Chapter 9 - Special Procurements
Section 9A: Purchases from CORCAN
Requisition Receipt
9A.1 (2002-05-24) In compliance
with Cabinet Decision 320-74RD, dated May 16, 1974, Public Works
and Government Services Canada (PWGSC), along with other federal
government departments will, whenever possible, provide CORCAN
with stable market outlets for its goods and services. This policy
was reviewed and confirmed by Treasury Board on July 25, 1995.
9A.2 (2005-12-16) Article
1018 2(d) of the North America Free Trade Agreement allows for
the exemption of procurements relating to goods or services of
prison labour. A similar provision exists in the World Trade Organization
Agreement on Government Procurement and in the Agreement on Internal Trade, Article
507 (c).
9A.3 (2003-12-12) When in
receipt of a requisition for which the client has specified that
CORCAN is the preferred source of supply, the contracting officer
will support the award of the requirement to CORCAN and issue a
Stores Transfer Order. The client need not provide justification
for purchasing CORCAN goods and services (see 9A.8).
9A.4 (2002-05-24) When CORCAN
has not been specified as a source of supply but can meet the requirement,
the contracting officer, wherever possible and in recognition of
the potential benefits to be derived, will recommend to the client
that CORCAN be considered as a source of supply
9A.5 (2002-05-24) There are
a number of procurement methods available to access goods and services
from CORCAN including Supply Arrangement number E60PQ-000008/001/PQ.
9A.6 (2002-05-24) Goods and
services acquired from CORCAN must be comparable in price, delivery,
performance and quality to those that PWGSC would have received
from private sector suppliers had they been awarded the same business.
Memorandum of Understanding
9A.7 (2002-05-24) Procurements
from CORCAN are to be carried out in accordance with the Memorandum
of Understanding (MOU) (see Appendix A) ratified
on 2 January 2001, by the Deputy Minister, PWGSC, and the Commissioner
of Corrections, Correctional Services Canada. The attached MOU outlines both PWGSC and CORCAN
responsibilities.
Implementation
9A.8 (2003-12-12) Documentation
of procurements from CORCAN will take the form of 'Stores
Transfer Orders', since these arrangements are not contracts
within the meaning of the Government Contracts Regulations (GCR)
and the Treasury Board (TB) Contracts Directive. Existing contract
and amendment forms are to be employed, and will be processed in
the normal manner, with the following changes:
- delete the word 'CONTRACT' and substitute the words 'STORES
TRANSFER ORDER';
- insert the following as the first item in the contract under 'Description
of Supplies and/or Services':
'Stores Transfer Order
This is not a contract. '
9A.9 (2003-12-12) Although
arrangements with CORCAN are not governed by the GCR and the TB
Contracts Directive, all existing departmental limits governing
the approval of entry into and signing of contracts apply.
Appendix A
(2002-05-24)
Memorandum of Understanding Between
Public Works and Government Services Canada
and CORCAN
(SOA of the Correctional Service of Canada)
This Memorandum of Understanding (MOU) supersedes the PWGSC/CSC
agreement ratified on June 14, 1988.
1. Purpose
The purpose of this memorandum is to record agreement between
the Department of Public Works and Government Services (PWGSC)
and CORCAN (SOA of Correctional Service of Canada (CSC) with respect
to orders placed by PWGSC for goods and/or services from CORCAN.
2. Basis for Preferential Access
In May 1974, in recognition of the social value of the training
and employment of federally incarcerated offenders, Cabinet directed
that, whenever possible, DSS (now part of PWGSC) and other government
departments should provide correctional industries with adequate,
stable and continuing market outlets for their manufactured goods.
By buying manufactured goods (office furniture, workstations,
filing cabinet, dormitory furniture and furnishings) from CORCAN,
the Government is lowering the cost of incarceration, and providing
offenders with work related training which is essential for becoming
self sufficient, law abiding citizens upon their release. For departments
and agencies procuring CORCAN products, they are indeed buying
truly Canadian materials and services that are backed by a sister
agency, and saving a significant amount of time and energy because
of a much simpler procurement process.
3. Requisites for PWGSC Business with CORCAN
- PWGSC must maintain good customer and supplier relations. Therefore,
in allocating business to CORCAN, PWGSC will consider the impact
on customer departments and on Canadian suppliers likely to be
affected, particularly small business.
- PWGSC recognizes that CORCAN has the mandate to provide employment
and training to federal offenders in order to give offenders
the skills and attitudes they will need when they return to society
and become productive employees. CORCAN does this by marketing
the products and services produced by federal offenders.
- PWGSC recognizes that the department should assist CORCAN with
the promotion of CORCAN products.
- CORCAN recognizes that it is the one primarily responsible
for marketing its products.
- Once business has been accepted, CORCAN must undertake to fulfill
its obligations to PWGSC.
- For all business allocated by PWGSC to CORCAN, the quality
standards and delivery performance must be comparable to those
which PWGSC would have demanded and received from private sector
suppliers.
4. Pricing Policy
CORCAN product prices are to be comparable to the most recent
prices contracted for with private sector suppliers for like products,
quality and quantity.
5. Determination of Allocation
On receipt of a requisition for which the client has specified
that CORCAN is the preferred source of supply, the contracting
officer will support the award of all or part of a requirement
to CORCAN.
When CORCAN has not been specified as a source of supply but can
meet the requirement, the contracting officer, wherever possible
and in recognition of the potential benefits to be derived, will
recommend to the client that CORCAN be considered as a source of
supply.
Except where a PWGSC analysis can demonstrate a prohibitive impact
on a given Canadian industry, the share assigned to CORCAN will
normally be limited only by the volume which CORCAN is willing
and able to provide.
6. Review Process
At the request of either party, PWGSC and CORCAN agree to conduct
a review of this PWGSC/CSC Memorandum of Understanding.
7. Implementation
The CEO of CORCAN and the Director General, Supply Program Management
Sector, PWGSC, are responsible for the review and implementation
of this memorandum.
8. Term of Agreement
This Agreement is effective from date of signatures and will remain
in effect until terminated by mutual agreement of both parties
(see paragraph REVIEW PROCESS).
9. Signatures
Signed this 2 day of January, 2001 at Ottawa .
______________________
Ranald A. Quail : Deputy Minister, PWGSC
______________________
Lucie McClung: Commissioner of the Correctional Service of Canada
Section 9B: United States Foreign Military Sales
9B.1 (1994-06-23) The United
States (U.S.) government 'Arms Export Control Act‘ establishes
the rationale for Foreign Military Sales (FMS) by recognizing that
the U.S. and other countries continue to have a valid requirement
for effective and mutually beneficial defence relationships.
9B.2 (1994-06-23) FMS shall
be considered as a method of procurement when the goods or services
required relate to military equipment of U.S. origin and when,
on the basis of the information available at the time, those goods
and services are available or can be made available from the U.S.
Department of Defense (DOD).
Requisition Receipt
9B.3 (1994-06-23) When Public
Works and Government Services Canada (PWGSC) headquarters determines
that an entire requirement will be sole-sourced to the U.S. FMS
Program, the requisition is to be reallocated to PWGSC Washington.
For non-Co-Operative Logistics (COLOG) requirements, PWGSC headquarters
will include in the reallocated file a statement confirming the
sole source decision with applicable documentation, such as Procurement
Review Committee (PRC) (Short Range Acquisitions Plan {SRAP}) decisions,
and the client's justification. For COLOG requirements, PWGSC headquarters
will include in the reallocated file the client's justification
as indicated in the Procurement Strategy Committee record of decision
resulting from SRAP.
When PWGSC headquarters determines that only part of the requirement
will be sole sourced to the U.S. FMS Program, an extract file is
to be processed. (See 3.005).
9B.4 (1994-06-23) The PWGSC
Washington Directorate (PWGSC[W]), in its capacity as the sole
accredited Canadian Procurement Agency to the U.S. DOD, shall be
the departmental agency responsible for dealing with the U.S. government
on all contractual matters directly related to FMS and shall coordinate
all pertinent contract and administrative arrangements in the U.S.
on behalf of PWGSC and its clients.
Definitions
9B.5 (1994-06-23) FMS is
a Security Assistance Program which is administered by the U.S.
DOD and which allows eligible foreign governments and international
agencies to purchase defense-related articles and services from
the U.S. government.
9B.6 (1994-06-23) Defined
Order Cases are used when the material supplied or the
services provided are explicitly stated in the Letter of Offer
and Acceptance. This includes the acquisition of major weapon
systems and related requirements such as spares packages, technical
data packages, controlled items and the applicable publications,
etc.
9B.7 (1994-06-23) Blanket
Order Cases are used when there is no definitive listing
of items or of quantities required. These agreements which are
similar to standing offers, allow clients to submit requirements
directly to the identified U.S. military organization through
the use of the Direct Requisitioning Procedures (DRP) with the
U.S. Navy or Blanket Open End (BOE) with the U.S. Army. Support
equipment including assemblies, components, special tools, test
equipment, training aid devices, minor modifications performed
at U.S. installations, repair and return services, training,
etc., are usually the subject of Blanket Order Cases. This category
of FMS cases (contracts) does not necessitate the purchase of
an equity. For the purposes of sections 9B and 9C,
this category shall be deemed to fall under the COLOG arrangement.
9B.8 (1994-06-23) COLOG:
A supply arrangement, similar to Standing Offers, which is negotiated
with the U.S. DOD under the auspices of FMS. It enables the Canadian
Department of National Defence (DND) to obtain directly from the
supply systems operated by the U.S. DOD, spare parts and accessories
needed for Crown-owned military equipment of U.S. origin. This
category of FMS cases (contracts) necessitates the purchase of
an equity in the supply system of the appropriate military organization.
9B.9 (1998-02-16) Trigger
Price: A price expressed in Canadian dollars representing
the cost of articles offered by the U.S. DOD, increased by a
factor representing administrative costs, foreign exchange, sales
tax, transportation, duty, the Goods and Services Tax (GST),
and/or the Harmonized Sales Tax (HST), contractor overhead and
profit, etc. This price is intended as a reference point to assist
DND and PWGSC contracting officers in determining whether it
would be more advantageous for Canada to acquire an item from
sources in Canada (i.e. item of Canadian manufacture) or from
the U.S. government.
Planning
9B.10 (1994-06-23) Through
its Security Assistance Policy, the U.S. government provides for
various forms of security assistance to other nations.
9B.11 (1994-06-23) FMS is
a large and complex program which is administered by the U.S. DOD.
In Canada, PWGSC, as well as the client, plays an important role
in the implementation and maintenance of this program.
9B.12 (1994-06-23) Transactions
initiated within the FMS Program are covered under basic categories
of contracts (known as cases in the U.S. military organizations).
The main categories are:
- Defined Order Cases;
- Blanket Order Cases including Blanket Open End (BOE) arrangements
through the U.S. Army and Direct Requisitioning Procedures (DRP)
through the U.S. Navy; and
- Co-Operative Logistics Supply Support Arrangements, commonly
referred to as COLOG in Canada and CLSSA in the United States.
9B.13 (2005-12-16) PWGSC
headquarters shall determine, before procurement through FMS is
initiated, whether the provisions of the North American Free Trade
Agreement (NAFTA) or the World Trade Organization Agreement on
Government Procurement (WTO-AGP) apply and shall
take action accordingly. When these provisions do not apply, PWGSC
shall determine whether there is an existing or potential source
of supply in Canada and after consultations with DND, or any other
client, shall establish whether in the circumstances, it would
be more advantageous for the Government of Canada to procure in
Canada or directly from the original equipment manufacturer in
the U.S. or from the U.S. DoD.
Contracting Protocol
9B.14 (1994-06-23) Contracting
with the U.S. DOD for the supply of material or for the provision
of services on a government-to-government basis, is effected through
the exchange of a Letter of Request (LOR) prepared by Canada and
of a Letter of Offer and Acceptance (LOA) prepared by the U.S.
Time Frames
9B.15 (1994-06-23) The standard
period of time for a response from the U.S. DOD to an LOR submitted
by PWGSC(W) on behalf of Canada, is as follows:
- 45 days from the date of receipt of the LOR for an official
Price and Availability;
- 90 days from the date of receipt of the LOR for an LOA not
requiring notification to Congress;
- 105 days from the date of receipt of the LOR for an LOA requiring
notification to Congress (applicable to acquisitions of equipment
valued at $14,000,000 or more);
- Up to nine months in the case of technical data packages due
to special inquiries or studies to be carried out.
Procedures followed under Price Review
9B.16 (2005-12-16) PWGSC
contracting officers shall determine the price and availability
of material, which is reported by DND to be available through FMS/Defined
Order and Blanket Cases and when the procurement in question is
not subject to the procurement provisions of NAFTA or WTO-AGP.
9B.17 (1994-06-23) Items
of material identified in requisitions/contract demands submitted
by the client (i.e. DND) as being available through FMS shall be
designated for procurement in Canada if the price offered for a
domestic item through a source in Canada is below the trigger price
and DND shall be so informed before a contract is awarded. Similarly,
items of material identified in requisitions/contract demands as
being available through FMS shall be recommended for procurement
from foreign source(s) if the price offered is below that quoted
from FMS and DND shall be so informed before a contract is awarded.
