Chapter 5 - Sourcing Strategy
Determining the Extent of Competition
5.001 (1994-06-23) Whenever
possible, contractors are to be selected using a competitive process.
The flexibility to depart from this approach depends on the procurement
framework being followed. The type of competitive solicitation
that may be used will also depend on the procurement framework.
5.002 (2002-12-13) The Government
Contracts Regulations (GCR) require the competitive soliciting
of bids before any contract is entered into. However, contracts
may be entered into without soliciting bids when:
- 'the need is one of pressing emergency in which delay
would be injurious to the public interest;
An emergency may be an actual or imminent life-threatening situation,
a disaster which endangers the quality of life or has resulted
in the loss of life, or one that may result in significant loss
or damage to Crown property.
- the estimated expenditure does not exceed $25,000; or $100,000
where the contract is for the acquisition of architectural, engineering
and other services required in respect of the planning, design,
preparation or supervision of the construction, repair, renovation
or restoration of a work; or $100,000 where the contract is to
be entered into by the member of the Queen's Privy Council for
Canada responsible for the Canadian International Development
Agency and is for the acquisition of architectural, engineering
or other services required in respect of the planning, design,
preparation or supervision of an international development assistance
program or project;
Contracting authorities are nevertheless expected to solicit
bids whenever it is cost effective to do so.
- the nature of the work is such that it would not be in the
public interest to solicit bids;
his provision is normally reserved for dealing with security
considerations or to alleviate some significant socio-economic
disparity.
- only one supplier person or firm is capable of performing
the contract.
This exception is quite definite and should be invoked only where
patent or copyright requirements or technical compatibility factors
and technological expertise suggest that only one contractor
exists.'
Treasury Board Contracting Policy
Section 10.2
Use of the National Security Exceptions
5.007 (2005-12-16) The national
security exceptions provided for in the North America Free Trade
Agreement (NAFTA), the World Trade Organization Agreement on Government
Procurement (WTO-AGP) and the Agreement on Internal Trade (AIT) allow
Canada to remove a procurement from some or all of the obligations
of the relevant trade agreement(s) where Canada considers it necessary
to do so in order to protect its national security interests specified
in the text of the national security exceptions. The purpose of
the national security exceptions is to ensure that parties to the
agreements are not required in any way to compromise these interests
through application of the obligations of the trade agreements.
5.008 (2005-12-16) Texts
of the National Security Exceptions
- NAFTA: Article 1018: Exceptions
- 'Nothing in this Chapter shall be construed to prevent
a Party from taking any action or not disclosing any information
which it considers necessary for the protection of its essential
security interests relating to the procurement of arms, ammunition
or war materials, or to procurement indispensable for national
security or for national defense purposes.'
- WTO-AGP: Article XXIII: Exceptions to the Agreement
- 'Nothing in this Agreement shall be construed to prevent
any Party from taking any action or not disclosing any information
which it considers necessary for the protection of its essential
security interests relating to the procurement of arms, ammunition
or war materials, or to procurement indispensable for national
security or for national defence purposes.'
- AIT: Article 1804: National Security
'Nothing in this Agreement shall be construed to:
- require the Federal Government to provide, or allow access
to, information the disclosure of which it determines to
be contrary to national security; or
- prevent the Federal Government from taking any action that
it considers necessary to protect national security interests
or, pursuant to its international obligations, for the maintenance
of international peace and security.'
5.009 (2005-12-16) The national
security exceptions can be invoked to entirely remove the procurement
from the obligations of the relevant trade agreements or to allow
the use of some otherwise non-conforming measure.
5.010 (2005-12-16) The Canadian
International Trade Tribunal (CITT), in its decision PR-98-005,
has found that 'the most senior level of substantive policy
formulation and advice to the department on all supply operations
activities...' has the authority to invoke the use of the
national security exception, to exclude a procurement from the
NAFTA,WTO-AGP and the AIT. For Public Works and Government
Services Canada (PWGSC) that authority is the Assistant Deputy
Minister of the Acquisitions Branch (ADM/AB).
5.011 (2004-05-14) Furthermore,
PWGSC has decided that this specific authority will not be delegated
to a lower official level because of the nature of the exception
and having regard to s.24(2)(d) of the Department of Public Works
and Government Services Act. PWGSC has further decided that a national
security exception will not be invoked by anyone other than the
ADM/AB.
5.012 (2005-12-16) Therefore,
the following procedure is now in effect:
- All requests to invoke the national security exceptions to
exclude a procurement from the WTO-AGP, NAFTA or the AIT,
or any combination of the agreements, will normally be submitted
by the client department to the ADM/AB for approval, regardless
of dollar value.
- A request must be in the form of a letter from the responsible
ADM, or equivalent to the ADM level, at the client department. The
letter must explain the nature of the proposed procurement and,
depending upon which trade agreement(s) applies, how it relates
to:
- Canada's 'national security interests' or,
pursuant to Canada's international obligations, 'the
maintenance of international peace and security'. (AIT:
Article 1804(b)); and/or
- Canada's ‘essential security interests relating to
the procurement of arms, ammunition or war materials, or
to procurement indispensable for national security or for
national defense purposes'. (NAFTA: Article 1018.1
/ WTO-AGP: Article XXIII).
- In reviewing requests to invoke the national security exception,
the ADM/AB will be considering only the issue of whether or not
to invoke the national security exception and will not be considering,
at that time, other matters such as procurement methods, Procurement
Plans or authority to enter into the contract. Client departments
should work with contracting officers in determining which method
of procurement should be used, in parallel with any request for
approval of a national security exception, bearing in mind that
even in situations where the national security exception is invoked,
it remains government policy to compete requirements, subject
to the exceptions to competitive contracting provided in the
Government Contracts Regulations (GCRs).
- The utilization of the national security exceptions must be
documented. In documents used to seek authority to enter into
contract, and on the file, contracting officers must explain
clearly that the national security exception is being invoked,
specifying each of the trade agreements from which the procurement
is being excluded and include a copy of the NSE approval on the
file.
5.013 (2003-12-12) Contracting
officers should bear in mind that invoking a national security
exception to the trade agreements does not affect the obligation
to comply with the GCRs in respect of such matters as sole source
justifications, other sourcing strategy issues and contracting
authority limits. Procurements for which an NSE is invoked remain
subject to other relevant regulations and governmental and departmental
policies, which may include posting a Notice of Proposed Procurement
or an Advanced Contract Award Notice on the Government Electronic
Tendering Services where appropriate, though the requirements of
security may, in some cases, preclude such actions.
5.014 (2004-12-10) Within
PWGSC, the Acquisition Strategy and Relations Directorate (ASRD)
reviews, on behalf of the ADM/AB, requests to invoke the national
security exception. Once approved, ASRD will notify the ADM/AB
who, in turn, will provide a written confirmation to the client
department that the national security exception has been invoked.
Contracting officers seeking advice to aid client departments
in properly framing and requesting a national security exception
should contact ASRD at (819) 956-6501.
Comprehensive Land Claims Agreements
5.020 (1996-01-01) Dependent
upon the requirement, competition may be restricted to claimant
group enterprises located within a certain Comprehensive Land Claim
Settlement Area (CLCSA). For example, certain agreements make provision
for the 'right of first refusal' for the provision
of certain commodities, i.e. business opportunities and ventures
that are contracted out with respect to Parks and the right of
first refusal to any new licenses to carry on economic activities
related to wildlife and tourism.
Other agreements make provisions for giving the claimant group
enterprises 'first consideration or first priority' in
sourcing certain requirements, i.e. silviculture services, management
of designated heritage sites, and first consideration in providing
technical and support services for contracts related to surveying
the CLCSA.
5.021 (1996-06-03) Standing
Offers and other supply arrangements are also affected by CLCAs.
Contracting officers must notify all claimant groups of this type
of procurement opportunity, especially when the contracting officer
is unaware of which client department will issue a call-up against
a standing offer.
The origin of the order (i.e. ordering office) does not determine
the applicability of a CLCA, only the final delivery point.
5.022 (2004-12-10) For any
procurement which has contracting activities that take place within
a CLCSA, contracting officers should consult the Acquisition Policy
and Process Directorate (APPD), at telephone number (819) 956-4744
to determine whether a CLCA may affect the overall procurement
strategy. APPD will assist contracting officers in identifying
these obligations and in developing methods of meeting them on
a case-by-case basis.
NAFTA, WTO-AGP and AIT
5.030 (2005-12-16) With the
introduction of trade agreements like North America Free Trade
Agreement (NAFTA), World Trade Organization Agreement on Government
Procurement (WTO-AGP) and Agreement on Internal Trade (AIT), the non-competitive
approach to the procurement process is limited tendering. Limited
tendering is a process which allows deviations from the competitive
process including the ability to contact a sole or single supplier
or a number of suppliers individually. This in fact means that
it is possible to have a competitive procurement within a limited
tendering procurement. This concept should be kept in mind when
examining the following circumstances (limited tendering reasons)
for NAFTA, WTO-AGP and AIT. (See 5.031, 5.032, 5.033, 5.036 and 5.037.)
In procedures 5.031, 5.032, 5.033, 5.036 and 5.037 the
applicable Contract Award Process (CAP) Code is included with each
of the limited tendering reasons. This was done in order to ensure
that the comparable limited tendering reason for each of the agreements
(NAFTA, WTO-AGP and AIT) will be coded by contracting officers
in a consistent manner. Annex 5.3 - Contract
Award Process (CAP) Codes illustrates the permissible CAP Codes
depending on the type of solicitation chosen for the particular
procurement.
'...limited tendering procedures are not used with a
view to avoiding maximum possible competition or in a manner
that would constitute a means of discrimination between suppliers
of the other Parties or protection of domestic suppliers.' (NAFTA
Agreement, Article
1016.1.)
5.031 (2005-12-16) For procurements
subject to either NAFTA, WTO-AGP and AIT, limited tendering
procedures may only be used under the following conditions:
- in the absence of tenders in response to an open or selective
tender, or where the tenders submitted either have resulted from
collusion or do not conform to the essential requirements of
the tender documentation, or where the tenders submitted come
from suppliers that do not comply with the conditions for participation,
on condition that the requirements of the initial procurement
are not substantially modified in the contract as awarded; (CAP
Code 05)
- where, for works of art, or for reasons connected with the
protection of patents, copyrights or other exclusive rights,
or proprietary information or where there is an absence of competition
for technical reasons, the goods or services can be supplied
only by a particular supplier and no reasonable alternative or
substitute exists; (CAP Code 71)
- where, for reasons of extreme urgency brought about by events
unforeseeable by the entity, the goods or services could not
be obtained in time by means of open or selective tendering procedures;
(CAP Code 81)
- for additional deliveries by the original supplier that are
intended either as replacement parts or continuing services for
existing supplies, services or installations, or as the extension
of existing supplies, services or installations, where a change
of supplier would compel the entity to procure equipment or services
not meeting requirements of interchangeability* with already
existing equipment or services, including software to the extent
that the initial procurement of the software was covered; (CAP
Code 74) and
- *For procurements subject to AIT only, compatibility with
existing equipment or services is acceptable and would be
subject to a less stringent test than the interchangeability
under NAFTA and WTO-AGP.
- where an entity procures a prototype or a first good or service
that is developed at its request in the course of and for a particular
contract for research, experiment, study or original development. Original
development of a first good may include limited production in
order to incorporate the results of field testing and to demonstrate
that the good is suitable for production in quantity to acceptable
quality standards, but does not include quantity production to
establish commercial viability or to recover research and development
costs. Where such contracts have been fulfilled, subsequent
procurement of goods or services shall be competed, where applicable;
(CAP Code 72)
- for goods purchased on a commodity market; (CAP Code 20)
- for purchases made under exceptionally advantageous conditions
that only arise in the very short term, such as unusual disposals
by enterprises that are not normally suppliers, or disposal of
assets of businesses in liquidation or receivership, but not
routine purchases from regular suppliers; (CAP Code 21) and
- for a contract to be awarded to the winner of an (architectural)
design** contest (CAP Code 22), on condition that the contest
is:
- organized in a manner consistent with the principles of
openness and fairness and is publicly advertised to suitably
qualified suppliers to participate in the contest; and
- organized with a view to awarding the design contract to
the winner; and
- to be judged by an independent jury.***
- **For procurements subject to NAFTA only, the design
contest is specifically architectural.
