL POINTS AVAILABLE 100 12

7.3 Qualifications Review Stages Stage 1 Responses will be checked for compliance with the Mandatory Criteria. Responses that do not meet the mandatory requirements will receive no further consideration. Stage 2 Consultants will be assessed on the relevant experience of the Consultant and their team, ability to create work from a First Nations perspective, experience of the Consultant(s) working with First Nations, team structure and internal controls, creative and technical standards demonstrated in their work, demonstrated understanding of the project and FPCC and RBCM needs, and finally, on three references from past projects. The FPCC reserves the right to interview Consultants when reviewing these criteria for clarification purposes. Stage 3 Reference checks may be done by the FPCC during the qualifications review and the term of the List to confirm any submitted Appendix C information about Consultants. The FPCC reserves the right to contact references other than those provided by the Respondent. If any of the references are unsatisfactory to the FPCC, the Consultant may be excluded or removed from the List of Qualified Suppliers in the FPCC and RBCM s shared discretion. Stage 4 Respondents will be notified of their status on the List of Qualified Suppliers. 8. Response Details 8.1 Responses are to be submitted in the following format and sequence to ensure that they receive full consideration during evaluations and that the evaluations themselves may be handled in an efficient and consistent manner. All pages should be consecutively numbered. a) The Response covering letter set out in Appendix B (Appendix A not used); b) A 1-2 page corporate information overview of the Respondent firm, e.g., types of services offered, length of time in business, and accomplishments. In the case of joint ventures, provide this information for each Consultant, sub-producer, studio, and production team and describe any previous projects team members have worked on together; c) A completed form, in substantially the same form as Appendix C, for each Consultant detailing up to five relevant projects completed within the last 10 years. Provide specific details on how the skills listed in Section 4.1.1 were incorporated into a specific project or assignment (in the Consultant s Demonstrated Service Area Experience field for the project); 13

d) A portfolio of past work, sample reels, recordings, interactive productions, etc., submitted in electronic format. Hard copy supplementary material in the form of company profiles, client testimonials, etc. may also be submitted. e) A résumé (1 to 2 pages please) for each Consultant or key team member, containing information on the Consultant s employment history including positions held and their duration, relevant skills and experience and professional designations and affiliations. f) Minimum of three (3) client references with contact information. 14

Appendix A Response Covering Letter Letterhead or Respondent s name and address Date: First Peoples Cultural Council 1A Boat Ramp Road, Brentwood Bay, B.C., V8M 1N9 Attention: Michelle Washington Subject: List of Qualified Suppliers Request for Qualifications No. [ ], including any amendments or additions (the Request For Qualifications ) NOTE: amendments and additions will be posted to the BC Bid website at www.bcbid.ca It is the Respondent s sole responsibility to check for amendments and additional information. The enclosed Response is submitted in response to the above-referenced Request for Qualifications. We have carefully read and examined the Request for Qualifications and have conducted such other investigations as were prudent and reasonable in preparing the Response. We are authorized to submit this Response on behalf of the Respondent. Yours truly, Signature Name: Title: Telephone Number: e-mail address: Legal name of Respondent: Date: 15

Appendix B Consultant Qualification Summary Respondent s Legal Name: Consultant s Name: Consultant s Requested Service Area: Consultant s Primary Office Address: Consultant s Contact Information: Phone: Fax e-mail Service Area Indicate the Service Area(s) within which the Consultant(s) seek to be awarded Qualified Supplier status. Consultant s Qualifications Provide a brief summary to clearly demonstrate your or your team s expertise in this Service Area. For example, indicate the number of years you have been engaged in the Service Area, key skills and strengths, education, history of working with First Nations groups and/or within a museum context. Consultant s Availability Provide a brief summary of the Contractor(s) availability to execute work between now and February 21, 2014. Consultant s Demonstrated Service Area Experience Assignments/Projects Provide specific details about a project/assignment you have been engaged on to clearly demonstrate your expertise in your selected Service Area. For example, indicate the time length of the assignment, details about its value and impact of the client organization, your role and accomplishments in the assignment etc. Provide specific details about a project/assignment you have been engaged on to clearly demonstrate your expertise in your selected Service Area. For example, indicate the time length of the assignment, details about its value and impact of the client organization, your role and accomplishments in the assignment etc. Skill Areas Indicate the experience/skills employed in the assignment or project from those listed in the RFQ s applicable Service Area. Indicate the experience/skills employed in the assignment or project from those listed in the RFQ s applicable Service Area. Client Reference(s) Provide: Client Organization (i.e., project or assignment owner) Client Contact Contact s Title Contact s telephone number Contact s e-mail Provide: Client Organization (i.e., project or assignment owner) Client Contact Contact s Title Contact s telephone number Contact s e-mail Add additional assignments/projects as you wish to a maximum of 5 for each Consultant. Projects must have been completed within the past 10 years. 16