In addition, PWGSC shall review with DND, before contract award,
the business case for purchase in Canada of domestic items which
may be available through FMS when the price offered through a source
in Canada exceeds the FMS trigger price. Even if the price exceeds
the FMS trigger price, procurement from Canadian manufacturers
shall be considered when the appropriate authorities at PWGSC and
at DND agree, before contract award, that it would be in the interest
of the Government of Canada to procure in Canada.
9B.18 (1994-06-23) Regional
offices shall refer to the applicable product manager at headquarters,
for resolution, all cases of disagreement between the contracting
officers of PWGSC and the designated supply officers at DND, regarding
sourcing.
Pricing and Payment
9B.19 (1994-06-23) FMS agreements,
in accordance with the "Arms Export Control Act", always
contain a clause requiring full payment prior to the delivery of
an end item.
9B.20 (1994-06-23) The FMS
Program provides for an estimated case value and payment schedule.
The case value includes all the additional charges, such as: packing
and handling; and general and administrative costs. The item price
includes the above charges and is the same that would be charged
to any other purchaser, including the U.S. Armed Forces. PWGSC(W)
ensures that actual payment schedule reflects actual work performance.
9B.21 (1994-06-23) Generally,
the final price of material and services requested under FMS will
not be known until the material has been delivered or the services
provided. The final price is determined from the actual contract
costs and other management costs which must be charged in accordance
with U.S. laws and regulations.
9B.22 (1994-06-23) FMS agreements
applicable to systems requiring a substantial production period
may include a phased payment schedule.
Recoupment Charges on U.S. Government Designed Military Equipment
9B.23 (1994-12-16) Under
the "Arms Export Control Act", the U.S. DoD must recoup
a pro-rata share of non-recurring costs (NRCs) funded by the U.S.
government on the sale of Major Defense Equipment (MDE) sold via
FMS procedures. An item is considered an MDE when it is identified
as Significant Military Equipment (SME) on the U.S. Munitions List
(USML) and when the U.S. government has incurred either a non-recurring
research and development cost for the item of more than $50 million
or the item has had a total production cost of more than $200 million.
9B.24 (1994-12-16) Effective
June 27, 1992, NRCs must not be charged on either FMS or Commercial
contracts for Non-Major Defense Equipment (NMDE).
9B.25 (1994-12-16) Effective
October 8, 1992, NRCs must not be charged on Commercial contracts
for MDE.
9B.26 (1994-12-16) Recoupment
must be collected on all FMS contracts for MDE unless the Defense
Security Assistance Agency (DSAA) waives the charges.
9B.27 (1994-12-16) U.S. law
precludes blanket waivers for NRCs on FMS contracts. However, blanket
waivers have been obtained for all assets use charges and for quality
assurance/inspection and contract audit services. Exemption from
all other recoupment charges must be sought on a case-by-case basis,
before the contract is signed.
9B.28 (1994-12-16) If the
proposal/offer contains an amount for rental/asset use charges
or quality assurance/inspection and contract audit services, the
contracting officer should request deletion of the amount, as Canada
has been granted a waiver from all such charges. (Reference: U.S. DOD
FAR Supplement 245.405[3] and the DOD Security Assistance Management
Manual 5105.38-M, Section 1301-1 respectively.)
NRCs - Commercial Contracts
9B.29 (1994-12-16) When soliciting
proposals from U.S. or Canadian contractors for defence supplies
valued at over $500,000, contracting officers must request that
the proposal clearly indicate the type and amount of recoupment
charges, if any, which are payable to the U.S. DOD.
9B.30 (1994-12-16) The following
clause must be used in bid solicitations and contracts for defence
supplies issued directly to the U.S. or Canadian defence suppliers.
'The contract price to be paid shall not include any charges
for recoupment of non-recurring costs (NRCs) payable to U.S. Department
of Defense.'
NRCs - FMS
9B.31 (1994-12-16) All FMS
procurements are handled by the PWGSC(W) office in its capacity
as the solely accredited Canadian Procurement Agency to the U.S.
DOD.
9B.32 (1994-12-16) When soliciting
proposals, an LOR to the U.S. DOD is generated by PWGSC(W) which
includes a request for the U.S. Service to identify if NRCs are
involved in this requirement. If the ensuing proposal/LOA from
the U.S. DOD includes NRCs, then PWGSC(W) pursues a waiver. A request
for waiver will be submitted to the Director, Defense Security
Assistance Agency (DSAA), by PWGSC(W) prior to the signing of the
LOA.
9B.33 (1994-12-16) Upon receipt,
the request for waiver will reside on a pending list. PWGSC(W)
will then work with the client to determine if there is adequate
justification for submitting a standalone waiver or whether some
other reciprocal arrangement can be exercised.
9B.34 (1994-12-16) When sufficient
justification exists, a standalone waiver request will be submitted
to DSAA by PWGSC(W). Responsibility for providing adequate justification
resides with the client.
9B.35 (1994-12-16) Recoupment
charges may be reduced or waived for sales that significantly advance
U.S. interests in standardization with NATO, where additional or
unusual benefits can be clearly identified and demonstrated. Such
benefits must generally be attributable to a unique military, foreign
policy, or economic advantage of the sale. Examples of specific
grounds for submitting a standalone waiver request are when:
- Canada does follow-on development of a U.S. item of potential
U.S. interest;
- an item is jointly developed by Canada and the U.S. and put
into production in the U.S. and Canadian rights are involved;
- the item is a component or subsystem required for a joint Canadian/U.S.
project;
- the inclusion of U.S. development charges is a major factor
in a Canadian 'make or buy' decision;
- a trade-off of development costs on dissimilar items may be
appropriate, such as when both countries plan procurement of
both items at the same time;
- Canadian procurement of a U.S. item can be expected to influence
favourable decisions or third countries to buy the U.S. item;
- the size of the Canadian procurement is such that our share
of the NRCs appears to be out of proportion;
- specific joint operational, maintenance or logistic benefits
can be identified as resulting from the sale; and
- future Canadian repair capability may provide unique and joint
benefits as a result of the sale.
Note: This list of examples is not exhaustive; clients must evaluate
the potential justification on a case-by-case basis.
9B.36 (1994-12-16) When a
standalone waiver is granted by the DSAA, the waiver request is
removed from the pending list and the LOA amended to delete these
charges.
9B.37 (1994-12-16) In the
event a standalone waiver is not granted by the DSAA or it is not
requested by PWGSC(W), the original request will remain outstanding
on the pending list. These outstanding waiver requests are available
for future consideration as non-standalone waivers, which may be
granted as a method of providing funding for a specific purpose
in furthering U.S. and Canadian interests.
Release of Information
9B.38 (1994-12-16) The U.S.
government does not compete with U.S. industry for foreign sales
and does not knowingly provide other governments with 'comparison
pricing information' especially when it is known that a commercial
contract is being negotiated.
Processing of Documents
9B.39 (1994-12-16) When a
decision is made to satisfy a requirement through FMS, the file
is either wholly reallocated or extracted to PWGSC(W) after the
procurement plan/contract planning and advance approval (CPAA)
is prepared and the initial requisition review is carried out by
the receiving PWGSC organization (headquarters or region).
9B.40 (1994-12-16) Material
to be obtained through FMS must be identified by U.S. National
Stock Numbers. The second group of digits (country designator)
must be 00 or 01. The designation 21, which indicates the presence
of a Canadian number, is not acceptable and its use will cause
the demand to be rejected.
9B.41 (1994-12-16) Each request
will be reviewed by PWGSC(W) to ensure the adequacy and appropriateness
of the information. If satisfactory, an LOR to the applicable U.S.
Armed Forces organization will be prepared and submitted by PWGSC(W).
9B.42 (1994-12-16) Upon receipt
of the LOA, PWGSC(W) will carry out a verification to determine
whether the LOA corresponds to the LOR and, if satisfactory, will
request funding from the main file holder in cases where the file
at PWGSC(W) is an extract.
9B.43 (1994-12-16) Funds
are transferred from the Canadian client to the U.S. government
via a Canadian account at the Federal Reserve Bank in New York
following the acceptance of the LOA by PWGSC(W). No action will
be initiated by the U.S. DOD until the transfer of funds has been
completed.
Contract Administration
9B.44 (1994-12-16) PWGSC(W)
is responsible for contract administration including billing/payments
and expediting delivery, except for COLOG.
9B.45 (1994-12-16) Program
Management Reviews and/or Status Review meetings may be arranged
by PWGSC(W) to allow clients to discuss related matters with representatives
from the U.S. DOD.
Contract Amendments
9B.46 (1994-12-16) Contract
amendments, when required, will be negotiated by PWGSC(W).
9B.47 (1994-12-16) When funds
in certain contracts (cases) have not been fully expended, a case
amendment extending the period of time to use up funding may be
requested. This normally applies to arrangements where the scope
of work is not affected.
Contract Closing
9B.48 (1994-12-16)When delivery
is completed and final determination of cost is made, PWGSC(W)
will initiate closing action and will seek finalization of accounts.
If funds are due to Canada, a cheque payable to the Receiver General
for Canada will be requested by PWGSC(W). If funds are owed to
the U.S.A., funds will be requested from the Canadian client.
9B.49 (2001-12-10) Closure
of FMS contracts involving procurement from commercial vendors
may take place years after delivery of material because of the
need to audit and renegotiate certain requirements peculiar to
the U.S. DOD procurement process.
9B.50 (1994-12-16) At the
time of closure, the estimated amounts in the LOA are changed to
actual costs.
Section 9C: Co-Operative Logistics and Blanket Order Cases with
the United States Department of Defense
9C.1 (1994-06-23) The Canada/United
States of America Co-Operative Logistics (COLOG) Supply Support
Arrangement was initially approved in 1965. Public Works and Government
Services Canada (PWGSC) shall make the necessary arrangements to
establish with the United States (U.S.) Government the contractual
instruments such as COLOG arrangements or Blanket Order Cases (BOC),
thus allowing the Canadian Department of National Defence (DND)
to obtain directly from the U.S. Department of Defense (DOD), material
and services, as required.
Requisition Receipt
9C.2 (1994-06-23) Contracting
officers should refer to Chapter 9B.3 - United
States Foreign Military Sales (FMS) for information concerning
the requisition process of the U.S. FMS Program.
9C.3 (1994-06-23) The COLOG
Operations Office in the Aerospace, Marine and Electronics Systems
(AMES) Sector of the Supply Operations Services Branch shall review
requisitions for COLOG and BOC and provide support to these activities
as detailed under the Referral Program activities below on behalf
of PWGSC.
Planning
9C.4 (1994-06-23) Under COLOG
arrangements, a participating country is required to purchase an
equity in the supply system of the appropriate service within the
U.S. DOD, through a Stock Level Case, which is adjusted annually,
up or down, depending on usage. Canada has purchased an equity
in each of the three U.S. Forces supply systems, U.S. Army, Air
Force and Navy, on an as required basis, and pays for only those
items it actually draws out of the systems.
9C.5 (1994-06-23) Since U.S.
law prohibits the U.S. DOD from expending its funds on speculative
purchases for other than its own Forces, there is a requirement
for deposits to be made usually quarterly, in advance, by participating
foreign nations. The amount of the deposit should correspond to
the anticipated delivery value in the succeeding quarter.
9C.6 (1994-06-23) A final
accounting is carried out when all items have been delivered or
cancelled and all discrepancies have been resolved. This accounting
results in a contract amendment requiring either a final payment
by Canada or a refund to Canada.
Establishment and Renewal of a Stock Level Case (FMSO I)
9C.7 (1994-06-23) It is necessary
to establish a Stock Level Case, also referred to as Foreign Military
Sales Order (FMSO I), to obtain COLOG support from the U.S. DOD.
When the U.S. Air Force, U.S. Army or U.S. Navy, as applicable,
agrees to supply, through COLOG, spare parts to the Armed Forces
of a foreign nation, the U.S. material managers involved will take
action to augment the U.S. DOD Supply Systems to correspond to
the client's anticipated requirement.
9C.8 (1994-06-23) Stock Level
Cases are negotiated annually.
Establishment of a Requisitioning Case (FMSO II)
9C.9 (1994-06-23) PWGSC establishes
annually a Requisitioning Case, also known as a FMSO II, before
DND is allowed to draw spare parts from the U.S. DOD supply systems.
9C.10 (1994-06-23) PWGSC
has delegated to DND the responsibility for placing orders directly
with the U.S. Navy, the U.S. Army and the U.S. Air Force, as applicable,
once the appropriate Stock Level Case (FMSO I) and Requisitioning
Case (FMSO II) are in place. Requisitions for COLOG eligible items
are transmitted directly by DND to DOD by means of a computer terminal
linked to the U.S. Automated Digital Network which provides direct
access to the U.S. military supply systems.
Referral Program
9C.11 (1994-06-23) There
are three aspects to the Referral Program:
- Referral of items with an extended price of US$20,000 at the
time of requisitioning.