- ***For procurements subject to AIT only, conditions
for an independent jury are not required.
5.032 (1996-01-01) In addition,
for procurements subject to NAFTA and/or AIT, the use of limited
tendering procedures may also be applied where an entity needs
to procure consulting services regarding matters of a confidential
nature, the disclosure of which could reasonably be expected to
compromise government confidences, cause economic disruption or
similarly be contrary to the public interest (CAP Code 23).
5.033 (1996-06-03) In addition,
for procurements subject to WTO-AGP alone, limited
tendering procedures may be used under the following conditions:
- when additional construction services which were not included
in the initial contract but which were within the objectives
of the original tender documentation have, through unforeseeable
circumstances, become necessary to complete the construction
services described therein, and the entity needs to award contracts
for the additional construction services to the contractor carrying
out the construction services concerned since the separation
of the additional construction services from the initial contract
would be difficult for technical or economic reasons and cause
significant inconvenience to the entity. However, the total value
of contracts awarded for the additional construction services
may not exceed 50 percent of the amount of the main contract;
(CAP Code 24) and
- for new construction services consisting of the repetition
of similar construction services which conform to a basic project
for which an initial contract was awarded in accordance with
Articles VII through XIV of the WTO-AGP and
for which the entity has indicated in the notice of intended
procurement concerning the initial construction service, that
limited tendering procedures might be used in awarding contracts
for such new construction services (CAP Code 25).
5.036 (1996-01-01) In addition,
for procurements subject to AIT only (see Article
506), the following circumstances may be used to justify deviations
from the competitive procurement procedures of the AIT, provided
that it is not done so for the purpose of avoiding competition
between suppliers or in order to discriminate against suppliers
of any other Party:
- where a contract is to be awarded under a cooperation agreement
that is financed, in whole or in part, by an international cooperation
organization, only to the extent that the agreement between the
Party and the organization includes rules for awarding contracts
that differ from the obligations set out in Chapter
Five of the AIT; (CAP Code 87)
- where construction materials are to be purchased and it can
be demonstrated that transportation costs and technical considerations
impose geographic limits on the available supply base, specifically
in the case of sand, stone, gravel, asphalt, compound and pre-mixed
concrete for use in the construction or repair of roads; (CAP
Code 87) and
- where normal procurement procedures would interfere with a
Party's ability to maintain security or order or to protect human,
animal or plant life or health. (CAP Code 90)
5.037 (1996-01-01) Where
only one supplier is able to meet the requirements of a procurement,
an entity may use procurement procedures that are different from
those described in AIT Article
506 (paragraphs 1 through 10), in the following circumstances:
- or the procurement of goods or services the supply of which
is controlled by a supplier that is a statutory monopoly; (CAP
Code 86)
- for work to be performed on or about a leased building or portions
thereof that may be performed only by the lessor; (CAP Code 87)
- for work to be performed on property by a contractor according
to provisions of a warranty or guarantee held in respect of the
property or the original work; (CAP Code 87)
- for the procurement of subscriptions to newspapers, magazines
or other periodicals; (CAP Code 87) and
- (for the procurement of real property (CAP Code 87).
5.038 (1996-01-01) The client
must provide the rationale for any exception to competitive procurement.
It is up to the contracting officer to determine the acceptability
of the rationale. If there is no or inadequate substantiation,
the contracting officer must advise the client of alternative products
or sources, and attempt to reach agreement with the client on the
most appropriate procurement strategy. When differences cannot
be resolved, the next level of management should be consulted.
If a sole source issue cannot be resolved up to the director general
level, a recommendation is to be submitted to the Departmental
Executive Committee, and possible involvement of the Minister considered.
Competitive Processes
5.040 (1997-03-31) It is
the contracting officer's responsibility to select the most effective
process for notifying suppliers of a bid opportunity by taking
into consideration the requirements of the trade agreements and
the policies set out in this chapter.
Procurements Subject to Trade
Agreements
5.041 (2005-12-16) For procurements
subject to NAFTA, WTO-AGP or AIT, or a combination of these,
public advertisement/notification provisions specified within these
trade agreements must be followed. The procedures to be followed
are generally consistent for all of the agreements. When there
are inconsistencies, the contracting officer must select the procedures
that demonstrate the highest example of openness, e.g. the longer
of two bidding periods.
Competitive procurements covered by NAFTA and/or the WTO-AGP must
be advertised on the Government Electronic Tendering Service (GETS)
and in the Government Business Opportunities (GBO) only. Procurements
that are covered by the AIT must be advertised on
GETS only. A procurement that is covered by the AIT and is also covered by NAFTA or the WTO-AGP must be advertised
on both GETS and in the GBO. Additional notification processes
(e.g. direct contact with suppliers), are not permitted.
Publication on the GETS, and, in the GBO for NAFTA or the WTO-AGP
procurements is required when using:
- Open tendering; and,
- Selective tendering,
- Covered by NAFTA and WTO-AGP (or these agreements in combination
with other agreements including the AIT):
- When using a one-time source list, notice must be published
to invite suppliers to qualify for inclusion on the list.
Notice must also be given to solicit bids. This would
normally require the publishing of two separate notices.
- When using a permanent source list, a notice must be
published annually identifying the existence of the source
list and how to qualify and notice must also be published
for each bid solicitation involving the use of the list;
and,
- Covered by AIT only when using a one-time or permanent
source list a notice must be published annually identifying
the existence of the source list and how to qualify.
For procurements subject to the Comprehensive Land Claims Agreements
(CLCAs), contracting officers must check the particular CLCA to
ensure that correct notification has been provided.
Procurements Not Subject to Trade Agreements
5.043 (2002-12-13) For procurements
not subject to trade agreements, government policy requires that
bids be solicited competitively before entering into a contract.
Competition can be achieved by soliciting bids through public advertising
(GETS or other public media) or by referring to source lists. Non-competitive
procurement will only be used in specific circumstances. (See 5.002.)
This is consistent with the Government
Contracts Regulations, Part 1, Section 7, as follows:
- 'A contracting authority shall solicit bids by:
- 'giving public notice, in a manner consistent with
generally accepted trade practices, of a call for bids respecting
a proposed contract; or
- 'inviting bids on a proposed contract from suppliers
on the supplier's list.'
Public Advertising
5.044 (1997-09-15) PWGSC's
preferred process for notifying potential suppliers is to publicly
advertise requirements on the GETS. (See 7B.160.)
When advertising through the GETS may not achieve the necessary
results, the use of other public media (e.g. newspapers, trade
journals, etc.), in addition or instead, can be considered on a
case-by-case basis. (See 5.048.)
When public advertising (GETS or other public media) is used,
potential suppliers may be notified directly about the opportunity.
When public advertising other than the GETS is used, the procurement
officer is responsible for preparing the Notice of Proposed Procurement
and for distributing bid documents directly to suppliers. Ensure
that the name and telephone number of the contracting officer is
included in the notice. Any associated costs will be at the department's
expense.
The Treasury Board Open Bidding Contracting Authorities can only
be used when a procurement has been advertised on the GETS and/or
in the GBO. When the GETS and/or GBO are not used, the traditional
competitive authorities must be used. (See 6A.020.)
Source Lists
5.046 (2002-12-13) When public
advertising is not considered the most effective means to notify
potential suppliers of a bid opportunity, source lists must be
used. Advertising on the GETS in order to generate a source list
is an option which can be considered.
Source lists can be developed and maintained by individual sectors
or regions for specific commodities. Suppliers may apply to be
listed at any time, and all qualified suppliers are to be included
on the list within a reasonably short time.
When using source lists, it is essential that the selection of
potential suppliers is fair and ensures equity of opportunity.
Normally, where source lists are used, other than rotational source
lists:
- any other supplier making a request may be provided with a
bid solicitation and be considered for evaluation; and
- these lists may be supplemented by a contracting officer's
knowledge of potential sources and recommendations made by the
client.
Automated Source Lists, i.e. AVRS and SELECT, provide a systematic
rotation of vendors in order to ensure equity of opportunity for
suppliers, and must be used where they apply. For SELECT, only
those firms identified in the rotation are entitled to be invited
and to bid.
Selecting the Notification Process
5.047 (2005-12-16) Except
for those procurements covered under NAFTA, WTO-AGP or AIT,
public advertising (GETS or other public media) is not required
for the following:
- Procurements for the protection of Canada's essential security
interests; this can only be exercised when:
- the Department of National Defence (DND) certifies that
the requirement meets national security requirements, or
- the bid documentation from any client is classified 'TOP
SECRET', 'SECRET' or 'CONFIDENTIAL' or
designated 'PROTECTED';
- procurements from government rehabilitation institutions (e.g.
CORCAN);
- local procurements made by Public Works and Government Services
Canada (PWGSC) offices abroad;
- Major Crown Projects;
- procurements for bulk foods and fertilizer made in furtherance
of 'tied aid' to developing countries;
- procurements subject to direction by Cabinet, legislation or
regulations such as the Small Arms Replacement Project, Munitions
Supply Program, Foreign Military Sales, and Shipbuilding;
- procurements subject to the Canada/U.S. Defence Production
Sharing Program, or the European Research, Development and Production
agreements;
- procurements for the Canadian Commercial Corporation (CCC).
For these requirements, source lists may be appropriate.
5.048 (1997-09-15) When choosing
a notification process other than the preferred GETS, contracting
officers must have a clear rationale. Issues to be considered include
the following:
- what are the reasons for not using the GETS?
- what are the expected benefits of using another process?
- how will an alternate sourcing strategy compare to the GETS:
- in achieving openness, fairness, transparency, and access?
- in achieving competitiveness, value for money, efficiency/economy,
and client service?
- will the use of source lists or other public media withstand
public scrutiny?
Combinations of notification processes may resolve any deficiencies
in using one process alone.
The Treasury Board Open Bidding Contracting Authorities can only
be used when a procurement has been advertised on the GETS and/or
in the GBO. When the GETS and/or GBO are not used, the traditional
competitive authorities must be used. (See 6A.020.)
NAFTA, WTO-AGP and AIT Tendering Approaches
5.050 (2005-12-16) For procurements
under NAFTA, WTO-AGP or AIT, there are three tendering approaches.
- Open Tendering - where a Notice of Proposed
Procurement (NPP) is advertised, any individual, firm or other
eligible supplier is free to submit a bid.
Open Tendering is the preferred approach.
- Selective Tendering -
- Selective Tendering not involving the use of a permanent
list of suppliers* - a two stage procurement where potential
bidders express an interest in participating and meet predetermined
qualifications for participation publicized in the NPP at
the first stage. Bid documentation is issued to those bidders
meeting the qualifications at the second stage. For NAFTA and
WTO-AGP, an NPP must be published at both stages
of the procurement (it is also acceptable to amend the original
NPP once the bid closing date has been determined). Any supplier
who wishes to bid at the second stage may do so, as long
as there is sufficient time to carry out the qualification
process.
- Selective Tendering involving the use of a permanent list
of suppliers - where a source list is developed and maintained
and qualified suppliers for the product or service in question
are issued the bid documentation. Any other potential supplier
who requests bid documentation must be considered. For NAFTA,
WTO-AGP and AIT, an annual notice of the existence
of the source list must be published (use the NPP form).
For AIT, when using a source list, all qualified suppliers
in a given category on a source list must be invited to bid
for all procurement in that category.
- Limited Tendering - a process which allows
for deviations from the above procurement practices. In situations,
where a specific limited tendering justification can be applied,
limiting the number of suppliers, to one or more suppliers, is
allowed (see 5.030).
*A permanent list of suppliers is a source list.