- The Quarterly List of all items procured through COLOG.
- The Annual List of items procured through COLOG.
Note:
This is not a part of the establishment of the contract but rather
action that occurs after the contract is established and throughout
the life of the contract as long as 'call-ups' (COLOG
Requisitions) are submitted against the case.
9C.12 (1994-06-23) The following
summarizes the Referral Program:
- When the extended price of an item is US$20,000 or more, the
DND COLOG office responsible for submitting demands through COLOG
on the U.S. DOD systems, will pass information on the demand
to the PWGSC COLOG Operations Office (AMES.)
- The purpose of this referral is to allow AMES to review the
procurement to determine whether procurement through Canadian
and/or other sources is more advantageous to Canada.
- The review is coordinated by the AMES COLOG office with input
from the PWGSC product managers as required.
- If it is determined that the item is available from the Canadian
industry, procurement action should be completed in Canada unless
it is established that such action is not justifiable from a
cost standpoint or that other conditions are unacceptable, particularly
as they pertain to operational requirements. Similarly, if it
is determined that the item is available at less cost from any
other commercial source of supply, procurement action may be
completed commercially unless it is established that such action
is not justifiable from a total cost standpoint or that other
conditions are acceptable, particularly as they pertain to operational
requirement.
- If the item cannot be procured through the Canadian or foreign
companies, DND will be advised to demand it from the U.S. DOD
through COLOG.
- All referrals should be processed as expeditiously as possible.
A full reply or at minimum, an interim reply will be provided
to DND within 30 days of receipt of the referral.
- The second portion of the demand Referral Program is that the
DND COLOG office responsible for the COLOG program, will forward
quarterly to PWGSC, AMES, a printout which will list all procurement
through COLOG over the last quarter, regardless of value or priority.
- The third portion of the Referral Program is similar to the
second portion except that it is based on an annual list being
provided by DND of all procurement through COLOG for the last
fiscal year. A similar review as the one performed for the quarterly
reports may be conducted.
- The purpose of these reviews is to provide an overview of procurement
being done through COLOG over a period of time. This would not
be visible with only a review of procurement of individual items
with a value over US$20,000. This review will allow PWGSC in
Washington to seek sources based on requirements demanded over
time. Often supply of an individual item may not be attractive
to a supplier; however, when procurement of individual items
over a period of time are collectively viewed, the combined value
may be very attractive to a supplier.
COLOG Termination
9C.13 (1994-06-23) Should
Canada decide to terminate COLOG arrangements, there is a process,
that varies with the U.S. DOD service involved, which will identify
those items that Canada is liable to procure from the U.S. DOD.
Section 9E: Use of the Defence Production Revolving Fund and
Loan Account
9E.1 (1996-12-02) Under the
Defence Production Act, section 16 in particular, the Minister
of Public Works and Government Services (PWGSC) is authorized to
acquire, utilize, store, maintain, transport, sell, exchange or
otherwise dispose of defence supplies, services, projects, real
or personal property. The Minister is also empowered to authorize
loans or advances and loan guarantees. Expenditures incurred pursuant
to the above authority are to be expended from the Consolidated
Revenue Fund (CRF).
Program Description
9E.2 (1994-06-23) The Defence
Production Loan Account (DPLA) provides PWGSC with an account to
make loans or advances to aid in defence procurement such as working
capital loans or advance payments on contracts and to make payment
for such.
9E.3 (1994-06-23) Although
the Adjustment of Accounts Act of 1980 eliminated the term Defence
Production Revolving Fund (DPRF) from the Defence Production Act,
PWGSC was advised by Treasury Board (TB) that it may continue to
designate and operate the DPRF for other than loan transactions.
Thus the DPRF provides PWGSC with a budgetary account to purchase
defence supplies, to make payment for such and to get reimbursed
out of an appropriation of a client (e.g. Department of National
Defence [DND]) or by an agent of Her Majesty or by an associated
government. The DPRF can be used for the following purposes:
- to finance the stockpiling of 'essential' materiel
or defence supplies;
- to advance production of defence supplies/materiel to permit
workload smoothing of defence industrial facilities; and
- to temporarily fund the acquisition of defence supplies to
meet urgent requirements pending appropriation of funds to finance
unplanned requirements.
As stated in the Defence Production Act, associated governments
are the governments of the British Commonwealth and of the
North Atlantic Treaty Organization (NATO), or the government
of any other country designated by the Governor in Council
as being a country the defence of which is vital to Canada.
9E.4 (1994-06-23) The DPRF
was established for interim financing purposes as it has to be
reimbursed by a client or an associated government or whoever receives
the finished product. As such, the DPRF can be used to make initial
payments and subsequently recover such payments from the client.
It is simply a temporary accommodation and it would be illegal
and improper to use it for a permanent commitment of any kind.
Although the use of the DPRF requires that money expended will
be reimbursed at the time delivery is made to the client, such
use does not preclude the making of progress payments to suppliers
and the interim recovery of these progress payments from the client.
9E.5 (1994-06-23) Expenditures
charged to the DPRF may be used for the following purposes:
- stockpiling of materials or substances, such as steel and oil,
designated by the Governor in Council as essential to the needs
of the community. In such cases:
- an Order-in-Council is required;
- a client appropriation is not immediately required for
stockpiling essential materials, but the cost of materials
used must be recovered from the appropriation of the client.
- stockpiling of defence supplies which the Minister deems it
advisable to maintain. (Certain defence supplies such as ammunition.)
In such cases:
- an Order-in-Council is not required;
- although an appropriation is not immediately required for
stockpiling defence supplies, DND must reimburse the DPRF
from an appropriation when the finished goods are delivered
to DND.
- acquisition, storage or maintenance of defence supplies. In
such cases:
- an Order-in-Council is not normally required;
- a client appropriation is required.
9E.6 (1994-06-23) Loans or
advances charged to the DPLA may be used for any purpose other
than for capital assistance. When loans are involved:
- an Order-in-Council is not required;
- although an appropriation by the client is not immediately
required, the liability for any loss must ultimately be covered
from the appropriation of the client.
9E.7 (1994-06-23) Losses sustained
pursuant to a loan or an advance made against the DPLA can only
be credited pursuant to an appropriation by Parliament.
Utilization of the DPRF and the DPLA by the Canadian Commercial
Corporation
9E.8 (1994-06-23) Canadian
Commercial Corporation (CCC) has the power, by virtue of section
31 of the Defence Production Act to enter into contracts to which
the Defence Production Act applies utilizing the DPRF or the DPLA
provided that the Minister has authorized CCC to act on the Minister's
behalf under section 6 of the Defence Production Act
Limitation
9E.9 (1994-06-23) In accordance
with section 19 of the Defence Production Act, the aggregate of
expenditures charged to the DPRF and the DPLA shall not at any
time exceed the receipts shown therein by more than $100 million.
9E.10 (1994-06-23) Financial
control of the DPRF and the DPLA is the responsibility of the Finance
Sector.
Planning
9E.11 (1994-06-23) Sectors/regions
must ensure that utilization of the DPRF and the DPLA are in accordance
with the Defence Production Act. More specifically, pursuant to
section 19 of the Defence Production Act, sectors/regions must
ensure that proposed expenditures are recoverable from an appropriation
or are to be paid by an agent of Her Majesty or by an associated
government.
9E.12 (1994-06-23) Sectors/regions
must ensure that requisitions from clients or agents of Her Majesty
and/or contracts, formal agreements or bona fide obligations from
foreign governments have been received providing commitment authority
for recovery of funds to be expended.
9E.13 (1994-06-23) The DPRF
must not be used to circumvent Parliamentary Control of defence
spending. As set forth in section 17 of the Defence Production
Act, the Fund was established '...to pay the cost of acquisition,
storage or maintenance of defence supplies requisitioned for payment
out of an appropriation....' As a direct consequence of this
section, no requisition for defence supplies is acceptable which
contemplates the use of the DPRF to supplement that appropriation.
Similarly, in accordance with section 30 of the Financial Administration
Act, the DPRF is not to be used to preclude the lapse of funds.
9E.14 (1994-06-23) When recommending
the use of the DPRF, the sector/region recommendation will have
to be supported by an assessment of the following factors which
may change from time to time:
- stockpiling: determine if the material in question involves
stockpiling of essential materials to be designated by the Governor
in Council or stockpiling of defence supplies deemed necessary
by the Minister;
- conservation and coordination of defence industrial facilities:
the Minister may determine that stockpiling of defence supplies
is required to conserve and coordinate certain defence industrial
facilities particularly where a facility may be functioning on
a cyclical basis that results in disruptive fluctuations in workload,
manpower, output and quality. The use of a stockpile over a planned
period of time (e.g. two to five years) not only permits workload
smoothing to eliminate the excesses of attempting to meet variations
in the size and timing of demands but allows PWGSC to plan for
the provision and sourcing of defence requirements for periods
longer than one year;
- economic considerations: better price considerations may be
forthcoming as a result of using the DPRF. If price considerations
are a factor, the basis of such assessment should be established
using a present value or constant dollar approach, i.e. by removing
the inflation factor when determining gain. To facilitate this
approach, Request for Proposals should request price information
on two bases in order to properly assess the economics of purchasing
requirements individually or annually, as opposed to purchasing
for the purposes of stockpiling. The economics of stockpiling
should also take into consideration the additional costs of holding
inventory such as storage and handling charges;
- Canadian industrial benefits: in the case of procurement from
a foreign contractor, any offsets that accrue to Canada should
be assessed in support of the recommendation for the use of the
DPRF;
- administrative convenience: in certain cases, the use of the
DPRF will facilitate the procurement function by reducing the
number of contracts required. This is a particularly important
factor for consideration when projects are jointly funded by
more than one client or government.
Inventory Control
9E.15 (1994-06-23) When the
DPRF is used for stockpiling, in accordance with section 15 of
the Defence Production Act, the responsibility for inventory control
and carrying out the physical inventory rests with PWGSC. Therefore,
at the fiscal year's end, any residual inventories of stockpiled
defence supplies or materials essential to the need of the community
will appear on the DPRF annual financial statements.
Procurement Actions
9E.21 (1994-06-23) In addition
to the issuance of a 'supplies contract' for the acquisition
of the goods or services, the contracting officer must prepare
a 'recovery contract' to recover the costs incurred
on behalf of the client. The definition of these two types of contracts
is as follows:
- recovery contract - this is a contract to reimburse the Revolving
Fund for the total value of the supplies procured on behalf of
the client or foreign government. If more than one client is
contributing to the total cost, e.g., Canada, the United States
of America and Great Britain, then a separate contract is required
for each client's share of the total cost. The recovery contract
is the authority for CCSD to recover the costs incurred on behalf
of the client.
- supplies contract - this is a contract to cover the supply
of goods or services called for in the requisition. The total
of all supplies contracts must not exceed the total value authorized
by the Contract Demand.
Section 9G: Electronic Data Processing Buy for Lease Program
9G.1 (1994-06-23) The Electronic
Data Processing (EDP) Buy for Lease (BFL) program is designed to
allow Public Works and Government Services Canada (PWGSC) to operate
as the lessee to clients in preference to clients leasing through
a supplier. PWGSC recovers the cost of interest and related costs
from the client, therefore, certain minimum savings to the Crown
are required. PWGSC sets aside, each fiscal year, $7 million in
the Office Automation Allotment for this purpose.
This program covers the full range of EDP equipment.
9G.2 (1994-06-23) The program
is coordinated by the Operations Support Branch, BFL Coordinator,
Science, Informatics and Professional Services Sector.
9G.3 (1994-06-23) A contracting
officer should consider if a procurement would benefit from the
BFL program, when they receive a requisition for a lease of EDP
equipment and determine from the client that there are no capital
funds to purchase the goods outright.
Each requirement should meet the following criteria:
- a proposed payback period of over 18 months;
- a saving of at least $10,000 (based on present value), and
in excess of 10 percent of the purchase price. (Both figures
are to either include or exclude maintenance.)
9G.4 (1994-06-23) The equipment
may be purchased for subsequent lease if:
- sufficient funds are available in the Office Automation Allotment;
- the client is in agreement with the purchase and is willing
to enter into an agreement sufficiently long to amortize total
PWGSC costs;
- the Information Technology Management Division of the Treasury
Board (TB) Administrative Policy Branch has been consulted prior
to each proposed acquisition, regardless of the value, and provided
with a certification from the client's senior financial officer
that they do not have the required capital funds to purchase
the equipment;
- the proposal includes a commitment to transfer title to the
client after the expiry of the initial lease period; and
- when the transaction exceeds $1 million, a submission is made
to TB, including a cost benefit analysis.
9G.5 (1994-06-23) Selection
from a list of potential cases for the use of the BFL will generally
be made by the BFL Coordinator on the basis of ranking such cases
according to the probable savings (percentage-wise), until the
total Office Automation Allotment is committed.