5.051 (2003-05-30) In addition
to the above, specific government enterprises (Crown corporations)
subject to NAFTA, Annex
1001.1a-2), may use a notice of planned procurement to advertise
potential procurements. This notice is normally published at the
start of a fiscal year and lists potential procurements for the
enterprise in the upcoming fiscal year.
A response from potential suppliers to a notice of planned procurement
is not required.
The notice of planned procurement may also be used as a notice
regarding a qualification system. When used in this manner, a response
from suppliers would be required; bid documentation is issued to
those bidders meeting the qualifications.
Determining Eligible Bidders
5.060 (1995-07-01) Normally,
any individual, firm or other entity may submit a bid.
5.061 (2006-06-16) A government
department, agency, or Crown corporation (or a company owned, in
whole or in part, by any of these), whether federal, provincial
or municipal, or from another country, may be sourced if it:
- is the sole source for the good or service; or
- has established itself as competing with private industry.
The organization must have proven, to the satisfaction of Public
Works and Government Services Canada (PWGSC), that it is indeed
competing with private industry in the normal course of business.
It must not have an unfair competitive advantage over other potential
bidders, either through subsidization or through the absence
of any liability to pay corporate income taxes; or
- is a federal service delivery unit which has been designated
a Special Operating Agency (SOA) and is competing with private
sector suppliers to provide goods or services to the federal
government. See the Public Service Human Resources Management
Agency of Canada Population
Affiliation Report for a list of SOAs.
Under the Common Services Policy, Treasury Board (TB) confirmed
that the following common service organization "is authorized to
engage in the competitive process to serve departments."
- Canada School of Public Service (CSPS) for the provision of
training consulting services.
The Policy also allows departments and agencies to obtain services
from Consulting and Audit Canada and CSPS, as internal suppliers,
on a negotiated, sole source basis.
Arrangements between government entities are not considered
contracts within the meaning of the Government Contracts Regulations,
the TB Contracting Manual, and Canada's international agreements.
An appropriate form of documentation for the procurement must
be prepared with the assistance of Legal Services.
5.062 (1995-07-01) PWGSC,
on behalf of the federal government, has entered into agreements
in the form of Memoranda of Understanding (MOU) with all the provinces
and territories. These agreements, which apply only to the ministries
or departments specified in the MOUs, allow the federal and provincial/territorial
governments to provide goods and services to each other by means
of Supply Transfer Orders.
5.063 (1995-07-01) Universities
and not-for-profit organizations may be sourced for knowledge-oriented
requirements when private industry is not able or willing to undertake
the work, or when the university or organization is a recognized
centre of excellence in the particular field involved. In sourcing
from universities or not-for-profit organizations, competition
shall be used whenever possible.
5.065 (2004-05-14) Whenever
possible, Public Works and Government Services Canada provides
CORCAN (Special Operating Agency of Correctional Services of Canada)
with adequate, stable and continuing market outlets for items or
product lines identified in Supply Arrangement number E60PQ-000008/001/PQ.
If a procurement is to be sourced through CORCAN, the special
procedures in Section 9A apply.
Direct enquiries, by telephone, to the coordinator in Furniture
Division, Commercial and Consumer Products Directorate, Acquisitions
Branch, at (819) 956-3816.
Set-Aside Program for Aboriginal Business
5.066 (1997-03-31) In accordance
with the Procurement Strategy for Aboriginal Business and the Set-Aside
Program for Aboriginal Business announced on March 27, 1996, requirements
designated by client departments as set aside will be restricted
to qualified Aboriginal businesses. Detailed procedures for conducting
set aside procurements are set out in Section
9L.
Canadian Content Policy
5.070 (2005-06-10) The Canadian
Content Policy is a Cabinet-mandated policy. The Policy encourages
industrial development in Canada by limiting, in specific circumstances,
competition for government procurement opportunities to suppliers
of Canadian goods and services.
The Policy applies to procurement carried out by the former Supply
and Services Canada (SSC), now a part of Public Works and Government
Services Canada. Therefore, it would not normally apply to construction
procurement unless this procurement had been previously carried
out by SSC.
Note: The complete text of the Canadian Content Policy can be
found in Annex 5.1.
5.071 (2005-12-16) The Canadian
Content Policy applies to competitive procurements, publicly advertised,
with an estimated value of $25,000 or more, except for the following:
- government procurements subject to the NAFTA or WTO-AGP;
- procurements made in furtherance of aid to developing countries,
but does apply to purchases made by the Canadian International
Development Agency (CIDA) on its own account;
- procurements made by Public Works and Government Services Canada
(PWGSC) Supply Operations Offices located outside Canada; and
- Cabinet-mandated Sourcing, including Sourcing Relating to Shipbuilding,
Ship Repair, Refit and Mid-Life Modernization.
5.072 (2004-12-10) A good
wholly manufactured or originating in Canada is considered a Canadian
good. A product containing imported components may also be considered
Canadian for the purpose of this policy when it has undergone sufficient
change in Canada, in a manner that satisfies the definition specified
under the North American Free Trade Agreement (NAFTA) Rules of
Origin (see Annex 5.5). For photocopiers,
computers and office equipment within Federal Supply Classification
(FSC) groups 36, 70 and 74, only the products of CIRCLE Canada
and MERIT Partnership Program firms or companies in Priority Group
1 prior to April 1992 are considered Canadian (See 5.073).
A service provided by an individual based in Canada is considered
a Canadian service. Where a requirement consists of only one service,
which is being provided by more than one individual, the service
will be considered Canadian if a minimum of 80 percent of the total
bid price for the service is provided by individuals based in Canada.
5.073 (2005-06-10) Other
Canadian Goods and Services:
- CIRCLE Canada and MERIT
Partnership Program: For photocopiers,
computers and office equipment within FSC groups 36, 70 and 74,
only the products of the following firms are considered Canadian
goods:
- MERIT Partner under the MERIT Partnership Program (administered
by Industry Canada [IC] and Public Works and Government Services
Canada [PWGSC]);
- Companies which, on March 31,1992, were allocated to Priority
Group 1 under the Priority Groups Policy in effect at that
time; or
- CIRCLE
Canada companies as agreed on by IC and PWGSC.
- Textiles: Textiles are considered to be Canadian
goods according to a modified rule of origin, copies of which
are available from the Clothing and Textiles Division, Logistics,
Electrical, Fuel and Transportation Directorate.
5.074 (2003-12-12) The bidder
will certify Canadian content by signing a statement that the products
offered meet the definition of Canadian Goods and Services. The
certification forms are contained in the Standard Acquisition Clauses
and Conditions (SACC) Manual under clause numbers K4001T, K4002T,K4003T, K4004T, K4005T, K4006T, K4011T, K4013T,
and K4014T.
Procurement Review for Socio-Economic Benefits
5.090 (2003-05-30) In accordance
with government objectives, as described in Treasury Board (TB) Procurement
Review Policy, procurement strategies for goods and services
between $2M and $100M are considered for potential socio-economic
benefits.
5.091 (2003-05-30) The review
process is carried out through the interdepartmental Procurement
Review Committee (PRC), which is responsible for providing linkages
between the government's industrial and regional benefits policy
and other national objectives to individual procurements.
5.092 (2001-10-12) PRC decisions
should be consistent with other government objectives, e.g. the
pre-eminence of operational requirements, competition, fairness
and accessibility. Review decisions are binding on PWGSC and the
client and are manifested primarily in the bid evaluation criteria.
5.093 (2002-05-24) Mandatory
procurement review does not apply to:
- foreign aid by or on behalf of the Canadian International Development
Agency;
- procurements by the Canadian Commercial Corporation on behalf
of entities not subject to this policy, e.g. foreign governments;
- the acquisition, modification and routine maintenance of real
property;
- security requirements by or on behalf of the Canadian Security
Establishment of the Department of National Defence; the Canadian
Security Intelligence Service; and the Royal Canadian Mounted
Police for the purpose of pursuing criminal investigations; and
Notwithstanding this exemption, the above organizations must apply
the principles of the policy where appropriate, consistent with
the security requirements of their procurement.
In cases of emergency, as defined in the TB Contracting Policy,
departments may enter into contract without submitting the procurement
review pursuant to this policy. Such action should be noted in
any subsequent submission or report to TB or TB Secretariat, and
should also be reported to the PRC Secretariat within sixty (60)
days.
5.094 (2005-12-16) The PRC divides procurements
into the following categories:
A. NAFTA and WTO-AGP requirements
G. All other including requirements subject to AIT with the following
exceptions: Foreign Military Sales, Security Services, Temporary
Help Services, procurements under the Munitions Supply Program
and requirements subject to the Shipbuilding Policy.
5.095 (2001-12-10) The Advisory
Council on Repair and Overhaul (ACRO) will carry out the review
process for military repair and overhaul requirements, under the
strategic direction of the PRC.
For Major Crown Projects (MCPs), or those requirements exceeding
$100M, the Senior Project Advisory Committees (SPAC) will, in accordance
with the TB Policy on Management of MCPs, continue to carry out
associated procurement review functions. It is the responsibility
of the client department to convene a SPAC.
5.096 (2005-06-10) For proposed
procurements between $2M and $100M, the contracting officer must
complete a 'Detail Document' (see Annex
5.2), and forward it to the PRC Secretariat once it has been
reviewed by their individual Sector approval processes.
The PRC Secretariat is part of the Risk, Integrity and
Strategic Management Sector, and can be reached either by telephone:
(819) 956-7424 or via e-mail at: PRC.Secretariat@pwgsc.gc.ca.
The following process is followed for review and approval of requirements:
- The Detail Document is forwarded to PRC Committee members by
e-mail. Committee members are given five (5) working days to
review each individual requirement. At any time within those
five (5) days, members can request that the PRC Secretariat place
a requirement on hold pending further discussions or clarifications.
- Queries on a particular requirement sent to the PRC Secretariat
by Committee members will be forwarded directly to the responsible
contracting officer for direct reply.
- If no queries or concerns have been received at the end of
the fifth day, the PRC Secretariat will then issue a Record of
Decision (see Annex 5.2.1).
- Copies of both the Detail Document and Record of Decision are
provided to all PRC members and the responsible PWGSC contracting
officer whose name has been indicated on the Detail Document.
- A requirement which has been placed on hold will only be released
once direction to do so has been received by e-mail from the
PRC member who has made such a request.
- Contracting requirements which are initially under $2M must
be reviewed by the PRC if the contract value increases to $2M
and above.
- Amendments to a requirement must be added to the Detail Document
by the contracting officer and returned to the PRC Secretariat
for forwarding to PRC members for further review. PRC members
are given three (3) working days to review amendments. At the
end of this time period, a Record of Decision will be issued.
When completing the Detail Document, the following should be taken
into consideration:
- Socio-economic benefits, if any, must be clearly indicated
in the Detail Document.
- The Project Value should clearly identify whether it is one
contract or part of a project involving several requirements
to be sent for individual PRC review and approval, or whether
the PRC is being requested to approve the entire project. If
this is the case, then this should be clearly stated in the detail
document.
5.097 (2001-12-10) Copies
of the PRC Detail Document and Record of Decision must be kept
on the contracting file.
5.098 (2001-12-10) When a
PRC review is required, the Secretariat will, as part of the background
document, request that the contracting officer develop procurement
strategies for consideration by the PRC. As a member of the PRC,
the contracting officer plays a major role in these deliberations.
The PRC's recommendations are recorded in a Record of Review which
accompanies the contract submission to TB.
5.099 (1995-07-01) Recommendations
that involve increased cost or risk must be supported by a cost-benefit
analysis using the factors set out in the TB policy. This analysis
is carried out by the department whose program will be supported
by the benefits being sought.
5.100 (1995-07-01) The use
of relative weightings for evaluating socio-economic benefits should
be limited, except in special circumstances, to procurements exceeding
$50 million.
When relative weightings are utilized for evaluating socio-economic
benefits, TB approval of the procurement strategy is required before
release of the bid solicitation regardless of delegated levels.
TB approval will be sought by the department acting as proponent
of the alternate strategies.
5.101 (1995-07-01) Where
socio-economic benefits form part of the bid evaluation, the PRC
may request that the contracting authority provide a briefing on
the results of the bid evaluation.
The contracting authority may be required to provide the PRC with
feedback relative to the results of the Committee's recommendations.
However, monitoring the achievement of the benefits being sought
is the responsibility of the department whose program was supported
by the socio-economic benefits.
5.103 (1995-07-01) All procurements
which contain a requirement for any local content or regional economical
benefit, including those procurements for which the PRC has imposed
local content or regional economic benefits, contracting officers
must ensure that the NPP/solicitation documentation contains details
of the restrictions or practices. When the value of the procurement
is $2 million or below and local content or regional economic benefits
have been sought, these procurements must be reported as 'exceptional
circumstances.' In order to prepare the report, it will be
necessary for contracting officers to include the details of the
restrictions in the Contract Award Notice also.
Shipbuilding, Repair, Refit and Modernization
5.104 (2005-12-16) The PWGSC
procedures for sourcing suppliers for work on Canadian government
vessels derive from the government's Shipbuilding, Repair Refit
and Modernization Policy. The objective of the policy is to encourage
competition amongst Canadian shipyards. For all competitive shipbuilding
requirements as defined in the above-mentioned Policy, subject
to AIT, contracting officers must ensure that the details of the
restrictions or practices are highlighted in the Notice of Proposed
Procurement (NPP)/solicitation documentation.
The NPP/solicitation documentation must contain
the following statement:
- 'The sourcing strategy relating to this procurement will
be limited to suppliers in the (as applicable) Province or Territory
of Origin or the (as applicable) Area of Origin in accordance
with the Shipbuilding, Repair Refit and Modernization Policy.'
For procurements below $2 million subject to the Shipbuilding,
Repair Refit and Modernization Policy, the Contract Award Notice
(CAN) must also contain these details.
The following procedures (5.105 to 5.111)
apply only when the procurement is not subject to NAFTA or WTO-AGP. NAFTA, Chapter 10, Annex
1001.2b, paragraph 1.(a) and WTO-AGP, Annex
4, exempts 'shipbuilding and repair'.
5.105 (2003-12-12) Definitions
specific to the sourcing strategy of shipbuilding, ship repair,
refit and mid-life modernization procurements are as follows:
- Origin of the vessel - the operational home port of the vessel.
- Area of Origin - the following Areas of Origin are recognized:
Eastern Canada: Atlantic Canada (Newfoundland and Labrador, Prince
Edward Island, Nova Scotia and New Brunswick), Quebec and Ontario.
Western Canada: All shipyards west of Ontario and those in the
Yukon, Nunavut and Northwest Territories.
- Province or Territory of Origin - The following Provinces or
Territories of Origin are recognized:
Newfoundland and Labrador
Nova Scotia
New Brunswick
Prince Edward Island
Quebec
Ontario
Manitoba
Saskatchewan
Alberta
British Columbia
Nunavut Territory
Northwest Territories
Yukon
5.106 (2003-12-12) For procurements
$25,000 and below, competitions may be limited to the Province
or Territory of Origin of the vessel.
5.107 (2003-12-12) For new
construction requirements over $25,000, competitions are to be
conducted on a nation-wide basis when the following conditions
are present:
- The statement of requirement is sufficiently defined to permit
assessment of competing bids by common standards.
- Available shipyards, both in Eastern Canada and in Western
Canada, have the technical capability to perform the work.
- The vessel being procured is of a type that can be transferred
and for which contingency costs (see 5.110)
are not unrealistic in relation to the total price.
5.108 (2003-12-12) For new
construction requirements over $25,000, competitions are to be
conducted within the Area of Origin when all conditions, except 5.107,
are present.
5.109 (2003-12-12) For ship
repair, refit and mid-life modernization requirements over $25,000,
competitions are to be conducted within the Region of Origin of
the vessel, provided adequate competition exists.
If adequate competition (two or more bidders) does not exist,
the requirement may still remain in the Area of Origin provided
a satisfactory contractual agreement can be reached with the one
available capable shipyard. If a satisfactory contractual agreement
cannot be reached, the competition is to be extended on a nation-wide
basis.
5.110 (2003-12-12) Contingency
costs for ship repair, refit and modernization requirements shall
be only those costs which are directly related with the transfer
of the vessel as defined below:
- For vessels that can be transported unmanned: Solicitation
documents will specify the pick-up point and the delivery point.
Bidders will be required to provide a cost to transport the vessel
from the pick-up point and once the work is completed, a cost
to transport the vessel to the delivery point. In cases where
the Government will retain responsibility for delivery of the
vessel to and from the shipyard/ship repair facility and the
vessel's home port, using commercial towing, railway, highway
transportation or other suitable means, solicitation documents
will identify the cost of such transportation as the vessel transfer
cost that will be added to the evaluation price. (See SACC Manual
clause A0240T.)
- For vessels that are manned for transport: Solicitation
documents will identify the contingency cost that will be added
to the evaluation price for the transfer of the vessel and its
minimum delivery crew based on the geographical distance to and
from the vessel's home port location and the shipyard/ship repair
facility where the work will be undertaken, and:
- The fuel cost based on the current market price for fuel
and the vessel's fuel consumption at its most economical
speed.
- For unmanned refits, transportation costs for the minimum
delivery crew base on the latest Treasury Board directives.
(See SACC Manual clause A0240T.)
- For manned refits, contingency costs shall only include
the fuel costs for transferring the vessel and shall not
include any costs for transporting the crew. (See SACC Manual
clause A0240T.)
5.111 (2003-12-12) Procurements
by direct allocation of contracts to specific shipyards are to
be made only in cases where the conditions permitting nation-wide,
area and Province or Territory competitions are not present. Such
cases will arise when one or more of the following conditions exist:
- Only one shipyard is capable of performing the work.
- Performance of the work necessitates access to particular facilities
that are adjacent to one shipyard.
- The statement of requirement is not sufficiently defined to
permit assessment of competitive bids by common standards.
- Emergency requirements necessitate use of the nearest yard
capable of performing the work.
- Special operational considerations of the client limit movement
of the vessel beyond a specified location.
Supplier Qualifications
5.116 (2005-12-16) Suppliers
to the Canadian government must demonstrate to the satisfaction
of the Canadian government that they have the legal, technical,
financial and management competence to discharge the contract.
The eligibility of suppliers to bid may be restricted by requiring
bidders to meet pre-established qualification criteria. (See Section
6B.)
For procurements subject to NAFTA, WTO-AGP or any combinations
of these agreements, interested potential bidders who do not meet
such a specified standard must be able to apply for the qualification
after the notice of procurement is advertised, and the process
of qualification must be started promptly. No discrimination between
foreign suppliers or between domestic or foreign suppliers shall
be made when establishing qualification criteria.
A particular area for attention is personnel security screening
and/or organization's security clearance, where, due to the time
it can take to process such requirements, it may be necessary
to stipulate appropriate security screening requirements as a
mandatory element of bids. (See 6C.270 and 6C.275.)
Requirements below $25,000
5.117 (2004-05-14) Requirements
below $25,000 (including all applicable taxes) are considered to
be low dollar value (LDV) procurements. When identifying an LDV
requirement based on the estimated value of the final contract,
contracting officers must not split or artificially divide requirements
to meet the LDV threshold. (See 6A.001.)
Contracting officers are to procure LDV requirements below $25,000
(including all applicable taxes) using the most efficient and cost
effective approach to select a contractor either by soliciting
bids or by directing the requirement to a single supplier when
it is not cost effective to call for bids.
Contracting officers will determine the most appropriate procurement
strategy for each LDV requirement in order to obtain best value
and ensure the timeliness and cost effectiveness of each contract,
while respecting Public Works and Government Services Canada (PWGSC's)
Guiding Principles which include client service, competition, accountability
and equal treatment (See Chapter 1).
Contracting officers are to use the electronic tools available
to them to identify and select a supplier on a competitive or directed
basis. Examples of tools include the Supplier Registration Information
(SRI) service, Automated Vendor Rotation System (AVRS), SELECT,
Government Electronic Tendering Service (GETS), telephone and online
trade directories, or any other electronic tool available to identify
and select a supplier.
Contracting officers are to use the appropriate tools in the following
order of precedence to select a supplier:
- Departmental electronic tools such as e-Purchasing;
- Existing standing offers or supply arrangements;
- Request for Quotation (via letter, e-mail or facsimile) or
a Telephone Buy;
- GETS.
Contracting officers must document the procurement file with
the rationale to support the procurement strategy. Contracting
officers must also document the basis on which the estimated
value of the contract (i.e. below $25,000) was established.
Procurement Business Number
5.123 (2005-12-16) Firms
interested in receiving a contract from Public Works and Government
Services Canada (PWGSC) are encouraged to register in the Supplier
Registration Information (SRI) System. An important feature of
the SRI is the Procurement Business Number (PBN) created using
the Canada Revenue Agency Business Number to uniquely identify
a branch, division, or office of a company, where appropriate.
PWGSC is using the PBN for its purchasing and payment systems as a supplier identifier code.
All Canadian companies are required to have a PBN prior to contract
award in order to receive a PWGSC contract (see 7D.415).
In exceptional circumstances, PWGSC may decide to award, at its
own discretion, a contract to a company without a PBN. In these
cases, the Director General's approval is required. At this moment,
non-Canadian firms are strongly encouraged to obtain a PBN but
do not require one. The requirement for a PBN (see SACC Manual
clause A9109T)
must be included in all bid solicitations.
A PBN can be obtained by registering in the SRI System, a database
of registered suppliers who want to do business with the federal
government.
For more information on SRI and how to register, visit the Business
Access Canada Website or call the InfoLine at 1-800-811-1148.
Controlled Goods
5.124 (2003-05-30) Bill S-25
amended the Defence Production Act (DPA) and established a new
regime for regulating access to certain controlled military and
military related goods, technical data and technology, referred
to as controlled goods (see 6B.192).
The amended DPA and the Controlled
Goods Regulations came into force on 30 April 2001. It requires
all 'persons' in Canada examining, possessing, or transferring
controlled goods, to another person in Canada to be registered,
exempt or excluded from registration under the Controlled Goods
Program (CGP). (See Chapter 12 for a definition of controlled goods.)
To meet this requirement, the CGP, a federal government program,
was established under the DPA and the Controlled Goods Regulations.
The CGP is administered by Public Works and Government Services
Canada.
Contracting officers are invited to visit the CGP Website
for more information.
Geographic Factors
5.126 (2004-05-14) Regional
offices are to source requirements below $25,000 (including all
applicable taxes) within their geographic area provided the area
has adequate sources of supply (which may include suppliers of
foreign goods or services) and offers the required level of service
to clients and fair value for the taxpayer's dollar.
Federal Contractors Program for Employment Equity
5.128 (2003-12-12) The Federal
Contractors Program for Employment Equity (FCP-EE) procedures
apply, with exceptions listed in 5.129 below,
to suppliers of goods and services who employ 100 people or more,
and bid on requirements of $200,000 or more (including all applicable
taxes).
The $200,000 threshold should include the amount of option years,
when included in contracts and standing offers.
Any joint venture partner with 100 or more employees is required
to certify its commitment to implement employment equity when bidding
on solicitations valued at $200,000 or more (including all applicable
taxes).
Requests for Standing Offers and supply arrangements are also
subject to the FCP-EE procedures, whenever the total procurement
requirements are estimated at $200,000 or more (including all applicable
taxes).
The employment equity requirements of the FCP-EE apply to
foreign suppliers only if they have a resident workforce in Canada
of 100 or more permanent full or permanent part-time employees.