9G.6 (1994-06-23) Before entering
into a lease arrangement with the client, the contracting officer
must first determine, through the normal solicitation process,
the efficiency of the BFL option. The approved format for determining
savings is:
Present Value of Private Sector lease proposal $___ (A)
Present Value Cost to the Crown under BFL $___ (B)
Present Value Savings to the Crown $___ (A-B)
The rate to be used for this calculation is the official rate
applicable to the Supply Revolving Fund for the current fiscal
year.
9G.7 (1994-06-23) If the cost
savings show that BFL is the most cost-effective approach, then
the contracting officer will contact the BFL Coordinator to determine
if the funds are available and to commit the necessary amount.
Upon confirmation that the funds are committed, the contracting
officer needs to obtain client verification of:
- the term of the requirement;
- that there are not sufficient capital funds with the client;
and
- an Agreement in Principle that procurement through BFL is acceptable.
The contracting officer must forward one copy of the above, along
with one copy of:
- the client request;
- the cost benefit analysis;
- the future use of the equipment; and
- any recommendations;
to the TB Administrative Policy Branch, for approval, and the
EDP BFL Coordinator, for information.
9G.8 (1994-06-23) If TB agrees,
and the procurement exceeds $1 million the contracting officer
will prepare a TB submission. After all approvals are granted,
the contracting officer, in conjunction with Legal Services, will
draw up a Memorandum of Undertaking (MOU) (see sample at Exhibit
A), which will include:
- name of client;
- name of supplier;
- detailed description of equipment;
- purchase price;
- interest rate;
- term;
- payment schedule;
- client requisition number;
- client consignee code;
- client fund code;
- client accounting office code;
- client financial code;
- client signature.
The contracting officer must forward the MOU to the BFL Coordinator.
9G.9 (1994-06-23) The contracting
officer will raise a requisition for the EDP equipment, with requisition
and financial code from BFL Coordinator. The BFL Coordinator will
arrange commitment of funds.
9G.10 (1994-06-23) The contracting
officer will identify themselves as the invoice, will proceed with
the usual approvals, and will provide the BFL Coordinator with
copies of the cost benefit analysis, the MOU, the contract and
any subsequent amendments. After product acceptance by the client,
the contracting officer will also provide the BFL Coordinator with
a copy.
Exhibit A (1994-12-16)
PWGSC Buy for Lease Program
Memorandum of Undertaking
1. Parties
The conditions outlined in the following constitute the basis
of an agreement between the Department of Public Works and Government
Services Canada hereinafter referred to as the 'Purchaser',
and______________________________ , hereinafter referred to as
the 'User', for the provision of the following equipment:
_______________________________________
2. Equipment Description
The Purchaser will purchase, from ________________________ , hereinafter
referred to as the 'Supplier', the equipment as outlined
in the Description hereto attached and referred to as Appendix 'A‘.
3. Payment
In consideration for the use of said equipment and in accordance
with TB738546 approved 2 March 1976 and TB753201 approved 2 February
1978, the purchaser is to recover full costs through periodic charges,
including the purchase costs, the full interest costs, administration
costs, and other related expenses through the series of payments
outlined below:
Purchase Price -
Interest Rate -
Term -
Date Payment Principal Interest Balance
In addition, a charge of ______________ will be made to cover
the Purchaser's administration costs.
The interest rate and charges shown are those currently in effect
for the Supply Revolving Fund this year.
All of the above charges, including principal and interest, are
due and payable on the dates shown.
The charge for Administration Cost will be billed in accordance
with normal Cost Recovery Procedures of the Purchaser.
The User is expected to follow the Payment Schedule outlined above
whether or not the Purchaser formally bills the User for each individual
payment.
All bills and relevant Interdepartmental Settlement Advice (ISA)
must display the following details:
- Customer Requisition No:
- Consignee Code:
- Customer Fund Code:
- Accounting Office Code:
- Financial Code:
4. Acceptance
The User will provide written certification to the Purchaser of
the former's acceptance of the equipment in accordance with the
terms and conditions of the contract between the Purchaser and
the Supplier. Expressed and/or implied warranties in the agreement
between the purchaser and the Supplier shall be treated as if they
were mutually in the name of both parties to this agreement.
5. Maintenance
The payments required by this agreement do not include the cost
of maintenance. The User agrees to provide any repair and maintenance
necessary and to retain the equipment in proper operating condition
throughout the period of this agreement.
6. Damages
The User will ensure that environmental conditions suitable for
the operation of the equipment are maintained throughout the duration
of this agreement. After acceptability has been certified by the
User, the User is obligated to make all payments for the equipment
as set out herein regardless of any damage or loss which may later
occur to the equipment.
The Purchaser will assist the User in any claim which might be
made against the Supplier under warranty or otherwise. The Purchaser
assumes no obligation to repair any damage or replace any equipment
destroyed. In the event of loss or damage, the Purchaser will make
no claims on the User beyond payment of the full costs set forth
herein.
7. Title
Title to this equipment will remain with the Purchaser until all
payments are made under the terms of the MOU. Upon discharge of
the User's financial obligations under the terms of this agreement,
title to the equipment will be automatically transferred to the
User.
8. Asset Control
If, during warranty or maintenance satisfaction, an exchange of
equipment is made, the User is expected to notify the Purchaser
of what has taken place.
Until such a time as title to the equipment is transferred to
the User, the User must provide to the Purchaser, in the last month
of each fiscal year, a list of the equipment held under this agreement
and their physical location.
9. Termination
This agreement shall not be terminated except by the consent of
both parties. Termination charges shall not exceed the balance
of those payments outlined in paragraph 3.
Accepted: |
Accepted: |
Public Works and Government Services Canada |
(Name of User Department) |
Per______________________ |
Per______________________ |
_________________________ |
_________________________ |
Director |
Title |
_________________________ |
_________________________ |
Date |
Date |
Section 9H: Contracting for Temporary Help Services
9H.1 (2001-12-10) Temporary
help services are traditionally used against vacancies during staffing
action, when a public servant is absent for a short period, or
when there is a temporary work load increase for which insufficient
staff is available.
9H.2 (2001-12-10) Public Works
and Government Services Canada (PWGSC) issues regional master standing
offers to provide for qualified personnel for temporary assignments.
9H.3 (2001-12-10) Regional
Master standing offers for temporary help services are requested
and authorized by the PWGSC's regional offices.
9H.4 (2001-12-10) Contracting
officers are to keep clients informed of contracting processes,
procedures and definitions of categories of service with respect
to temporary help services.
9H.5 (2004-12-10) There is
a temporary help contracting officers' network which has been working
with functional guidance from the Science and Professional Services
Procurement Directorate, Services and Technology Acquisition Management
Sector.
For additional information, contact the Supply Specialist for
Temporary Help Services, at telephone number (819) 956-6007.
Section 9J: Supply Arrangements
9J.1 (1994-06-23) An Supply
Arrangement (SA) is a method of supply where the client, under
the framework of the Arrangement, may solicit bids from a pool
of prescreened vendors. An SA is not a contract and neither party
is legally bound as a result of the signing of this document alone.
The intent of the SA is to establish a framework to permit the
expeditious processing of legally binding contracts for goods or
services. SAs include a minimum set of terms and conditions which
would apply to each contract and they are issued by Public Works
and Government Services Canada (PWGSC).
9J.2 (2005-12-16) Solicitations
made under an SA, depending on the circumstances, may be subject
to all North American Free Trade Agreement (NAFTA), World Trade
Organization Agreement on Government Procurement (WTO-AGP) and
the Agreement on Internal Trade (AIT) procedures (see Chapter
4.012). An SA solicitation meeting the NAFTA and/or WTO-AGP
requirements would be considered Selective Tendering
not involving the use of a permanent list of qualified suppliers
(see 5.050 (b))
and a solicitation meeting the AIT requirement would be considered
as using a source list (see Article
506, AIT). For procurements covered under NAFTA, WTO-AGP
and AIT, the following procedures should be modified, if necessary,
to take into account the obligations of the Agreements.
9J.3 (1994-06-23) An SA should
be considered if:
- a commodity is procured on a regular basis (goods or services);
and
- a Standing Offer is not suitable, due to variables in resulting
call-ups (e.g. varying methods/bases of payment, statement of
work or commodity cannot be adequately defined in advance); and
- the commodity or service value is best expressed as a ceiling
price; and
- clients can negotiate price reductions from the ceiling price;
and
- it is most efficient for PWGSC to operate as the provider of
the framework, and not as the contractual authority.
9J.4 (1996-06-03) Prior to
establishing an SA, the contracting officer will prepare and issue
a competitive Request for a Supply Arrangement (RFSA), which will
allow for a suitable pool of suppliers under the stated evaluation
criteria. Industrial Security requirements (i.e. Personnel, Physical
and Information Technology security) should be identified at this
time, when any or all of these security aspects will be applicable
to all clients of the SA.
9J.5 (1994-06-23) After the
RFSA evaluation has been completed, the qualified suppliers' ceiling
prices, and contact information are collected, and published along
with a complete guide for the use of the SA by the clients.
9J.6 (1994-06-23) The client's
use of the SA is monitored by the contracting officer, and the
suppliers are subject to an audit.
9J.7 (2000-05-12) Supply Arrangement
Solicitation/Contract for Non-consulting Services, form PWGSC-TPSGC
9200-11, is designed to form both the Request for Proposal and
the contract for the client.
The contracting limits for services (including the Goods and Services
Tax, and/or the Harmonized Sales Tax) are contained in the Treasury
Board (TB) Contracts Directive:
The contracting limits for goods are outlined in the TB Contracts
Directive but are subject to delegation from the Minister of PWGSC.
These are the maximum limits, which may be limited under the SA,
by PWGSC.
9J.8 (1994-06-23) Clients
are free to negotiate a lower price or rate (from the stated ceiling
prices), according to the work required.
9J.9 (1994-06-03) Clients
are responsible for determining and arranging for security requirements,
at all times when these requirements differ from the SA.
9J.10 (2000-05-12) A legal
contract does not exist between Canada and the supplier until
the form PWGSC-TPSGC 9200-11 has been fully completed as an offer by the supplier and
accepted by the client.
Section 9K: Ontario Labour Legislation
9K.1 (1996-12-02) On November
5, 1992, Ontario Bill 40 received royal assent. Included in the
legislation were certain amendments to the Employment Standards
Act intended to protect the jobs and the level of benefits
of workers who work primarily at one specific site to provide building
cleaning, food and security services.
Although the federal government is not bound by provincial legislation,
contractors bidding on federal government work are subject to the
Act and amendments thereto. The Crown, as building owner, has an
information handling role under this legislation.
Treasury Board Contracting Policy requires departmental contracting
authorities to observe the intent of the Ontario Labour Legislation,
and, in practice, to follow its provisions.
9K.2 (2002-12-13) In November
1995, Ontario Bill 7 received royal assent. It amended Ontario
Bill 40 by repealing Part XIII.2, 'Successor Employers',
of the Employment Standards Act (ESA) and adding section
13.1 'Successor Employers'. The Ontario Regulation (138/96)
sets out successor employer exemptions from compliance with Part
XIV of the ESA (termination and severance provisions) and the type
of information that building owners or managers may obtain from
incumbent contractors and provide to prospective bidders or successor
employers. The Employment Standards Act, R.S.O. 1990,
c. E14, was repealed and replaced by the Employment Standards Act,
2000 (ESA 2000) and the Ontario Regulation 138/96 has been superseded
by Ontario Regulation 287/01. ESA 2000 came into force on September
4, 2001, and governs employment standards entitlements arising
out on or after that date.
9K.3 (2002-12-13) ESA 2000Section
77(1) applies to contracts for building cleaning, food and security
services which are provided at a specific premises directly or
indirectly by or to a building owner manager in the province of
Ontario, and which commenced on or after 31 October 1995. Not included
are construction, maintenance, such as snow removal, lawn care,
window cleaning, and the production of goods, other than goods
related to the provision of food services at the premises for consumption
on the premises.
Expiry of Existing Contract
9K.4 (2002-12-13) Contracting
authorities must obtain from the outgoing contractor the following
information as set out in Ontario Regulation 287/01 for each employee
providing services at the premises, preferably four (4) months
prior to the completion date of the existing contract:
- the name, address, and telephone number;
- the classification, wage rate, benefits, average weekly hours
and initial hire date (including employment with previous employers
under Bill 40);
- the number of weeks worked in the preceding 26 weeks (or a
longer period if services were temporarily discontinued or an
employee was on pregnancy or parental leave);
- a statement indicating whether the employees were not primarily
employed at the premises during the preceding 13 weeks or during
an employee's most recent 13 weeks of active employment.
The contracting authority may also request a copy of any applicable
union agreement.
9K.5 (2002-12-13) That information
should be obtained by filling out form PWGSC-TPSGC 5116, Information
on Incumbent Employees. Copies of the form could be attached to
the letter proposed for obtaining information from the existing
contractor. Where contracts contain a provision for obtaining information,
a suggested letter is provided for this purpose at Exhibit
A. If contracts do not contain a provision for obtaining this
information, the suggested letter at Exhibit
B should be used.
Bid Solicitation
9K.7 (2000-05-12) Except for
information on the name, address and telephone number of each employee,
information received from the outgoing contractor should be conveyed
in the bid solicitation document to potential bidders. The solicitation
clause K9015T of
the Standard Acquisition Clauses and Conditions (SACC) Manual shall
be included in applicable documents. It informs bidders of the
requirements of Bill 7 and the purpose to which information required
under Bill 7 should be used.
Contract Award
9K.8 (1994-12-16) Names, addresses
and telephone numbers of an outgoing contractor's employees shall
be given to the new contractor only.
9K.9 (2002-02-12) Contracting
authorities should ensure that contract terms include special conditions
which require the contractor to keep its employees' records up
to date and, upon request, submit them to the contracting authority.
Contract clause K9015C of
the SACC Manual informs the contractor of its obligations to keep
employee information up to date and to make it available upon request
by the Crown.
9K.11 (2004-12-10) It is
important to remember that there is no onus on the Department to
mediate between the outgoing and incoming contractors in the event
that the information provided is incomplete or erroneous. If there
are any difficulties, enquiries should be referred to the local Ontario
Ministry of Labour offices for resolution.
9K.12 (1994-12-16) Performance
problems require prompt follow up action and reporting, preferably
in writing, to the contractor. Written reports should identify
the location, date, situation or circumstances surrounding the
performance difficulties. The contractor is responsible for remedying
the situation or improving the performance as required.
Exhibit A: Proposed letter when requesting information from an
outgoing contractor where there IS a clause in the contract to
that effect.
(2002-12-13)
Dear _______________ (Name of Contractor),
As you are aware, contract ___________ (Serial No.) for
the provision of ____________ (Type of building-related services)
will expire on ____________ (Date).
Pursuant to the clause included in the above-noted contract, you
are hereby required to provide, within seven (7) days of the date
of this letter, the following information with respect to your
current employees at these premises and providing the services
performed under this contract:
- each employee's name, residential address and telephone number;
- his or her job classification or job description;
- the wage rate actually paid to the employee;
- a description of the benefits, if any, provided to the employee
including the cost of each benefit and the benefit period to
which the cost relates;
- the number of hours that the employee works in a regular non-overtime
work week; or if hours vary from week to week, the number of
the employee's non-overtime hours for each week that the employee
worked during the 13 weeks preceding the date of the request
for information;
- the date on which the employer hired the employee;
- any period of employment attributed to the employer under Section
10 of the Act;
- the number of weeks that the employee worked at the premises
during the 26 weeks preceding the date on which the request was
made for the information (the 26 week period shall be calculated
without including any period during which the provision of services
at the premises was temporarily discontinued, or during which
the employee was on a leave under Part XIV of the Act);
- a statement indicating whether the employee
- is actively employed in providing services at the premises
but whose job duties were not primarily performed at the
premises during the 13 weeks immediately preceding the date
on which the request was made for the information;
- is employed, but not actively employed, in providing services
at the premises but whose job duties were not primarily performed
at the premises during his or her most recent 13 weeks of
active employment.
In addition to the above information, you are required to provide
an up-to-date copy of the collective agreement regarding the employees
at the premises, or, if no collective agreement exits for these
premises, a copy of the union certificate regarding these employees
or, if no union certificate was issued, a copy of any pending union
application, if it exists.
Between the date you provide the above information and the completion
date of this contract, you shall also provide the Contracting Authority
with updated information immediately as any changes to said information
occur.
All information shall be provided on the prescribed form of which
copies are attached herewith. With the exception of (a), this information
will be provided to prospective bidders for a future contract for
these services relating to the premises. The name, address and
telephone number of each employee shall only be given to the successful
bidder.
Signed by: ________________________
Contracting Authority
Exhibit B: Proposed letter when requesting information from an
outgoing contractor where there is NO clause in the contract to
that effect.
(2002-12-13)
Dear _______________ (Name of Contractor),
As you are aware, contract ___________ (Serial No.) for
the provision of ____________ (Type of building-related services)
will expire on ____________ (Date).
Pursuant to the laws of the province of Ontario, you are hereby
requested to provide the following information with respect to
your current employees at these premises and providing the services
performed under this contract:
- each employee's name, residential address and telephone number;
- his or her job classification or job description;
- the wage rate actually paid to the employee;
- a description of the benefits, if any, provided to the employee
including the cost of each benefit and the benefit period to
which the cost relates;
- the number of hours that the employee works in a regular non-overtime
work week, or if hours vary from week to week, the number of
the employee's non-overtime hours for each week that the employee
worked during the 13 weeks preceding the date of the request
for information;
- the date on which the employer hired the employee;
- any period of employment attributed to the employer under Section
10 of the Act;
- the number of weeks that the employee worked at the premises
during the 26 weeks preceding the date on which the request was
made for the information (the 26 week period shall be calculated
without including any period during which the provision of services
at the premises was temporarily discontinued, or during which
the employee was on a leave under Part XIV of the Act);
- a statement indicating whether the employee
- is actively employed in providing services at the premises
but whose job duties were not primarily performed at the
premises during the 13 weeks immediately preceding the date
on which the request was made for the information;
- is employed, but not actively employed, in providing services
at the premises but whose job duties were not primarily performed
at the premises during his or her most recent 13 weeks of
active employment.
In addition to the above information, you are required to provide
an up-to-date copy of the collective agreement regarding the employees
at the premises, or, if no collective agreement exits for these
premises, a copy of the union certificate regarding these employees
or, if no union certificate was issued, a copy of any pending union
application, if it exists.
With the exception of (a), this information will be provided to
prospective bidders for a future contract for these services relating
to the premises. The name, address and telephone number of each
employee shall only be given to the successful bidder.
Your reply is requested no later than _____________ (Date).
Signed by: ________________________
Contracting Authority
Section 9L: Set-aside Program for Aboriginal Business - Conducting
Set-aside Procurements
9L.010 (1997-03-31) In accordance
with the Procurement Strategy for Aboriginal Business (PSAB) and
the Set-Aside Program for Aboriginal Business (SPAB) announced
on March 27, 1996, requirements designated by client departments
as set aside will be restricted to qualified Aboriginal businesses.
(See 5.066)
Decision to Set Aside
9L.020 (1997-03-31) The
decision to set aside a procurement is the responsibility of
the client department. Public Works and Government Services
Canada (PWGSC) will not unilaterally declare a procurement set
aside. However, when a requisition is received which is not designated
as a set-aside, and the recipients of the goods, services or
construction to be contracted are for an Aboriginal population,
the contracting officer should contact the client department
and draw their attention to the potential omission. When the
client indicates that the procurement is not to be set aside,
the file should be annotated accordingly, and the procurement
may then proceed.
9L.030 (1997-03-31) Contracting
officers should assist client departments in meeting their performance
objectives under the program, by drawing their attention to opportunities
for voluntary set-asides, when qualified Aboriginal suppliers are
known to exist in the marketplace.
Set-Asides and Comprehensive Land Claims Agreements
9L.040 (2004-12-10) Requirements
subject to the SPAB may also be subject to the requirements of
Comprehensive Land Claims Agreements (CLCA). To the extent that
the application of a set-aside for Aboriginal business does not
interfere with Canada's obligations under the CLCA, then both the
CLCA and SPAB procedures may be applied, but where the two are
in conflict, the requirements of the CLCA take precedence. In many
instances the requirement of the CLCA is limited to providing notification
to the claimant group of the upcoming procurement. In other instances,
the requirement under the CLCA may be more extensive. Contracting
officers should consult with Acquisition Policy and Process Directorate
(819-956-4744), regarding procurement obligations under CLCAs.
(See 4.002)
Set-Asides and Trade Agreements
9L.050 (2005-12-16) Procurements
set aside for Aboriginal business are not subject to the provisions
of either the North American Free Trade Agreement (NAFTA), Annex
1001.2b, Article 1.(d) or the World Trade Organization Agreement
on Government Procurement (WTO-AGP), Appendix
I, article 1.(d), or the Agreement on Internal Trade (AIT), Article
1802.
9L.060 (1997-03-31) When
a requirement has been carried out under a set-aside and the results
have not produced a responsive Aboriginal business, the requirement
must be re-tendered, either as a set-aside once again (after the
necessary adjustments to the bid have been made), or under the
procedures for the applicable trade agreement(s), taking into account
the relevant thresholds, etc., which apply to the requirement,
in the absence of a set-aside. This will also apply when the contract
will not be awarded to an Aboriginal business because the contract
award would conflict with sound contracting principles - value
for money, prudence and probity, etc. (See 9L.120)
Set-Asides and Canadian Content
9L.070 (1997-03-31) Set-aside
procurements and the Canadian Content Policy may be applied simultaneously.
9L.080 (1997-03-31) In applying
the Canadian Content Policy under a set aside procurement, it must
be recognized that there are two levels of certification. The first
level of certification will be to qualify the bidder(s) as eligible
for consideration, i.e. bidders must provide a certification that
they are an Aboriginal business.
9L.090 (1997-03-31) Having
established that the procurement will be conducted as a set-aside,
contracting officers must then apply the Canadian Content Policy,
in the same manner as any other procurement, in the context of
the supplier community which is eligible to respond: the Aboriginal
business community. Contracting officers must determine, on the
basis of their knowledge of this community, whether there are sufficient
eligible firms to carry out the procurement as Solely Limited (three
or more Aboriginal firms exist which are able to provide Canadian
goods or services), Conditionally Limited (there may be three or
more Aboriginal suppliers of Canadian goods or services), or Open
(there is an insufficient number of Aboriginal businesses able
to provide Canadian goods or services; the procurement is open
to all Aboriginal businesses regardless of the origin of the good
and services supplied). (See 5.070)
9L.100 (1997-03-31) Bids
for set aside procurements which include the Canadian Content provision
must be reviewed initially to determine that the bidder has provided
the necessary certificate that they are an Aboriginal business.
Bids meeting this basic certification are then assessed according
to the stated Canadian Content criteria.
Subcontracting Plans
9L.110 (2005-12-16) In support
of the PSAB, departments may designate that a proportion of subcontracts
on projects be reserved for Aboriginal business, or that bidders
are to be encouraged through the use of incentives - e.g. additional
evaluation points to engage Aboriginal businesses as subcontractors.
The inclusion of Aboriginal businesses as subcontractors as an
evaluation criterion must be clearly identified in the bid solicitation.
This is not permitted for procurements subject to either NAFTA
(Article
1006) or WTO-AGP (Article
XVI). (See 9L.050.)
Sound Contracting Principles
9L.120 (1997-03-31) Fundamental
to all SPAB procurements is the need to adhere to sound contracting
principles. Contracting officers must always be cognizant of the
principles of best value, prudence, probity, and operational requirements,
in planning their procurement strategy for set aside requirements.
Notification to DINA
9L.130 (1999-06-21) Upon
receipt and acceptance of a requisition for a set aside procurement,
contracting officers are to inform the Department of Indian and
Northern Affairs (DINA), Access to Federal Procurement Directorate.
9L.140 (2004-05-14) Notification
to DINA is to be sent prior to the release of the solicitation
to:
Director
Access to Federal Procurement Directorate
Department of Indian and Northern Affairs
Fax: (819) 994-0445
and must include the following information:
- Estimated Dollar Value:
- Description of Goods/Services/Construction:
- Solicitation Number;
- Closing Date; and
- Buyer (name, and phone/fax numbers).
In instances of single-source procurements, the notice to DINA
must also include the name and address of the proposed contractor.
9L.150 (1997-03-31) After
the contract has been awarded, contracting officers must advise
DINA, Access to Federal Procurement Directorate, of the name of
the contractor, the contract number, and the total estimated value
of the contract, within fifteen (15) working days.
Sourcing of Requirements under the Set-Aside Program for Aboriginal
Business
9L.160 (1997-03-31) Requirements
subject to the set-aside program may be sourced competitively or
non-competitively according to current established government sourcing
policies (see 5.002). Bids
may be solicited from Aboriginal business in accordance with Public
Works and Government Services Canada (PWGSC) policies and procedures.
9L.170 (2002-12-13) PWGSC's
Vendor Information Management (VIM) system is being modified, and
SELECT has been created, to allow for identification of firms that
have self-declared as being Aboriginal. As data is collected from
supplier registrations and contract awards, the information in
VIM and SELECT will be useful in identifying potential Aboriginal
businesses for sourcing purposes, and establishing source lists,
regardless of commodity (goods, services, or construction) which
would be subject to rotation regimes such as Automated Vendor Rotation
System (AVRS) or SELECT. (See 5.117)
9L.190 (1997-03-31) Businesses
placed on 'Aboriginal' source lists must also be placed
on non-Aboriginal source lists.