Procurement Business Number
Exclusions from the FCP-EE
5.129 (2003-12-12) The FCP-EE
policy does not apply to:
- contractors having a combined work force of less than 100 employees
in Canada;
- offshore suppliers who will conduct and perform the work outside
Canada;
- federally regulated companies, i.e. those companies regulated
under the Canada Labour Code and Crown corporations, as they
have to comply with the provisions of the Employment Equity Act;
- Canadian Commercial Corporation (CCC) contracts where CCC,
as the prime contractor, purchases goods and services from Canadian
sources and sells the products to foreign governments or international
agencies through back-to-back contracts;
- contracts with or on behalf of provincial governments;
- construction contracts and contracts for the acquisition or
lease of real property (Architecture & Engineering [A&E]
Services requirements are not excluded);
- subcontractors.
Requirements estimated at $200,000 or more
5.130 (2006-06-16) Contracts (including
standing offers and supply arrangements) for goods and services
requirements (including A&E services) valued at
$200,000 or more (including all applicable taxes) may be awarded
only to vendors who:
- have signed and submitted a Certificate of Commitment (LAB
1168) and have not been declared ineligible by Human Resources
and Social Development Canada (HRSDC) to receive government
contracts over the Government Contracts Regulations (GCRs)
threshold for solicitation of bids (currently $25,000) as a
result of a finding of non-compliance, or as a result of having
voluntarily withdrawn from the Program for a reason other than
a reduction in their workforce; or
- have provided a valid certification number, prior to
contract award; or
- are exempted from the employment equity policy (see 5.129).
When the bid is accompanied by an original certificate, the contracting
officer will forward that original to the:
Communications and Training Coordinator
Workplace Equity Programs
Human Resources and Social Development Canada
Portage II, 10th Floor
165 Hotel de Ville Street
Gatineau, Québec K1A 0J2
OR fax at (819) 953-8768.
Contracts valued above $25,000 to under $200,000
5.131 (2004-05-14) Contracts (including
standing offers and supply arrangements) valued above $25,000
(including all applicable taxes) to under $200,000 must be awarded
only to vendors who, if subject to FCP-EE in the past, have not
been declared 'ineligible' by HRSDC to receive government
contracts over the GCR threshold for solicitation of bids (currently
$25,000) as a result of a finding of non-compliance, or as a
result of having voluntarily withdrawn from the Program for a
reason other than a reduction in their workforce.
Compliance Reviews
5.132 (2004-05-14) Once a
certified contractor receives a contract of $200,000 or more, the
organization is required to honour its commitment of implementing
employment equity as an ongoing obligation, and not simply during
the life of the contract. HRSDC provides assistance to contractors
throughout this process. It also monitors contractors' performance
in relation to employment equity criteria, and conducts compliance
reviews. The findings and recommendations of HRSDC are forwarded
to the contractor involved, who is expected to initiate remedial
action should the findings be unfavourable. Contractors have the
right to appeal to the Minister of HRSDC, and an independent assessor
will study the findings.
Sanctions for non-compliance or withdrawal from FCP-EE
5.133 (2003-12-12) Findings
of non-compliance will be communicated to Public Works and Government
Services Canada which will be advised that the contractor, due
to its failure to live up to the commitment to implement employment
equity, will be declared ineligible to do business or receive federal
contracts valued over the threshold for solicitation of bids, as
set out in the GCRs (currently at $25,000).
Contractors who voluntarily withdraw from the FCP-EE for any reason
other than the decrease of their workforce are subject to the same
sanction as those who are found non-compliant as a result of a
compliance review.
In either case, the contractor's Certificate of Commitment
number will be cancelled and the contractor in question will not
be eligible to receive government contracts over the threshold
for solicitation of bids as set out in the GCRs (currently at $25,000).
Reinstatement
5.134 (2006-06-16) To be
reinstated, ineligible contractors must contact HRSDC and demonstrate
compliance with the requirements of the FCP-EE prior to bidding
on contract opportunities.
The List
of Certified Employers with their certificate numbers,
as well as the List of Ineligible Contractors (withdrawn) can
be verified on Publiservice site. (NOTE: Only federal
government employees can access this site).
For policy advice and guidance, contact the Workplace Equity
Program Advisor directly at (819) 953-7495.
Solicitation Methods
5.135 (2004-05-14) Before
deciding on the type of solicitation to be used, the contracting
officer should ensure that the good or service is not available
through a current Standing Offer (SO) or Supply Arrangement (SA).
If the requirement is available using an SO or an SA and demonstrates
good value for that procurement, the contracting officer should
advise the client of the option.
The list of National Master Standing Offers (NMSOs), Regional
Master Standing Offers (RMSOs) and Departmental Individual Standing
Offers (DISOs) is available from the Standing Offer Coordination
Office (SOCO), Electronic Processes Directorate, telephone (819)
956-3382. SOCO provides information associated with the administrative
aspects of SOs, including:
- facilitating the exchange of information on SOs between
PWGSC and clients;
- preparing, updating and coordinating the distribution of
indices of all NMSOs, DISOs, and RMSOs; and,
- coordinating the distribution of NMSOs, DISOs and RMSOs
originating from PWGSC headquarters.
Invitation to Tender
5.137 (1995-07-01) An Invitation
to Tender (ITT) should be used when all of the following criteria
apply:
- two or more sources are considered capable of supplying the
requirement; and
- the requirement is adequately defined to permit the evaluation
of tenders against clearly stated criteria; and
- the market conditions are such that tenders can be submitted
on a common pricing basis; and
- it is intended to accept the lowest-priced responsive tender
without negotiations; and
- the evaluation of tenders will exclude any Product, Resource,
Operating and Contingency (PROC) costs or socio-economic considerations,
other than the employment equity provisions.
5.139 (1995-07-01) Of the
possible solicitation methods, tenders are unique in that they
can be opened publicly. Public opening should be considered for
all ITTs estimated to exceed $25,000, except for those that are
classified. ITTs for requirements less than $25,000 may be opened
publicly if circumstances warrant.
Public opening should be considered for any tender where the
contract award will have a high degree of public visibility.
Request for Proposal
5.142 (1995-07-01) A Request
for Proposal (RFP) should be used when one or more of the criteria
for issuing an ITT cannot be met, such as:
- only one source is being solicited; or
- it is expected that negotiations with one or more bidders may
be required with respect to any aspect of the requirement; or
- owing to the nature of the requirement, suppliers are invited
to propose a solution to a problem, requirement or objective
and the selection of the contractor is based on the effectiveness
of the proposed solution rather than on price alone.
5.143 (1995-07-01) Proposals
shall be evaluated in accordance with specific criteria set out
in the RFP.
5.144 (2005-12-16) The preparation
of proposals is often costly to industry. To keep the total cost
to industry down while ensuring freedom of access to potential
suppliers, consideration should be given to soliciting proposals
in two steps.
During the first step of this process, suppliers are requested
to provide letters of interest and qualifications, from which a
short list is developed. During the second step, suppliers on the
short list are requested to submit detailed proposals.
Suppliers not included on the short list can request the RFP and
submit proposals.
Such a process might be appropriate where many potential suppliers
are known. Contracting officers should note, however, the special
procedures required under NAFTA, WTO-AGP for selective
tendering.
Request for Quotation
5.148 (2004-05-14) A Request
for Quotation (RFQ) can be used to solicit bids for low dollar
value (LDV) requirements below $25,000 (including all applicable
taxes) from one or more suppliers. An RFQ solicitation may not
include all of the terms and conditions required to form a contract
and the response or quotation provided by the bidder may be used
to form the applicable contract document, along with the terms
and conditions and final pricing. (See 7E.500.)
There may be instances for requirements below $25,000 (including
all applicable taxes) when it will be more appropriate to solicit
bids using an Invitation to Tender or a Request for Proposal (RFP).
For example, an RFP may be more appropriate for a requirement which
may be used to establish specifications for a future contract.
Telephone Buys
5.150 (2004-05-14) A Telephone
Buy is a form of an RFQ that can be used to solicit bids by telephone
for requirements below $25,000 (including all applicable taxes).
Written confirmation from the bidder is not required for bids received
by telephone but the contracting officer must record the details
of the telephone bid on the procurement file. A verbal contract
may be entered into by telephone but must be confirmed in writing
by issuing the applicable contract document. (See 7E.500.)
Standing Offer
5.153 (2002-12-13) A Standing
Offer (SO) is not a contract. It is an offer made by an offeror
(a supplier or a provider) for the provision of certain goods and/or
services to clients at prearranged prices or a prearranged pricing
basis, under set terms and conditions, that is open for acceptance
by one or more authorized user(s) on behalf of Canada during a
specified period of time. A separate contract is formed each time
a call-up for the provision of goods and/or services is made against
a Standing Offer. When a call-up is made, it constitutes an unconditional
acceptance by Canada of the supplier's offer for the provision,
to the extent specified, of the goods and/or services described
in the SO. Canada's liability shall be limited to the actual value
of the call-ups made by the duly authorized user(s) representing
Canada within the period specified in the Standing Offer.
Prior to commencing any procurement action, the contracting officer
must determine if a procurement instrument such as a standing offer
exists to procure the requisitioned goods and/or services. In the
affirmative, the contracting officer should advise the client of
the availability and suitability of that procurement instrument.
If it can be used, the client should be encouraged to use it.
Methods of Supply
5.154 (2002-12-13) The SO
method of supply is usually considered when:
- one or more clients repetitively order(s) the same range of
goods, services, or both and the actual demand (e.g. quantity,
delivery date, delivery point) is not known in advance; and
- some of the following conditions are present:
- the goods, services, or both are well defined;
- prearranged prices or a prearranged pricing basis can be
established at the outset and there is no need nor any intention
to negotiate them at the time of the call-up;
- the goods, services, or both are readily available and
are to be ordered (called-up) as-and-when the requirement
arises;
- at the time of the call-up, there is no need nor any intention
to further negotiate the terms and conditions.
5.155 (2002-12-13) The SO
method of supply cannot be used when:
- prices, pricing basis or terms and conditions are not stated
or are subject to change at any time at the discretion of the
supplier; or
- the authorized users of the standing offers intend to negotiate
further the prearranged prices, pricing basis, or set terms and
conditions of the SO; or
- it is intended to solicit bids each time goods and/or services
are required.
In these cases, another method of supply such as a Supply Arrangement
(SA) should be considered. (See 5.190 and Section
9J.)
Approximation Given in Good Faith
5.157 (2002-12-13) The quantity
of goods and / or level of services specified in the Request for
Standing Offer (RFSO) and the resulting SO(s) are only an approximation
of the requirements given in good faith by Canada to the offerors.
Government Policies, Regulations and Procedures including Trade
Agreements
5.159 (2002-12-13) All government
policies, regulations and procedures related to contracting, including
those required under the trade agreements, apply to the standing
offer method of supply.
The total estimated expenditure of the requirement (the whole
project /program) proposed to be satisfied by the standing offer
method of supply, GST/HST included, is to be used to determine
the applicability of any procedures required by any trade agreement
to which the Government of Canada is signatory.
When procedural requirements of any trade agreement apply to a
standing offer method of supply, the complete procurement process,
including all standing offers authorized for use and their ensuing
call-ups, falls within the purview of the Canadian International
Trade Tribunal (CITT).
Approval and Signing Authority
5.162 (2002-12-13) Approval,
signing and amendment authorities are set out in annexes 6.1 through
6.2 of this manual.
The Contract Planning and Advanced Approval (CPAA) or formal procurement
plan issued to seek advance approval to use of the SO method of
supply is to be approved based on the total estimated value, GST/HST
included, of the requirement (the whole project / program) that
is proposed to be satisfied by this method of supply. Therefore,
if it is intended to issue more than one SO pursuant to an RFSO,
it is the sum of the total estimated value, GST/HST included, of
all resultant standing offers that is to be used to obtain CPAA
or formal procurement plan approval.
When more than one SO will be authorized for use, the signing
authority level is to be determined based on the total estimated
value of each individual SO, not the total estimated value of the
requirement.