9L.200 (1999-06-21) Contracting
officers may also access other sources - e.g. DINA Internet database
(currently being developed). Until the service has been established,
DINA may be contacted directly via the Access to Federal Procurement
Directorate - fax: 819-994-0445, for information on Aboriginal
suppliers), to identify potential Aboriginal businesses which may
be invited to bid. When such sources have been used, consideration
should be given to inclusion of Supplier Registration forms with
the bid set, to allow new bidders to register with PWGSC. Regardless
of information contained within PWGSC or other vendor information
databases, all bidders competing in a set-aside, must certify at
the time of bidding, that they meet the definition of an Aboriginal
business. Inclusion of the firm on an 'Aboriginal' source
list is not sufficient. (See 9L.220)
<
9L.210 (1997-09-15) When
bids are solicited via the Government Electronic Tendering Service
(GETS), notices (NPP or ACAN) must contain the following statement,
prominently positioned - i.e. one of the first statements in the
notice:
- 'This procurement has been set aside under the federal
government's Set-Aside Program for Aboriginal Business (SPAB).
In order to be considered, firms must certify that they qualify
as an Aboriginal business as defined in the SPAB and that they
will comply with all requirements of the SPAB.'(NPP);
or
- 'This procurement has been set aside under the federal
government's Set-Aside Program for Aboriginal Business (SPAB).
Only Aboriginal businesses as defined in the SPAB are eligible
to challenge the proposed procurement strategy to award the
contract to the named Aboriginal business.' (ACAN)
Agreement Type codes have been added to the GETS to allow identification
of solicitations as subject to the set-aside program. Contracting
officers must ensure that the appropriate Agreement Type has been
selected for set-asides. Similar modifications have been made to
the Automated Buyer Environment (ABE) to allow recording of set-aside
procurements at the applicable stages in the procurement cycle.
Legal Entity
9L.220 (1997-03-31) The
description of a business as an Aboriginal business does not affect
the fact that in order to create an enforceable contract with Canada,
the contract must be signed between Canada and a legal entity which
has the capacity to contract. In the event any uncertainty exists
concerning the legal status of an Aboriginal business, contracting
officers must consult with legal counsel to ensure that the proposed
contractor is capable of signing an enforceable agreement.
Certification by Bidders
9L.230 (1997-03-31) There
will be no permanent list of pre-certified Aboriginal businesses.
For each procurement under the SPAB, bidders will be required to
provide, with their bid, a certificate stating that they meet the
definition of an Aboriginal business, according to the definition
provided, on the date that the bid was submitted, and an undertaking
that the firm will continue to meet this definition throughout
the life of the contract.
9L.240 (2000-12-01) To enable
bidders to complete the certificate each bid set must include a
copy of the Requirements for the Set-Aside Program for Aboriginal
Business document (Annex 9.1) which sets
out the definitions of an Aboriginal business and an Aboriginal
person also, and which contains the certificate which bidders must
sign and submit with their bid, in order to be considered eligible
for set-aside contracts.
9L.250 (2004-05-14) Solicitation
documents are to include clause K9025T for
procurements subject to set-asides. Resultant contracts awarded
to firms on the basis of their being Aboriginal must include clause K9025C.
Clause K9026D must
also be used where the general conditions do not include an Entire
Agreement provision - e.g. general conditions 9601,
section 36.
9L.260 (1997-03-31) Bidders
who fail to complete and return the certification with their bids
shall be considered non-responsive. A clear statement of this fact
must appear in the bid solicitation document.
9L.270 (1999-06-21) It is
not the responsibility of the contracting authority to verify the
bidder's certification. In instances where the contracting authority
questions the validity of a certificate, the particulars are to
be referred to DINA, Access to Federal Procurement Directorate,
for audit by Consulting and Audit Canada (CAC). (See 9L.300)
9L.280 (1999-06-21) Bidders'
certifications include provision for remedies should either the
certificate be shown to be invalid prior to award of a contract,
or the contractor fail to continue to meet the definition of an
Aboriginal business. Remedies range from declaration of the bidder
non-responsive to termination of the contract or taking the work
out of the hands of the contractor. Remedies may also include suspension
of the supplier's bidding privileges as an Aboriginal business,
or other corrective measures provided for in the contract or under
the Vendor Performance Policy. Contracting officers should consult
with assigned Sector or Region legal counsel, and DINA, Access
to Federal Procurement Directorate, in determining the appropriate
action to be taken.
9L.290 (1997-03-31) When
the contract has been awarded, and it is found that the contractor
has not maintained their status as an Aboriginal business during
the life of the contract, contracting officers must consider whether
the provisions of the Vendor Performance Policy apply in addition
to, or instead of, the specific provisions set out in the certificate
of eligibility.
Audits of Bidders Certification
9L.300 (2004-05-14) Bidders
are required to certify in their bids that they are an Aboriginal
business, as defined in the PSAB (see Annex
9.1). The certification includes an undertaking that the business
will continue to meet the criteria which define it as Aboriginal
throughout the performance of the contract. Bidders certifications
that they are Aboriginal are subject to audit, both prior to and
subsequent to contract award.
9L.305 (2004-05-14) Consulting
and Audit Canada (CAC) is the auditing authority under Memorandum
of Understanding with DINA and will receive its instructions from
DINA. CAC will contact the contracting officer for further information
when an audit is required.
9L.310 (2004-05-14) Pre-award
auditing is mandatory for requirements valued at, or in excess
of, $2M. To ensure that the mandatory requirement for pre-auditing
is met, it is essential that the contracting authority properly
notify DINA of such requirements, as per 9L.140 above,
and that the two best-assessed bids be submitted to DINA as per 9L.340 below.
The contracting officer must not award contracts of $2M or more
until DINA has confirmed eligibility of the proposed contractor.
9L.320 (2004-05-14) Pre-award
audits of bidders' certifications will be conducted on a random
basis for requirements under $2M. DINA will advise the contracting
officer whether a requirement is subject to pre-award audit no
later than the date of bid closing (see 9L.130).
Audits of bidders' certifications are expected to require approximately
ten (10) working days to be completed. When timing of contract
award is an issue, this should be indicated in the notification
to DINA, so that it may determine whether the auditing process
can be expedited or the procurement excluded from the random selection.
9L.330 (2004-05-14) Pre-award
audits may be requested either by the requisitioning authority,
the contracting officer, or DINA, whenever there is a doubt regarding
the validity of bidders' certifications, regardless of the total
estimated expenditure of the procurement. (See 9L.270.)
9L.340 (1999-06-21) When
DINA has advised that the requirement will be subject to a pre-award
audit, the evaluation of bids will continue up to the point that
the two 'best assessed' bids have been identified. This
information is to be provided to DINA, minus any pricing information,
who will request CAC to undertake the pre-award audit of the bidders'
certification. Upon receipt of the results of the audit, DINA will
advise the contracting officer. If the audit confirms the validity
of the bidders' certifications, award of the contract may proceed.
If the audit determines that one or more of the certificates are
invalid, the subject bidder(s) whose certifications have been declared
invalid, must be declared non-responsive, and the next-ranked bidder
becomes the 'recommended bidder'. If the audit reveals
that both certifications are invalid, the next-ranked bidder's
certification must be referred to DINA for audit until either a
bid with a valid certificate is obtained, or no bidders remain.
In the event that all bidders are eliminated on the basis of invalid
certifications, the requirement must be re-tendered, either as
a set-aside once again, or not set-aside, after consultation with
the client department. Whether, the next-ranked bidder should be
awarded the contract or the requirement re-tendered, is a decision
that must be made on a case by case basis, in keeping with sound
contracting principles.
9L.350 (1999-06-21) After
the contract has been awarded, the contractor's certification is
subject to audit to confirm their status as an Aboriginal business
(see 9L.130) during the life of the contract.
Audits following contract award will normally be done on a random
basis, however where contracting officers believe it to be necessary,
audit of the contractor's continued status as an Aboriginal business
may be requested of DINA.
9L.360 (1999-06-21) Contracting
officers should note that the bidders' certification regarding
their status as an Aboriginal business contains provisions for
remedies should it be determined that either the certificate is
invalid, or that the contractor has not completed their undertaking
to continue to qualify as an Aboriginal business. It may be necessary
to implement certain of the remedies, upon advice that an audit
has revealed the invalidity of the certificate, or a failed undertaking.
Contracting officers should consult with assigned Sector or Region
counsel, and DINA, Access to Federal Procurement Directorate, in
determining the appropriate action to be taken.
Bid Challenge
9L.370 (2004-05-14) Bid
challenges should be dealt with according to established internal
supplier complaint response procedures for procurements not subject
to trade agreements.
Set-Aside Procedures Checklist
- Has the client indicated that the requirement has been set
aside. If no, process requirement according to standard procurement
policies and procedures. If yes, see below.
- If requirement is subject to CLCA, determine extent to which
CLCA and set-aside do not conflict. In cases of conflict, CLCA
takes precedence (See 9L.040).
- Has the client indicated a requirement for sub-contracting
to Aboriginal business? (See 9L.120)
- Notify DINA, Access to Federal Procurement of receipt of set
aside requirement. (See 9L.130)
- Bid solicitation document includes Requirements for the Set-Aside
Program for Aboriginal Business document and clause K9025T (and K9026D -
Entire Agreement, if applicable). (See 9L.250)
- Source requirement according to established policies and procedures
- source list, GETS, etc. (See 9L.170)
- NPP/ACAN (GETS) contains a clear statement that requirement
has been set aside and that only Aboriginal businesses will be
eligible. (See 9L.210)
- Has DINA advised that the requirement is/is not subject to
pre-award audit of certifications before bid closing? (See 9L.340)
- Have all bidders provided signed certificate of eligibility
with their bids? (See 9L.260)
- Evaluation of bids according to established criteria.
- Advice to DINA of 2 'best-assessed' responsive bidders
(without financial information) if requirement subject to pre-award
audit. (See 9L.340)
- Has DINA advised re: results of pre-award audit of certificates
of eligibility? (See 9L.340)
- Award contract in accordance with established evaluation criteria
and result of pre-award audit, if applicable.
- Advise DINA of contract award within fifteen (15) working days.
(See 9L.150)
- Contract management including advice to DINA regarding changes
in contractor's status as an Aboriginal business, or requests
to DINA to verify continued status (post-award audit). (See 9L.360)
Section 9M: Land Claims Set-aside Policy
Introduction
9M.010 (2005-12-16) The
Land Claims Set-aside Policy establishes procedures for setting
aside procurements covered by the North American Free Trade Agreement
(NAFTA) and the World Trade Organization Agreement on Government
Procurement (WTO-AGP) that are subject to Comprehensive Land Claims
Agreements, National Park Agreements, or Department of National
Defence (DND) Co-operation Agreements.
Policy
9M.020 (1999-06-21) A set-aside
policy has been developed for each Comprehensive Land Claims Agreement,
National Park Agreement, and DND Co-operation Agreement (referred
to herein collectively as land claims agreements) based on the TBS
Contracting Policy Notice 1997-8. The extent of preferences
to the claimant group is restricted to the Federal government's
obligations under the applicable land claims agreement(s). This
policy does not apply when a procurement has been set aside under
the Set-Aside Program for Aboriginal Business - a procurement can
not be set aside more than once.
Determine Coverage
9M.030 (2005-12-16) Determine
whether a procurement is covered by both a land claims agreement
and NAFTA and/or the WTO-AGP. (See 4.002, 4.009, 4.010 and 4.011 respectively.)
If a procurement is subject to NAFTA and/or the WTO-AGP,
and one or more of the land claims agreements, the portion for
delivery within the Comprehensive Land Claims Settlement Areas
(CLCSA) should be procured separately from the portion for delivery
outside of the CLCSA, where this is feasible.
The portion of the procurement for delivery outside of the CLCSA
will continue to be procured according to the provisions in the
NAFTA and/or the WTO-AGP.
The procurement (or portion of the procurement) for delivery within
the CLCSA is to be set aside from NAFTA and the WTO-AGP.
The provision for 'set-asides for small and minority businesses' is
found in NAFTA, Annex
1001.2b, Article 1.(d) and the WTO-AGP, Appendix
I, Article 1.(d). In order to effect that set-aside, specific references
from the applicable land claims agreements must be inserted into
the NPP and the bid solicitation document. This procurement will
be known as a 'Land Claims Set-Aside' or 'LCSA'.
Determine Obligations
9M.040 (1999-06-21) The
Treasury Board Contracting Policy Notice
1997-8 identifies Canada's contracting obligations under each land
claims agreement. The Chart, entitled 'Summary of Benefits
from Treasury Board Contracting Policy Notice
1997-8', was derived from this Notice. Using this Chart, determine
which provisions in the applicable land claims agreements apply.
Ensure that only the relevant provisions are selected. For example,
provisions related to silviculture would not apply to a procurement
for food services.
Notice of Proposed Procurement
9M.050 (2005-12-10) Insert
the following information (Standard Acquisition Clauses and Conditions
(SACC) Manual clause A9110T)
at the beginning of the text box in the NPP for the procurement
which is being set aside.
- 'This procurement is set aside from ________ (Insert
as applicable: the North American Free Trade Agreement, Annex
1001.2b, Article 1.(d); the World Trade Organization Agreement
on Government Procurement, Appendix I, article 1.(d) and/or the Agreement on Internal Trade, Article
1802.
Insert the following information at the end of the text box in
the NPP, indicating the applicable section, corresponding land
claims agreement, and clause numbers from the Treasury Board Contracting Policy Notice 1997-8. Refer to the
Chart for this information. Do not include the text of the provisions
in the NPP.