Treasury Board Contracting Limits
5.164 (2003-05-30) A call-up
issued against an SO constitutes an individual contract and normal
Treasury Board contracting limits apply. The call-up limits for
PWGSC on behalf of clients are set out in Section
6A. For most clients, their individual call-up limits (inclusive
of GST/HST) are usually the normal Treasury Board contracting limits
as follows:
|
Competitive |
Non-Competitive |
Goods/Construction |
$400,000 |
$40,000 |
Services Excluding A&E |
$400,000 |
$100,000 |
A&E Services |
$40,000 |
$40,000 |
Transport Canada Services |
$2 million |
$100,000 |
NOTE: For a detailed breakdown of Treasury
Board contracting limits, refer to Treasury Board Contracting
Policy, Appendix
C, Treasury Board Contracts Directive, Part I, Basic Contracting
Limits and Part II, Exceptional Contracting Limits.
PWGSC Call-up Limitation
5.166 (2002-12-13) PWGSC
has the authority to further limit the value of individual call-ups.
Treasury Board Approval
5.168 (2002-12-13) TB approval
is required when individual call-ups will exceed the contracting
limits specified in the TB Contracting Policy.
Limitation of Expenditure
5.170 (2002-12-13) The inclusion
of a Limitation of Expenditure in standing offers is optional.
The contracting officer will determine the need for inclusion of
a limit on the basis of the type of SO (Master or Individual),
the degree of control over total expenditures and the needs of
the client.
SACC clause M4506D,
Financial Limitation, may apply.
Coding in the Automated Buyer Environment (ABE) System
5.172 (2002-12-13) While
the limitation of expenditure in standing offers is optional, the
contracting officer must enter the estimated expenditure/value
of all standing offers in the Procurement Summary in ABE. The use
of $0 or $1 as a document value in the Procurement Summary in ABE,
is not acceptable.
The above coding requirement does not apply to Departmental Individual
Standing Offers (DISOs) because the financial information for DISOs
is captured at the time of call-ups. Contracting officers are therefore
required to enter $0 as the estimated expenditure/value of the
DISO and the actual value of the call-up against a DISO.
Types of Standing Offers
5.174 (2002-12-13) There
are five types of standing offers:
- National Master Standing Offer (NMSO) - for use by several
authorized users identified in the NMSO for delivery throughout
Canada.
- Regional Master Standing Offer (RMSO) - for use by several
authorized users identified in the RMSO for delivery within a
specific geographic area.
- National Individual Standing Offer (NISO) - for use by a specific
authorized user identified in the NISO for delivery throughout
Canada.
- Regional Individual Standing Offer (RISO) - for use by a specific
authorized user identified in the RISO for delivery within a
specified geographic area.
- Departmental Individual Standing Offer (DISO) - for use by
PWGSC only on behalf of one or more client(s) identified in the
DISO.
Authorized Users
5.176 (2003-05-30) Authorized
users of standing offers could include any departments and agencies
listed in Schedule
I, Schedule
II and Schedule
III of the Financial Administration Act.
5.177 (2002-12-13) A Request
for Standing Offer (RFSO) shall include the following information,
as a minimum:
- a clear definition of the requirement and the period for making
call-ups;
- information on the number of standing offers intended to be
authorized for use;
- clear evaluation criteria;
- clear offeror selection methodology;
- clear ranking methodology where applicable;
- clear call-up procedure(s);
- a notice to bidders regarding disclosure of their unit prices
(see SACC clause M0090T);
- instructions, information, terms and conditions applicable
to the RFSO;
- offer preparation instructions;
- terms and conditions applicable to the ensuing call-ups.
Whenever practical, the Request for Standing Offer should include
an estimated utilization.
Competitive and Non-competitive Call-ups
5.180 (2002-12-13) Competitive
call-ups:
The Best Standing Offer:
In many instances, only one SO will be authorized for use. For
some requirements, only the offer that meets all the requirements
of the RFSO and provides best value (highest ranked) will be
retained. In such instances, the resulting call-ups are considered
competitive and the competitive call-up authorities can be used.
Multiple Standing Offers:
In other instances, more than one SO will be authorized for use
based on a reasonable expectation of business activity such that
a single offeror would lack the capacity to meet the demands.
In such cases, clear ranking methodologies and call-up procedures
must be described in the RFSO, so that potential offerors are
aware of these when preparing their submissions, and in the standing
offers, to guide the authorized call-up authority(ies) when making
call-ups. Two models of multiple standing offers are described
below:
- Right of first refusal basis:
The call-up procedures require that when a requirement is identified,
the authorized call-up authority shall approach the offeror
of the highest ranked standing offer to determine if the requirement
can be satisfied by that offeror. If the highest ranked offeror
is able to meet the requirement, the call-up is made against
its standing offer. If that offeror is unable to meet the requirement,
the authorized call-up authority will approach the offeror
of the next ranked SO. The authorized call-up authority will
continue and proceed as above until one offeror indicates that
it can meet the requirement of the call-up. In other words,
call-ups are made based on the 'right of first refusal' basis.
Where the highest ranked offeror is unable to fulfil the need,
the authorized call-up authority is required to document his/her
file appropriately. The resulting call-ups are nonetheless
considered competitive and the competitive call-up authorities
can be used.
- Proportional basis:
The call-up procedures require that call-ups be issued on a proportional
basis such that the offeror of the highest ranked standing
offer receives the largest predetermined amount of the work,
the offeror of the second highest ranked standing offer receives
the second largest predetermined amount of the work, etc. (e.g.
50 percent to highest ranked offer, 30 percent to next highest
ranked offer and 20 percent to third highest ranked offer).
This predetermined distribution of the resulting work is to
be described in the RFSO so that potential offerors are aware
of these when preparing their submissions. It is also known
as "collective best value". The highest ranked standing offer
represents the best value for Canada and its offeror receives
the greatest portion of the work. A clear advantage in terms
of distribution of expected business volume should be given
to the offeror of the highest ranked standing offer (e.g. 20
percent or more than the next offer) and the same for the others.
The determination of what constitutes a clear advantage is
the responsibility of the contracting officer and may vary
by commodity, service or by business case. The resultant call-ups
are considered competitive and the competitive call-up authorities
can be used.
Master standing offers are not suitable for the proportional basis
approach. Where individual standing offers are to be authorized
based on the proportional basis approach, the contracting officer
should inform the authorized user of his/her obligation to monitor
call-up activities to ensure work is allocated in accordance with
predetermined work distribution.
In both cases (a) and (b) above, contracting officers should clearly
state in the RFSO the expected number of standing offers that are
intended to be authorized for use. If the intention is that multiple
standing offers will be authorized for use, the RFSO should state
the basis upon which call-ups will be issued; right of first refusal
or proportional. If call-ups are to be issued against standing
offers issued under the proportional basis approach, the breakdown
should be stated (e.g. 50 percent, 30 percent and 20 percent) in
the RFSO.
In addition to the above, when the intention is that multiple
standing offers will be authorized for use, contracting officers
should include a condition that only those standing offers who
are within, for example, 10 percent of the best priced offer, will
be considered.
Furthermore, a system must be in place to monitor call-up activity
and ensure that call-ups are allocated in accordance with the predetermined
work distribution, resulting ranking and call-up procedures specified
in the standing offers.
5.181 (2002-12-13) Non-competitive
call-ups:
In other instances, more than one SO will be authorized for use
but no ranking is established. This would occur, for example, when
prices are sought for a full range of items contained in a catalogue
items and ranking of offers is impossible. The authorized call-up
authority may choose whichever SO to use. For some requirements,
the contracting officers may set parameters to guide the authorized
users in the selection of one of the standing offers. Call-ups
made against these standing offers are non-competitive and only
the non-competitive call-up authorities can be used.
An SO may be directed on a non-competitive basis to one offeror
for its full range of catalogue products or services. The resulting
call-ups are non-competitive and only the non-competitive call-up
authorities can be used.
Duplication of Standing Offers
5.182 (2004-05-14) Contracting
officers should not authorize a second SO if one already exists
for the same commodity, client, and geographical area. For example,
a request for a RISO or RMSO should not be issued if an NMSO already
exists. Conversely, an NMSO should not be established without consultation
with the Regions. (Refer to Standing Offer Index)
In their role of commodity managers, Acquisitions Branch is responsible
to coordinate the issuance of standing offers. Where a contracting
officer proposes to put in place an SO similar to one already in
existence, the commodity manager responsible for the commodity
and/or service must first approve it. If deemed appropriate, the
commodity manager will approve the issuance of that similar or
duplicate SO. The contracting officer who proposed this similar
or duplicate standing offer remains responsible to develop the
procurement strategy and implement it, like any other procurement.
In the approval document (CPAA or procurement plan), contracting
officers will indicate that this is for the issuance of an SO similar
to an existing one, explain why it is required and indicate that
the responsible commodity manager has approved its release.
Standing Offer Forms
5.184 (2005-06-10) The following
forms are used for call-ups against an SO: (forms are available
in ELF and on-line).
Form Number |
Form Title |
PWGSC-TPSGC 942 |
Call-up Against a Standing Offer |
PWGSC-TPGSC 942-2 |
Call-up Against a Standing Offer - Multiple Delivery |
PWGSC-TPSGC 944 |
Call-up Against Multiple Standing Offers (English version
only - French version is PWGSC-TPSGC 945.) |
PWGSC-TPSGC 8251 |
Call-up Against a Standing Offer for Temporary Help |
PWGSC-TPSGC 2829 |
Call up Against a Standing Offer - Real Property Sector |
PWGSC-TPSGC 7169 |
Call-up Against a Standing Offer for Commissionaire Services |
PWGSC-TPSGC 7169-1 |
Call-up Against a Standing Offer for Security Guard Services |
PWGSC-TPSGC 191 |
Acquisition Card Application (MasterCard)1 may
also be used at the time of the call-up against Standing Offers,
as an alternative to other payment methods identified in the
Standing Offers.2 |
Industrial Security
5.186 (2002-12-13) The contracting
officer, in conjunction with the client must determine:
- the minimum level of security required by potential offerors
to participate in the Standing Offer Method of Supply.
Security requirements must be stipulated in both the RFSO and
the Standing Offer and Call-up Authority. Call-ups must
identify, when applicable, security requirements that are in
accordance with the terms and conditions of the SO. A Security
Requirements Check List (SRCL), must be attached to any such
call-up, and a copy must be forwarded to PWGSC Industrial Security
for action, when the call-up is made.
OR
- if the SO is NOT to be used with call-ups where any level of
security is required.
Withdrawal of a Standing Offer
5.188 (2002-12-13) If an
offeror wishes to withdraw its SO after it has been authorized
for use, unless otherwise indicated in the SO it must provide no
less than thirty (30) days written notification to the contracting
authority of its intent to withdraw. A "Revision to the Standing
Offer and Call-up Authority" would then be issued by the contracting
authority notifying all the authorized users and the offeror of
the effective date of the withdrawal. Call-ups received by the
offeror prior to the effective withdrawal date are legally binding
and must be honored.
Supply Arrangements (SA)
5.190 (2002-12-13) An SA
is a method of supply where clients, under the framework of the
Arrangement, may solicit bids from a pool of prescreened vendors.
5.192 (2002-12-13) An SA
may be used when:
- a commodity is procured on a regular basis (goods or services),
and
- an SO is not suitable, due to variables in resulting call-ups
(e.g. varying methods/basis of payment, or the 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
- if clients are intended to be able to negotiate price reductions
from the ceiling price, and
- it is more efficient for PWGSC to operate as the provider of
the framework and not as the contractual authority.
See Section 9J for SA procedures
- Because use of a credit card results in immediate payment to
the vendor, the normal payment period and interest on overdue
accounts provisions do not apply. (See SACC Manual clauses M3503T and M3503C.)
- Contracting officers should verify if the client(s) need such
a service and include appropriate details in the standing offers.
In such cases a call-up form may, or may not, be warranted.
Annex 5.1: Canadian Content Policy
(2005-12-16)
Note: The following
is a compilation, for information purposes, of all Supply Manual
material related to Canadian Content Policy. For more information
on Canadian Content Policy, contact the Acquisitions Strategy
and Relations Directorate, at christine.cowan@pwgsc.gc.ca.
Section 5: Sourcing Strategy
Determining Eligible Bidders
5.070 (2005-06-10) The Canadian Content Policy is a Cabinet-mandated
policy. The Policy encourages industrial development in Canada
by limiting, in specific circumstances, competition for government
procurement opportunities to suppliers of Canadian goods and services.
The Policy applies to procurement carried out by the former Supply
and Services Canada (SSC), now a part of Public Works and Government
Services Canada. Therefore, it would not normally apply to construction
procurement unless this procurement had been previously carried
out by SSC.
5.071 (2005-12-16)
The Canadian Content Policy applies to competitive procurements,
publicly advertised, with an estimated value of $25,000 or more, except for
the following:
- government procurements subject to the NAFTA or WTO-AGP;
- procurements made in furtherance of aid to developing
countries, but does apply to purchases made by the Canadian International
Development Agency (CIDA) on its own account;
- procurements made by Public Works and Government Services
Canada (PWGSC) Supply Operations Offices located outside Canada;
and
- Cabinet-mandated Sourcing, including Sourcing Relating
to Shipbuilding, Ship Repair, Refit and Mid-Life Modernization.
5.072 (2004-12-10) A good wholly manufactured or originating in
Canada is considered a Canadian good. A product containing imported
components may also be considered Canadian for the purpose of this
policy when it has undergone sufficient change in Canada, in a
manner that satisfies the definition specified under the North
American Free Trade Agreement (NAFTA) Rules of Origin (see Annex
5.5). For photocopiers, computers and office equipment within Federal
Supply Classification (FSC) groups 36, 70 and 74, only the products
of CIRCLE Canada and MERIT Partnership Program firms or companies
in Priority Group 1 prior to April 1992 are considered Canadian
(see 5.073).
A service provided by an individual based in Canada is considered
a Canadian service. Where a requirement consists of only one service,
which is being provided by more than one individual, the service
will be considered Canadian if a minimum of 80 percent of the total
bid price for the service is provided by individuals based in Canada.
5.073 (2005-06-10) Other Canadian Goods and Services:
- CIRCLE Canada and MERIT
Partnership Program: For photocopiers,
computers and office equipment within FSC groups 36, 70 and
74, only the products of the following firms are considered
Canadian goods:
- MERIT Partner under the MERIT
Partnership Program (administered
by Industry Canada [IC] and Public Works and Government
Services Canada [PWGSC]);
- Companies which, on March 31,1992, were allocated
to Priority Group 1 under the Priority Groups Policy
in effect at that time; or
- CIRCLE
Canada companies as agreed on by IC and PWGSC.
- Textiles: Textiles are considered to be Canadian goods
according to a modified rule of origin, copies of which are available
from the Clothing and Textiles Division, Logistics, Electrical,
Fuel and Transportation Directorate.
5.074 (2003-12-12) The bidder will certify Canadian content by
signing a statement that the products offered meet the definition
of Canadian Goods and Services. The certification forms are contained
in the Standard Acquisition Clauses and Conditions (SACC) Manual
under clause numbers K4001T, K4002T, K4003T, K4004T, K4005T, K4006T,
K4011T, K4013T, and K4014T.
Section 7A: Preparing a Bid Solicitation
Canadian Content
7A.010 (1995-07-01) When requirements consist of more than one
good, the Canadian content certification can be done in the following
ways:
- Aggregate. Multi-item requirements will be certified on
an aggregate basis; or,
- Item by Item. Multi-item requirements will be certified
on an item-by-item basis. In these cases, suppliers will
be asked to identify separately, each item that meets the definition
of Canadian goods in 5.072 or 5.073.
7A.011 (2003-12-12) For procurement to which the Canadian Content
Policy applies, the contracting officer shall decide, at the procurement
planning stage, whether a competition will be:
- Solely Limited: the solicitation will be solely limited
to suppliers who could offer Canadian goods and/or services when
the contracting officer believes there exists, in the marketplace,
three or more such suppliers (solely limited certifications
are provided in the SACC Manual, under clause numbers K4001T,
K4003T, K4004T, K4011T, K4013T or K4014T). Except for bids that
will be publicly opened, the contracting officer will determine
whether:
- the bidder will be required to submit the certification
of content with bid (K4001T, K4003T or K4004T),
or
- the bidder will be asked for the certification if
it is not submitted with bid (K4011T, K4013T or K4014T).
The contracting officer must indicate in the clause the number
of days that the bidder will have to submit the certification
upon request. Bidders will normally be given no more than
three (3) working days to provide signed Canadian Content
certifications. The specified time period should be dependent
upon the urgency of the requirement.
For publicly opened bids, the bidder must be required to submit
signed certification with bid (K4001T, K4003T or K4004T).
The contracting officer will normally not require bidders to
submit certifications with bid unless the requirement is urgently
needed by the client; or
- Conditionally Limited: the solicitation will be conditionally
limited when the contracting officer is uncertain whether three
or more suppliers of Canadian goods and/or services exist (conditionally
limited certifications are provided in the SACC Manual, under
clause numbers K4002T, K4005T or K4006T). The bidder will be
required to submit certification of content with bid; or
- Open: when the contracting officer is of the opinion that
three or more suppliers of Canadian goods and/or services do
not exist, the solicitation shall be open to all suppliers. Bidders
are not required to provide a certification.
7A.013 (2003-12-12) Once the sourcing strategy is determined,
the contracting officer will prepare a Notice of Proposed Procurement
(NPP). The procurement opportunity will be coded on GETS as:
Solely Limited, per procedure 7A.011 a): Code O-5;
Conditionally Limited, per procedure 7A.011 b): Code O-4; or,
Open, per procedure 7A.011 c): Code O-1.
Section 7D - Bid Handling
Canadian Content
Certification of the Bid
7D.366 (2003-12-12) When requirements consist of more than one
good, the evaluation of Canadian content certification can be done
the following ways:
- Aggregate: a minimum of 80 percent of the total bid price
must consist of Canadian goods (see Annex 7.8);
or,
- Item by Item: The bid certification is conducted on an
item-by-item basis.
For requirements consisting of more than one service, a minimum
of 80 percent of the total bid price must be provided by personnel
based in Canada (see Annex 7.8).
When requirements consist of a mix of goods and services, 80
percent of the total bid price must consist of Canadian goods and
Canadian services (see Annex 7.8).
A bid can be accepted in part without resubmission of a certification.
Application of the Policy
7D.367 (2002-05-24) Bids to which the special procedures under
the Canadian Content Policy applies will be evaluated as follows:
- For Solely Limited solicitations:
- If the bidder was required to submit the certification
with bid (K4001T, K4003T or K4004T), only bids with valid
certifications will be evaluated. The bid evaluation process
can proceed where there is at least one bid with a valid
certification, otherwise the procurement must be retendered.
- If the bidder was not required to submit the certification
with bid (K4011T, K4013T or K4014T), the contracting officer
will contact all bidders who did not submit a signed certification
with bid and request the signed certification. If signed
certifications are not received within the time period specified
in the Canadian Content clause, bids are to be considered
non-responsive. A bid will only be provided to the client
for evaluation once a signed certification is received. The
bid evaluation process can continue as long as there is at
least one bid with a valid certification, otherwise the procurement
must be retendered.
- For Conditionally Limited solicitations, the contracting
officer will, prior to the further evaluation of the bids,
determine whether there are three or more bids with a valid certification.
In this event, the evaluation will be limited to the bids with
certification, otherwise all bids will be considered. If the
bids with a valid certification are later determined to be non-responsive
or withdrawn, and less than three responsive bids of Canadian
goods and/or services remain, evaluation will continue among
those bids which contain a valid certification. If all bids with
a valid certification are subsequently found to be non-responsive
or if their bids are withdrawn, then all other bids received
should be evaluated.
7D.368 (2002-05-24) The onus is on the supplier to demonstrate
that its bid meets the definition of Canadian goods and/or services.
The supplier must execute and submit the certification form (see
5.074). When the Standard Acquisition Clauses and Conditions (SACC)
Manual clauses K4003T, K4004T, K4005T, K4006T, K4013T or K4014T are used, the supplier must clearly identify the status of each
individual product.
7D.369 (1995-07-01) PWGSC may verify the validity of the certification.
If the certification is found to be invalid, then the offered goods
or services are deemed not to meet the definition of Canadian Content.
Verification of the certification shall in no way alter the price
quoted or any substantive element of the bid.
Section 7E: Contract Award
7E.503 (2001-12-10) Contracts awarded on the basis of the bid
having met the definition of Canadian content under the Canadian
Content Policy will include SACC Manual clause K4100C.
Section 9L: Set-aside Program for Aboriginal Business - Conducting
Set-aside Procurements
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.
Section 11: Contract Management
Audits
11.081 (2005-12-16)
The authority for discretionary audits results from either the
contractual terms, or statute (Defence Production Act, section
19). If a contracting officer determines that a discretionary audit
is required, a request is to be made to the Contract Audit Group
(CAG). The cost of discretionary audits will be borne by CAG.
Contracting officers may refer any supplier certification of
Canadian content to CAG for audit of compliance to
the policy.
Annex
5.5: The Rules of Origin Determination
The Canadian Rules of Origin for Goods (Chapter 4 of the North
American Free Trade Agreement) and Canadian Customs Tariff Harmonized
System are used to determine if imported components that go into
the production of an item for resale to the government are sufficiently
altered or converted in Canada to be considered "Canadian."
The Harmonized Commodity Description and Coding System is a structured
classification system for goods that has been adopted by Canada
and most of the world's trading nations, for customs purposes.
For the purposes of this determination, the reference in the Rules
of Origin to "territory", is to be replaced with "Canada".
Products containing imported components may be considered Canadian
when they have undergone sufficient change in Canada in a manner
that satisfies this amended definition. There are three basic steps
to determine if any good that is partially or wholly constructed
from imported components meets the Rules of Origin definition:
- Locate the heading number in the Harmonized System that
best reflects the final product for sale.
- Find the appropriate heading number in the Harmonized System
that identifies imported components used to construct the final
product.
- Look up the section in the Rules of Origin that defines
whether the conversion that took place in Canada allows the goods
to be defined as Canadian.
Example
For example, hats manufactured in Canada that use imported calves
leather, would reflect the following calculation:
- Look up hats in the index of the Canadian Customs Tariff
Harmonized System (HS) and find the type that matches the kinds
of hats to be sold: Hats and other headgear, plaited or made
by assembling strips of any material, whether or not lined or
trimmed. The HS number is 6504.00.00. The first two numbers indicate
the good is listed in Chapter 65.
- Look up leather, bovine in the index. Leather, bovine falls
under HS heading 4104.
- Finally, refer to the Rules of Origin which lists the conditions
for transforming goods listed in the HS into Canadian goods
(Chapter 65 is for Headgear and Parts Thereof and is listed in
Section XII of the rules). The second rule for Chapter 65 applies:
A change from 65.03 to 65.07 from any heading outside that group.
As the leather is classified outside 65.03 to 65.07, the final
product (the hats) for sale are considered to be sufficiently
transformed and therefore the hats are deemed to be Canadian
for the purposes of this policy.
Annex 7.8: Determination of Canadian Content for a Mix of Goods
and/or Services
(2001-05-25)
There is a Public Works Government Services Canada (PWGSC) solicitation
for: 100 wooden office desks; 100 electric space heaters with maintenance
and repair included; 100 telephone sets with maintenance and repair
included; and, 100 metal swivel chairs.
The bidder will provide:
- unfinished wooden office desks which are imported into Canada
and finished in Canada;
- electric space heaters which were constructed using domestic
labour/materials and imported parts. The maintenance/repair
of the electric space heaters is being done by Canadian-based
personnel.;
- telephone sets which were constructed using domestic labour/materials
and some imported parts. The maintenance/repair of the telephones
is being done by U.S.-based personnel;
- metal swivel chairs which were constructed using domestic
labour/materials and some imported parts.