- 'The benefits that apply to this procurement are contained
in: ... .'
For example, a procurement that is subject to the Inuvialuit Final
Agreement might read as follows:
- 'The benefits that apply to this procurement are contained
in: Section 2, the Inuvialuit Final Agreement, clauses 16(8),
(b), (c).'
Bid Solicitation Document
9M.060 (2005-12-16) Insert
the following information (SACC Manual clause A9110T )
at the beginning of the bid solicitation document.
- 'This procurement is set aside from _________(Insert
as applicable: the North American Free Trade Agreement, Annex
1001.2b, Article 1.(d); the World Trade Organization Agreement
on Government Procurement, Appendix I, article 1.(d) and/or
the Agreement on Internal Trade, Article 1802.
Insert the applicable SACC clause(s) at the end of the bid solicitation
document, but before any annexes or appendices. Refer to the Chart
for the list of SACC clauses.
Delivery Clauses
9M.070 (1999-06-21) Special
clauses have been developed for use in solicitations and contracts
or standing offers which involve or could involve deliveries to
locations inside land claims settlement areas. These clauses, W0001T, W0002D and W0003D,
are in the SACC Manual. The Remarks section of each clause details
its use.
Coding
9M.080 (2005-12-16) Procurements
to which NAFTA and/or the WTO-AGP are applied must be
coded accordingly; procurements which were set-aside under this
Land Claims Set-Aside Policy must be coded as LCSA and identified
as a 'set-asides for small and minority businesses' derogation.
When a procurement has been divided and the same supplier is successful
on both solicitations, separate contractual documents must be issued
in order to satisfy system coding requirements for the respective
agreement types.
Enquiries
9M.090 (2005-12-16) Questions
about this policy may be directed to Acquisition Strategy and Relations
Directorate, (819) 956-6501.
Summary of Benefits from Treasury
Board Contracting Policy Notice 1997-8
Table Headings
Legend
Notification - This is a list of the general
notification provisions contained in the individual land claims
agreements. It is required to notify all land claimant groups of
potential contracts in their settlement area/region. When a procurement
is subject to a land claims agreement include in the NPP and bid
solicitation the mandatory notification provisions listed under 'Bid
Solicitation'. Provisions in the 'As applicable' column
are to be included where appropriate. In addition, include the
notification provisions listed under 'Creation of a List' when
an NPP is being used to advertise the existence of a list which
will be used to notify suppliers of actual requirements.
General Evaluation - This is a list of provisions
that allow for evaluation preferences. It is necessary to include
these provisions only when the procurement plan and bid solicitation
document include the evaluation preferences set out in the applicable
land claim agreements.
Entity, Area & Commodity Specific - This
is a list of the provisions that require the federal government
to give preference, as defined in the individual land claims agreements,
for a procurement by a specific entity, for a specific commodity
or for delivery within a specific area. Include these clauses when
the procurement involves an area or commodity that is subject to
special provisions.
Mandatory - This designates a mandatory provision
within a land claims agreement - i.e. a provision that the Federal
government is obligated to carry out. In the case of the column 'Entity,
Area and Commodity Specific Provisions', include these clauses
when the procurement involves the specific entity or is for the
specified area or commodity. For example, provisions related to
silviculture would only be included if the procurement is for silviculture.
As Applicable - This designates a provision which
may not be appropriate for every land claims agreement procurement.
Only include these provisions if they also form part of the bid
solicitation, eg. evaluation.
List of Comprehensive Land Claims
Agreements, National Park Co-management Agreements, and DND Co-operation
Agreements listed in Treasury Board Contracting Policy Notice 1997-8
- Section 1: James Bay and Northern Quebec Agreement
- Section 2: Inuvialuit Final Agreement
- Section 3: Gwich‘in Comprehensive Land Claim Agreement
- Section 4: Inuit of Nunavut Land Claims Agreement
- Section 5: Umbrella Final Agreement, Council for Yukon Indians
- Section 5.1 First Nation of Nacho Nyak Dun Final Agreement
- Section 5.2 Champagne and Aishihik First Nations Final
Agreement
- Section 5.3 Teslin Tlingit Council Final Agreement
- Section 5.4 Vuntut Gwichin First Nation Final Agreement
- Section 5.5 Selkirk First Nation Final Agreement
- Section 5.6 Little Salmon/Carmacks First Nation Final Agreement
- Section 5.7 Tr‘ondëk Hwëch‘in Final
Agreement
- Section 6: Sahtu Dene and Metis Comprehensive Land Claim Agreement
- Section 7: Agreement for the Establishment of a National Park
on Banks Island
- Section 8: Tuktut Nogait National Park Co-management Agreement
- Section 9: Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning
the Operation and Maintenance of the North Warning System
- Section 10: Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning
the Restoration and Clean-up of DEW Sites within the Inuvialuit
Settlement Region
Summary of Benefits from Treasury Board Contracting Policy Notice 1997-8
Section 1: James Bay and Northern Quebec Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0011T |
W0012T |
-- |
W0013T |
W0014T |
-- |
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the James Bay and Northern Quebec Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0011T is
comprised of clauses: 4.3; 28.10.3(b) ii, iii; 29.0.31(b) ii, iii
SACC W0012T is
comprised of clauses: 8.1; 8.2; 8.3; 8.4; 8.5; 8.6..
SACC W0013T is
comprised of clauses: 28.10.3(b)i, ii, iiii: 29.0.31(b)i, ii, iii.
SACC W0014T is
comprised of clauses: 7.1, a), b), c).
Section 2: Inuvialuit Final Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0021T |
-- |
-- |
-- |
W0022T |
-- |
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Inuvialuit Final Agreement (listed below) in the Notice
of Proposed Procurement.
SACC W0021T is
comprised of clauses: 16(8), (b), (c).
SACC W0022T is
comprised of clauses: 6.00, (a), (b), (c).
Section 3: Gwich'in Comprehensive Land Claim Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0031T |
-- |
W0032T |
|
|
W0031T
W0034T
W0035T
W0036T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Gwich'in Comprehensive Land Claim Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0031T is
comprised of clause: 17.2.1 in App. C.
SACC W0032T is
comprised of clause: 17.2.5 in App. C.
SACC W0033T is
comprised of clause: 25.1.10.
SACC W0034T is
comprised of clauses: 9.7.1; 9.7.2; 9.7.5 (a),(b) in App. C.
SACC W0035T is
comprised of clauses: 11.6.1, (a), (b); 11.6.2, (a), (b) in App.
C.
SACC W0036T is
comprised of clauses: 13.6.2; 13.6.3; 13.6.6 in App. C.
Section 4: Inuit of Nunavut Land Claims Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0041T |
-- |
W0042T |
|
W0043T |
W0044T
W0045T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Inuit of Nunavut Land Claims Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0041T is
comprised of clause: 24.5.1; 24.5.2; 24.5.3.
SACC W0042T is
comprised of clause: 24.7.1.
SACC W0043T is
comprised of clause: 24.6.1,(a),(b),(c).
SACC W0044T is
comprised of clause: 8.4.8,(a),(b); 8.4.9.
SACC W0045T is
comprised of clause: 33.6.1,(a),(b); 33.6.2.
Section 5.1: First Nation of Nacho Nyak Dun Final Agreement 1
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0053T
W0061T
W0062T
W0063T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the First Nation of Nacho Nyak Dun Final Agreement (listed
below) in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0053T is
comprised of clauses: 15.7.1; 15.7.2.
SACC W0061T is
comprised of clauses: 13.12.1.1; 13.12.1.2; 13.12.1.5,(a), (b).
SACC W0062T is
comprised of clauses: 15.7.1.1; 15.7.1.2
SACC W0063T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.6.
Section 5.2: Champagne and Aishihik First Nations Final Agreement2
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0053T
W0071T
W0072T
W0073T
W0074T
W0075T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Champagne and Aishihik First Nations Final Agreement (listed
below) in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0053T is
comprised of clauses: 15.7.1; 15.7.2.
SACC W0071T is
comprised of clauses: 9.3; 9.3.1; 9.3.2; 9.3.3.
SACC W0072T is
comprised of clauses: 9.4; 9.4.1; 9.4.2; 9.4.3.
SACC W0073T is
comprised of clauses: 13.12.1.1; 13.12.1.2; 13.12.1.5, (a), (b).
SACC W0074T is
comprised of clauses: 15.7.1.1; 15.7.1.2
SACC W0075T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.6.
Section 5.3: Teslin Tlingit Council Final Agreement 3
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0053T
W0081T
W0082T
W0083T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Teslin Tlingit Council Final Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0053T is
comprised of clauses: 15.7.1; 15.7.2.
SACC W0081T is
comprised of clauses: 13.12.1.1; 13.12.1.2.; 13.12.1.5, (a),(b).
SACC W0082T is
comprised of clauses: 15.7.1.1; 15.7.1.2.
SACC W0083T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.6.
Section 5.4: Vuntut Gwich'in First Nation Final Agreement4
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0053T
W0091T
W0092T
W0093T
W0094T
|
W0095T |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Vuntut Gwich'in First Nation Final Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0053T is
comprised of clauses: 15.7.1; 15.7.2.
SACC W0091T is
comprised of clauses: 9.6; 9.7; 9.7.1; 9.7.2; 9.7.3; 9.7.4.
SACC W0092T is
comprised of clauses: 13.12.1.1; 13.12.1.3; 13.12.1.6,(a), (b).
SACC W0093T is
comprised of clauses: 15.7.1.1; 15.7.1.2.
SACC W0094T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.6; 17.14.2.7.
SACC W0095T is
comprised of clauses: 9.8; 9.8.1; 9.8.2.
Section 5.5: Selkirk First Nation Final Agreement5
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0101T
W0102T
W0103T
W0104T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Selkirk First Nation Final Agreement (listed below) in
the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0101T is
comprised of clauses:13.12.1.1; 13.12.1.2; 13.12.1.3;13.12.1.7,(a),
(b).
SACC W0102T is
comprised of clause: 5.1.
SACC W0103T is
comprised of clauses: 15.7.1.1; 15.7.1.2.
SACC W0104T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.4; 17.14.2.8.
Section 5.6: Little Salmon/Carmacks First Nation Final Agreement6
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0111T
W0112T
W0113T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Little Salmon/Carmacks First Nation Final Agreement (listed
below) in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0111T is
comprised of clauses: clauses:13.12.1.1; 13.12.1.2; 13.12.1.3;13.12.1.7,(a),
(b).
SACC W0112T is
comprised of clauses:15.7.1.1; 15.7.1.2.
SACC W0113T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.4; 17.14.2.8.
Section 5.7: Tr'ondëk Hwëch'in Final Agreement7
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0051T |
-- |
W0052T |
|
|
W0171T
W0172T
W0173T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from theTr'ondëk Hwëch'in Final Agreement (listed below)
in the Notice of Proposed Procurement.
SACC W0051T is
comprised of clauses: 22.5.1.
SACC W0052T is
comprised of clauses: 22.5.4: 22.5.8.
SACC W0171T is
comprised of clauses: clauses:13.12.1.1; 13.12.1.2; 13.12.1.3;13.12.1.7,(a),
(b).
SACC W0172T is
comprised of clauses:15.7.1.1; 15.7.1.2.
SACC W0173T is
comprised of clauses: 17.14.2.2; 17.14.2.3; 17.14.2.4; 17.14.2.8.
Section 6: Sahtu Dene and Metis Comprehensive Land Claim Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0121T |
-- |
-- |
-- |
-- |
W0122T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Sahtu Dene and Metis Comprehensive Land Claim Agreement
(listed below) in the Notice of Proposed Procurement.
SACC W0121T is
comprised of clauses:12.2.1, (a), (b).
SACC W0122T is
comprised of clauses: 26.2.8.
Section 7: Agreement for the Establishment of a National Park on
Banks Island
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0131T |
-- |
-- |
W0132T |
-- |
W0133T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Agreement for the Establishment of a National Park on
Banks Island (listed below) in the Notice of Proposed Procurement.
SACC W0131T is
comprised of clauses: 8.02; 8.03, (a), (b), (c), (d).
SACC W0132T is
comprised of clauses: 8.05,(a),(b),(c).
SACC W0133T is
comprised of clauses:8.04; 8.06,(a),(b),(c),(d),(e). 8.07, (a),(b),(c).
Section 8: Tuktut Nogait National Park Co-management Agreement
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0141T |
-- |
-- |
W0142T |
-- |
W0143T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Tuktut Nogait National Park Co-management Agreement (listed
below) in the Notice of Proposed Procurement.
SACC W0141T is
comprised of clauses: 14.2; 14.3, (i), (ii), (iii), (iv), (v).
SACC W0142T is
comprised of clauses: 14.5, (i), (ii), (iii).
SACC W0143T is
comprised of clauses: 14.4; 14.6, (i), (ii), (iii), (iv), (v);
14.7, (i), (ii), (iii).
Section 9: Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning the
Operation and Maintenance of the North Warning System
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0151T |
-- |
-- |
W0152T |
-- |
W0153T
W0154T
W0155T
W0156T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning the
Operation and Maintenance of the North Warning System (listed below)
in the Notice of Proposed Procurement.
SACC W0151T is
comprised of clause: 4.2, (a), (c).
SACC W0152T is
comprised of clauses: 4.0; 4.1.
SACC W0153T is
comprised of clauses:4.3; 4.3.1.
SACC W0154T is
comprised of clauses: 4.3; 4.3.2.
SACC W0155T is
comprised of clauses: 4.3; 4.3.3.
SACC W0156T is
comprised of clauses:4.3; 4.3.4.
Section 10: Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning the
Restoration and Clean-up of DEW Sites within the Inuvialuit Settlement
Region
Notification |
General Evaluation |
Entity, Area & Commodity Specific |
Bid Solicitation |
Creation of a List |
Mandatory |
As Applic. |
Mandatory |
Mandatory |
As Applic. |
Mandatory |
As Applic. |
W0161T |
-- |
-- |
W0162T |
-- |
W0163T
W0164T
W0165T
W0166T
W0167T
W0168T
W0169T
|
-- |
Include the relevant SACC clause(s) (identified in the chart above)
in the bid solicitation and insert the corresponding clause numbers
from the Co-operation Agreement Between the Inuvialuit Regional
Corporation and the Department of National Defence Concerning the
Restoration and Clean-up of DEW Sites within the Inuvialuit Settlement
Region (listed below) in the Notice of Proposed Procurement.
SACC W0161T is
comprised of clause: 6.1, (b)
SACC W0162T is
comprised of clauses: 4.1 (a); 5.1; 5.2; 6.1,(c).
SACC W0163T is
comprised of clause: 6.2, (a).
SACC W0164T is
comprised of clause: 6.2, (b).
SACC W0165T is
comprised of clause: 6.2, (c).
SACC W0166T is
comprised of clause: 6.2, (d).
SACC W0167T is
comprised of clause: 6.2, (e).
SACC W0168T is
comprised of clause: 6.3, (a).
SACC W0169T is
comprised of clause: 6.4,(a).
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the First Nation of First Nation of Nacho Nyak Dun Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Champagne and Aishihik First Nations Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Teslin Tlingit Council Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Vuntut Gwich'in First Nation Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Selkirk First Nation Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Little Salmon/Carmacks First Nation Final Agreement.
- Provisions in the Council of Yukon First
Nations Final Agreement also apply to procurements subject to
the Tr'ondëk Hwëch'in Final Agreement.
Annex 9.1: Requirements for the Set-aside Program for Aboriginal
Business
(2004-05-14)
Who is eligible?
An Aboriginal business, which can be:
- a band as defined by the Indian Act
- a sole proprietorship
- a limited company
- a co-operative
- a partnership
- a not-for-profit organization
in which Aboriginal persons have at least 51 percent ownership
and control,
OR
A joint venture consisting of two or more Aboriginal
businesses or an Aboriginal business and a non-Aboriginal business(es),
provided that the Aboriginal business(es) has at least 51 percent
ownership and control of the joint venture.
When an Aboriginal business has six or more full-time employees
at the date of submitting the bid, at least thirty-three percent
of them must be Aboriginal persons, and this ratio must be maintained
throughout the duration of the contract.
The bidder must certify in its submitted bid that it is an Aboriginal
business or a joint venture constituted as described above.
Are there any other requirements attached to bidders in the Set-Aside
Program for Aboriginal Business? - Yes.
- In respect of a contract, (goods, service or construction),
on which a bidder is making a proposal which involves subcontracting,
the bidder must certify in its bid that at least thirty-three
percent of the value of the work performed under the contract
will be performed by an Aboriginal business. Value of the work
performed is considered to be the total value of the contract
less any materials directly purchased by the contractor for the
performance of the contract. Therefore, the bidder must notify
and, where applicable, bind the subcontractor in writing with
respect to the requirements that the Aboriginal Set-Aside Program
(the Program) may impose on the subcontractor or subcontractors.
- The bidder's contract with a subcontractor must also, where
applicable, include a provision in which the subcontractor agrees
to provide the bidder with information, substantiating its compliance
with the Program, and authorize the bidder to have an audit performed
by Canada to examine the subcontractor's records to verify the
information provided. Failure by the bidder to exact or enforce
such a provision will be deemed to be a breach of contract and
subject to the civil consequences referred to in this document.
- As part of its bid, the bidder must complete the Certification
of Requirements for the Set-Aside Program for Aboriginal Business
(certification) stating that it:
- meets the requirements for the Program and will continue
to do so throughout the duration of the contract;
- will, upon request, provide evidence that it meets the
eligibility criteria;
- is willing to be audited regarding the certification; and
- acknowledges that if it is found NOT to meet the eligibility
criteria, the bidder shall be subject to one or more of the
civil consequences set out in the certification and the contract.
How must the business prove that it meets the requirements?
It is not necessary to provide evidence of eligibility at the
time the bid is submitted. However, the business should have evidence
of eligibility ready in case it is audited.
The civil consequences of making an untrue statement in the bid
documents, or of not complying with the requirements of the Program
or failing to produce satisfactory evidence to Canada regarding
the requirements of the Program, may include: forfeiture of the
bid deposit; retention of the holdback; disqualification of the
business from participating in future contracts under the program;
and/or termination of the contract. In the event that the contract
is terminated because of an untrue statement or non-compliance
with the requirements of the Program, Canada may engage another
contractor to complete the performance of the contract and any
additional costs incurred by Canada shall, upon the request of
Canada, be borne by the business.
What evidence may be required from the business?
Ownership and control
Evidence of ownership and control of an Aboriginal business
or joint venture may include incorporation documents,
shareholders' or members' register; partnership agreements; joint
venture agreements; business name registration; banking arrangements;
governance documents; minutes of meetings of Board of Directors
and Management Committees; or other legal documents.
Ownership of an Aboriginal business refers to "beneficial ownership" i.e.
who is the real owner of the business. Canada may consider a variety
of factors to satisfy whether Aboriginal persons have true and
effective control of an Aboriginal business. (See Appendix
A for a list of the factors which may be considered by Canada.)
Employment and employees
Where an Aboriginal business has six or more full-time employees
at the date of submitting the certification and is required by
Canada to substantiate that at least thirty-three percent of the
full-time employees are Aboriginal, the business must, upon request
by Canada, immediately provide a completed Owner/Employee Certification
form for each full-time employee who is Aboriginal.
Evidence as to whether an employee is or is not full-time
and evidence as to the number of full-time employees may
include payroll records, written offers for employment, and remittance
and payroll information maintained for Canada Revenue Agency
purposes as well as information related to pension and other
benefit plans.
A full-time employee, for the purpose of this
program, is one who is on the payroll, is entitled to all benefits
that other full-time employees of the business receive, such as
pension plan, vacation pay and sick leave allowance, and works
at least 30 hours a week. It is the number of full-time employees
on the payroll of the business at the date of bid submission that
determines the ratio of Aboriginal to total employees of the business
for the purpose of establishing eligibility under the Program.
Owners who are Aboriginal and full-time employees who are Aboriginal
must be ready to provide evidence in support of such status. The
Owner/Employee Certification to be completed by each owner and
full-time employee who is Aboriginal shall state that the person
meets the eligibility criteria and that the information supplied
is true and complete. This certification shall provide the person's
consent to the verification of the information submitted.
Subcontracts
Evidence of the proportion of work done by subcontractors may
include contracts between the contractor and subcontractors, invoices,
and paid cheques.
Evidence that a subcontractor is an Aboriginal business (where
this is required to meet the minimum Aboriginal content of the
contract) is the same as evidence that a prime contractor is an
Aboriginal business.
Who is an Aboriginal Person for Purposes of the Set-Aside Program
for Aboriginal Business?
- An Aboriginal person is an Indian, Metis or Inuit who is
ordinarily resident in Canada.
Evidence of being an Aboriginal person will consist
of such proof as:
- Indian registration in Canada
- membership in an affiliate of the Metis National Council or
the Congress of Aboriginal Peoples, or other recognized Aboriginal
organizations in Canada
- acceptance as an Aboriginal person by an established Aboriginal
community in Canada
- enrolment or entitlement to be enrolled pursuant to a comprehensive
land claim agreement
- membership or entitlement to membership in a group with an
accepted comprehensive claim
Evidence of being resident in Canada includes
a provincial or territorial driver's licence, a lease or other
appropriate document.
For further information on the Set-Aside Program for Aboriginal
Business, contact the Access to Federal Procurement Directorate
in the Department of Indian and Northern Affairs at (819) 997-8383
or (819) 997-8746 or fax (819) 994-0445.
Certification Requirements for the Set-Aside Program for Aboriginal
Business
A bidder who submits, under this program, a bid or proposal in
response to a solicitation must complete and submit this certification.
Failure to submit this certification will result in the proposal's
being found non-compliant.
1.
- I, _________________________________________ (Name of duly
authorized representative of business) hereby certify that ______________________________
(Name of business) meets, and shall continue to meet throughout
the duration of the contract, the requirements for this program
as set out in the attached document entitled "Requirements for
the Set-Aside Program for Aboriginal Business", which document
I have read and understand.
- The aforementioned business agrees to ensure that any subcontractor
it engages with respect to the contract shall, if required, satisfy
the requirements set out in "Requirements for the Set-Aside Program
for Aboriginal Business."
- The aforementioned business agrees to provide to Canada, immediately
upon request, information to substantiate a subcontractor's compliance
with this program
Please Check the Applicable Boxes in 2 and 3 below
2.
- The aforementioned business is an Aboriginal business which
is a sole proprietorship, band, limited company, co-operative,
partnership or not-for-profit organization, [ ]
or
- The aforementioned business is a joint venture between two
or more Aboriginal businesses or an Aboriginal business and a
non-Aboriginal business. [ ]
3. The Aboriginal business or businesses have:
- fewer than six full-time employees [ ]
or
- six or more full-time employees [ ]
4. The aforementioned business agrees to immediately furnish to
Canada, such evidence as may be requested by Canada from time to
time, corroborating this certification. Such evidence shall be
open to audit during normal business hours by a representative
of Canada, who may make copies and take extracts from the evidence.
The aforementioned business agrees to provide all facilities for
audits and to furnish information requested by Canada with respect
to the certification.
5. It is understood that the civil consequences of making an untrue
statement in the bid documents, or of not complying with the requirements
of the Program or failing to produce satisfactory evidence to Canada
regarding the requirements of the Program, may include: forfeiture
of the bid deposit; retention of the holdback; disqualification
of the business from participating in future contracts under the
Program; and/or termination of the contract. In the event that
the contract is terminated because of an untrue statement or non-compliance
with the requirements of the Program, Canada may engage another
contractor to complete the performance of the contract and any
additional costs incurred by Canada shall, upon the request of
Canada, be borne by the aforementioned business.
Date:_________________
Signature:_________________
Title (Duly authorized representative of business)
Place:_________________
Title:_________________
For:_________________
Name of Business
Appendix A
The Set-Aside Program for Aboriginal Business
Factors that may be considered in determining whether Aboriginal
persons have at least 51% ownership and control of an Aboriginal
business include:
- Capital Stock and Equity Accounts, i.e., preferred stock, convertible
securities, classes of common stock, warrants, options
- Dividend policy and payments
- Existence of Stock Options to employees
- Different treatment of Equity transactions for Corporations,
Partnerships, Joint Ventures, Community organizations, Cooperatives,
etc.
- Examination of Charter Documents, i.e., corporate charter,
partnership agreement, financial structure
- Concentration of ownership or managerial control in partners,
stockholders, officers trustees and directors based definition
of duties
- Principal occupations and employer of the officers and directors
to determine who they represent, i.e. banker, vested ownerships
- Minutes of directors meetings and stockholders meetings for
significant decisions that affect operations and direction
- Executive and employee compensation records for indication
of level of efforts associated with position
- Nature of the business in comparison with the type of contract
being negotiated
- Cash management practices, i.e., payment of dividends - preferred
dividends in arrears
- Tax returns to identify ownership and business history
- Goodwill contribution/contributed asset valuation to examine
and ascertain the Fair Market value of non cash capital contributions
- Contracts with owners, officers and employees to be fair and
reasonable
- Stockholder authority, i.e. appointments of officers, directors,
auditors
- Trust agreements made between parties to influence ownership
and control decisions
- Partnership - allocation and distribution of net income, i.e.,
provision for salaries, interest on capital and distribution
share ratios
- Litigation proceedings over ownership
- Transfer pricing from non-Aboriginal joint venturer
- Payment of management or administrative fees
- Guarantees made by the Aboriginal business
- Collateral agreements
Owner/Employee Certification Form
Set-aside Program for Aboriginal Business
- I, ________________Name_________________________, am an owner
and/or full-time employee of___________Name of business_____________,
and an Aboriginal person,as described in the document "Requirements
for the Set-Aside Program for Aboriginal Business".
- I certify that the above statement is true and consent to
its verification upon the request of Canada.
___________________
Date
___________________________
Signature of owner and/or employee
___________________
Place
|