Below are the prices for the goods and services offered in the
bid:
100 Wooden Office Desks @ $150 each: $15,000
100 Electric Space Heaters @ $200 each: $20,000
Maintenance/Repair for Heaters: $5,000
100 Telephone Sets @ $50 each: $5,000
Maintenance/Repair for Telephone Sets: $1,000
100 Metal Swivel Chairs @ $25 each: $2,500
Total Bid Price $48,500
Determination whether individual goods and services are Canadian
(using NAFTA Chapter 4 - Rules of Origin) (You may wish to refer to Annex 5.5 for The Rules of Origin Determination.)
Wooden Office Desks:
Unfinished wooden office desks (HS 9403.30) were imported and
finished in Canada. The final good (finished wooden office desks)
falls in same the subheading (HS 9403.30) as the unfinished good.
The NAFTA rules of origin covering HS 9403.30 (wooden office desks)
require a change from another chapter, or a change from parts heading
9403.90, provided there is sufficient regional value content. These
rules are not satisfied.
Therefore, the wooden office desks are not considered Canadian
goods.
Electric Space Heaters:
Electric space heaters (HS 8516.21) were constructed using domestic
labour/materials and imported parts (HS 8516.90).
The NAFTA rules of origin covering HS 8516.21 (electric space
heaters) allow a change from subheading 8516.90, provided there
is a regional value content of not less than 60% where the transaction
value method is used or 50% where the net cost method is used..
After calculations are done, the regional value content is found
to be 65% using the transaction value method.
Therefore, the electric space heaters are considered Canadian
goods.
Telephone Sets:
Telephone sets (HS 8517.11) were constructed using domestic labour/materials
and some imported plastic tubes (HS 3917).
The NAFTA rules of origin covering HS 8517.11 (telephone sets)
require a change to subheading 8517.11 from any other subheading,
except 8517.90.11, 8517.90.12, 8517.90.13, 8517.90.14 or 8517.90.41.
Therefore, the telephone sets are considered Canadian goods.
Metal Swivel Chairs:
Metal swivel chairs (HS 9401.30) were constructed using domestic
labour/materials and some imported parts (HS 9401.90).
The NAFTA rules of origin covering HS 9401.30 (metal swivel chairs)
allow a change from subheading 9401.90, provided there is a regional
value content of not less than 60% where the transaction value
method is used or 50% where the net cost method is used.
After calculations are done, the regional value content is found
to be 37% using the transaction value method.
Therefore, the metal swivel chairs are not considered Canadian
goods.
Maintenance/Repair of Telephones:
The maintenance/repair of telephones is being done by U.S.-based
personnel. Therefore, this service is not considered a Canadian
service.
Maintenance/Repair of Electric Space Heaters:
The maintenance/repair of electric space heaters is being done
by Canadian-based personnel. Therefore, this service is considered
a Canadian service.
Calculation of Percent of Bid Price Considered Canadian
Canadian Goods and Services
100 Electric Space Heaters: $20,000
100 Telephone sets: $5,000
Maintenance/Repair of Heaters: $5,000
Total Canadian Goods and Services: $30,000
Non-Canadian Goods and Services
100 Wooden Office Desks $15,000
100 Metal Swivel Chairs $2,500
Maintenance/Repair of Telephone $1,000
Total non-Canadian Goods and Services $18,500
Total Bid Price $48,500
Percent of the Bid Price that is composed of Canadian goods and
services = $30,000/$48,500 = 62%
Conclusion
The Supplier has not met the Canadian Content requirement that "no
less than 80 percent of the bid price consists of Canadian goods
and Canadian services".
Annex 5.2: Detail Document - Procurement Review Committee
(2005-06-10)
In accordance with the Treasury Board Procurement Review Policy (TB Manual Chapter 3-02),
the following information on a procurement requirement is submitted
for your consideration. If there is no request for additional time
to consider the socio-economic potential of this requirement by
the date below you will be notified by e-mail that no further review
is required. If you determine that further review is required,
you are requested to provide the reason(s) for your interest and
a statement of the benefits being sought.
(Date to be determined by the Procurement Review Committee Secretariat) / Date à être déterminée par le Secrétariat du Comité d'examen des acquisitions)
Procurement Review Committee (PRC) - Detail Document
Comité d'examen des acquisitions (CE) - Description
détaillée
PRC No / No CEA : (To
be determined by the PRC Secretariat / À être déterminé par
le Secrétariat du CEA)
Project Title / Titre du projet :
Operating Department / Ministère
opérationnel :
Project Ref. No. / No du projet :
Project Value / Valeur du projet :
$______M / ______M$
Estimated Contract Value /
Valeur estimative du contrat : $_____M
/ _____M$
Commodity Description / Description des
biens ou services :
Project Status/ État du projet :
Procurement Strategy and Other Related Information / Stratégie
d'achat et autres renseignements pertinents :
Competitive / Concurrentiel ( ) MERX
( ) Directed / Source unique ( )
ACAN / PAC ( )
Source(s) of supply / Source(s) d'approvisionnement :
Justification for Sole Sourcing (if applicable) / Justification
du recours à un fournisseur exclusif (le cas échéant) :
Procurement Category Code / Code de catégorie
d'achat : (See procedure 5.094) / Voir la procédure 5.094.)
Specifications / Spécifications :
Military / Militaires ( ) Commercial
/ Commercial ( )
Developmental Procurement (If applicable) /
Acquisition pour fins de développement (le
cas échéant) :
Estimated Contract Award Date / Date prévue
d'adjudication du contrat :
Contact Points / Points de contact :
PWGSC Contracting Authority / Autorité contractante
de TPSGC :
Telephone / Téléphone :
( ) ______
Fax / Télécopieur
: ( ) _______
E-mail / Courriel : ______________
Operating Department Project Authority / Responsable du projet au ministère opérationnel : ________________
Telephone / Téléphone :
( ) _______
Fax / Télécopieur
: ( ) _______
E-mail / Courriel : ________________
PRC Secretariat / Secrétariat du CEA
(819) 956-7424
Annex 5.2.1: Record of Decision - Procurement Review Committee
(to be used by PRC Secretariat)
(2004-05-14)
Record of Decision - Procurement Review Committee
Compte rendu de décision - Comité d'examen
des acquisitions
PRC / CEA :
Project Title / Titre du projet :
Operating Department / Ministère opérationnel
:
Project Ref. No / No du projet :
Project Value / Valeur du projet :
Estimated Contract Value / Valeur estimative du
contrat :
Commodity Description / Description des biens
ou services :
PRC Secretariat/Secrétariat du CEA
(819) 956-7424
Annex 5.3: Contract Award Process (CAP) Codes
(2005-12-16)
Listed below are the Solicitation Types, the permissible
Contract Award Process (CAP) Codes and the reason for using a
particular CAP Code.
Solicitation Types
Abbreviation |
|
Description |
N |
= |
North American Free Trade Agreement (NAFTA)) |
W |
= |
World Trade Organization - Agreement on Government Procurement
(WTO-AGP) |
I |
= |
Agreement on Internal Trade (AIT) |
O |
= |
Open Bidding |
L |
= |
Comprehensive Land Claims Agreements |
CAP Code: 01
Solicitation Types: N, W, I, S, O, L
Lowest/lower Bid
CAP Code: 04
Solicitation Types: N, W, I, O, L
Best Overall Proposal
CAP Code: 05
Solicitation Types: N, W, I, O, L
In the absence of tenders in response to a competitive bid solicitation
or when bids submitted have been either collusive or assessed as
non-responsive or received from non-qualified suppliers.
CAP Code: 06
Solicitation Types: N, W, I, O, L
Only One Response to Bid Solicitation
CAP Code: 10
Solicitation Types: S, O, L
Rotational Sourcing
CAP Code: 11
Solicitation Types: O, L
Subsequent/Follow-on Contracts
CAP Code: 20
Solicitation Types: N, W, I, O, L
For goods purchased on a commodity market.
CAP Code: 21
Solicitation Types: N, W, I, O, L
For purchases made under exceptionally advantageous conditions
that only arise in the very short term, such as unusual disposals
by enterprises that are not normally suppliers or disposal of assets
of businesses in liquidation or receivership, but not routine purchases
from regular suppliers.
CAP Code: 22
Solicitation Types: N, W, I, O, L
To be awarded to the winner of a design contest.
CAP Code: 23
Solicitation Types: N, I, O, L
For consulting services regarding matters of a confidential nature.
CAP Code: 24
Solicitation Type: W
When additional construction services which were not included
in the initial contract but which were within the objectives of
the original tender documentation.
CAP Code: 25
Solicitation Type: W
For new construction services consisting of the repetition of
similar construction services which conform to a basic project
for which an initial contract was awarded.
CAP Code: 71
Solicitation Types: N, W, I, O, L
For reasons connected with protection of exclusive rights, such
as patents and copyrights, and no reasonable alternative or substitute
existed.
CAP Code: 72
Solicitation Types: N, W, I, O, L
For reasons involving the procurement of prototypes or a first
product which is developed under a contract for research, experiment,
study or original development.
CAP Code: 74
Solicitation Types: N, W, I, O, L
For logistic reasons (i.e. where additional deliveries by the
original supplier are intended either as replacement parts for
existing supplies, or installations, or for continuing services,
or as the extension of existing supplies, services or installations,
where a change of supplier would compel the client to procure equipment
or services not meeting requirements of interchangeability with
already existing equipment or services).
CAP Code: 81
Solicitation Types: N, W, I, O, L
For reasons connected with extreme urgency, brought about by events
unforeseeable by the client, where time did not permit competitive
solicitation.
CAP Code: 85
Solicitation Types: O, L
Low Dollar Value
CAP Code: 86
Solicitation Types: I, O, L
Prices and/or sources fixed by Government regulations
CAP Code: 87
Solicitation Types: I, O, L
Government objectives representing best interests/value to Government.
CAP Code: 88
Solicitation Types: I, O, L
National Security Consideration
CAP Code: 89
Solicitation Type: I
Exceptional circumstances under AIT, Article 508(l)
CAP CODE: 90
Solicitation Type: I
Protection of human, animal, or plant life or health under AIT,
Article 506.11 (e)
Annex 5.5: The Rules of Origin Determination
The Canadian Rules of Origin for Goods (Chapter 4 of the North
American Free Trade Agreement) and Canadian Customs Tariff Harmonized
System are used to determine if imported components that go into
the production of an item for resale to the government are sufficiently
altered or converted in Canada to be considered "Canadian."
The Harmonized Commodity Description and Coding System is a structured
classification system for goods that has been adopted by Canada
and most of the world's trading nations, for customs purposes.
For the purposes of this determination, the reference in the Rules
of Origin to "territory", is to be replaced with "Canada".
Products containing imported components may be considered Canadian
when they have undergone sufficient change in Canada in a manner
that satisfies this amended definition. There are three basic steps
to determine if any good that is partially or wholly constructed
from imported components meets the Rules of Origin definition:
- Locate the heading number in the Harmonized System that best
reflects the final product for sale.
- Find the appropriate heading number in the Harmonized System
that identifies imported components used to construct the final
product.
- Look up the section in the Rules of Origin that defines whether
the conversion that took place in Canada allows the goods to
be defined as Canadian.
Example
For example, hats manufactured in Canada that use imported calves
leather, would reflect the following calculation:
- Look up hats in the index of the Canadian Customs Tariff Harmonized
System (HS) and find the type that matches the kinds of hats
to be sold: Hats and other headgear, plaited or made by assembling
strips of any material, whether or not lined or trimmed. The
HS number is 6504.00.00. The first two numbers indicate the good
is listed in Chapter 65.
- Look up leather, bovine in the index. Leather, bovine falls
under HS heading 4104.
- Finally, refer to the Rules of Origin which lists the conditions
for transforming goods listed in the HS into Canadian goods (Chapter
65 is for Headgear and Parts Thereof and is listed in Section
XII of the rules). The second rule for Chapter 65 applies: A
change from 65.03 to 65.07 from any heading outside that group.
As the leather is classified outside 65.03 to 65.07, the final
product (the hats) for sale are considered to be sufficiently
transformed and therefore the hats are deemed to be Canadian
for the purposes of this policy.
|