Archived - Standard Acquisition Clauses and Conditions Manual - Standard Instructions
Version: 06-2023
This page has been archived
Information below is provided for reference, research or recordkeeping purposes. It is not subject to the Government of Canada Web Standards and has not been altered or updated since it was archived. Contact the CanadaBuys Service Desk to request a format other than those available or if you require support.
The Standard Acquisition Clauses and Conditions (SACC) Manual is no longer being maintained as of June 2023. Clauses previously labelled as “Active” in the manual are now shown as archived. Contracts issued with SACC Manual clauses remain valid. This is part of Public Services and Procurement Canada’s modernization efforts. Read a news article for more information.
How to search for clauses
- Type a keyword, clause title, ID or effective date in the search bar below and press “Enter” or click the search button
- Navigate through search results using the up or down arrow buttons
- Click the title of the clause of interest to view the content
- Clear your search at any time or begin a new search by clicking the X button
Other tips
- Want to print a specific clause? Click the print icon at the top of an open clause
- Find out how to download the complete Archived SACC Manual HTML file
Table of contents
Standard Instructions
1-1-Int
1995-03-31Cancelled1-1-IntARCHIVED STANDARD INSTRUCTIONS AND CONDITIONS
Remarks – Recommended Use of SACC Item
Legal text for SACC item
Prior to the release of the SACC Manual, the following sets of Standard Instructions and Conditions were printed on the reverse of page 1 of the procurement documents or inserted as an attachment into solicitation packages. Standard Instructions (with the exception of DSS-MAS 9403-2) will now be referred to at the beginning of each bid solicitation in clause A0000T and in each contract in clause K0000D. For Standing Offers, these will now be referred to in either clause M0000T or M0000C as appropriate. The specified Standard Instructions will form part of both the solicitation and the resulting contract. DSS-MAS 9403-2 will be referenced in Notices of Termination for Convenience.
1992-04-29Cancelled1-1-IntARCHIVED STANDARD INSTRUCTIONS AND CONDITIONS
1992-02-26Cancelled1-1-IntARCHIVED STANDARD INSTRUCTIONS AND CONDITIONS
2003
2023-06-08Active2003Standard Instructions - Goods or Services - Competitive Requirements
Remarks – Recommended Use of SACC Item
Legal text for SACC item
- 01 Integrity provisions—bid
- 02 Procurement Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Bidder
- 05 Submission of bids
- 06 Late bids
- 07 Delayed bids
- 08 Transmission by facsimile or by Canada Post Corporation's (CPC) Connect service
- 09 Customs clearance
- 10 Legal capacity
- 11 Rights of Canada
- 12 Rejection of bid
- 13 Communications—solicitation period
- 14 Price justification
- 15 Bid costs
- 16 Conduct of evaluation
- 17 Joint venture
- 18 Conflict of interest—unfair advantage
- 19 Entire requirement
- 20 Further information
- 21 Code of Conduct for Procurement—bid
01 (2016-04-04) Integrity provisions—bid
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the bid solicitation is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the bid solicitation. The Bidder must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to enter, or is suspended from entering into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the bid solicitation, the Bidder must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its bid, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting a bid in response to this bid solicitation, the Bidder certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its bid a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where a Bidder is unable to provide any of the certifications required by subsection 4, it must submit with its bid a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a contract for providing a false or misleading certification or declaration.
02 (2020-05-28) Procurement Business Number
Suppliers are required to have a Procurement Business Number (PBN) before contract award. Suppliers may register for a PBN online at Supplier Registration Information.
03 (2007-05-25) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act ( S.C. 1996, c.16), the instructions, clauses and conditions identified in the bid solicitation and resulting contract by number, date, and title are incorporated by reference into and form part of the bid solicitation and resulting contract as though expressly set out in the bid solicitation and resulting contract.
04 (2007-11-30) Definition of Bidder
"Bidder" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting a bid to perform a contract for goods, services or both. It does not include the parent, subsidiaries or other affiliates of the Bidder, or its subcontractors.
05 (2018-05-22) Submission of bids
- Canada requires that each bid, at solicitation closing date and time or upon request from the Contracting Authority, be signed by the Bidder or by an authorized representative of the Bidder. If a bid is submitted by a joint venture, it must be in accordance with section 17.
- It is the Bidder's responsibility to:
- obtain clarification of the requirements contained in the bid solicitation, if necessary, before submitting a bid;
- prepare its bid in accordance with the instructions contained in the bid solicitation;
- submit by solicitation closing date and time a complete bid;
- send its bid only to the specified Bid Receiving Unit of Public Works and Government Services Canada (PWGSC) specified in the bid solicitation or, to the address specified in the bid solicitation, as applicable;
- ensure that the Bidder's name, return address, bid solicitation number, and solicitation closing date and time are clearly visible on the bid; and,
- provide a comprehensible and sufficiently detailed bid, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the bid solicitation.
- Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS). Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.
- Bids will remain open for acceptance for a period of not less than 60 days from the closing date of the bid solicitation, unless specified otherwise in the bid solicitation. Canada reserves the right to seek an extension of the bid validity period from all responsive bidders in writing, within a minimum of 3 days before the end of the bid validity period. If the extension is accepted by all responsive bidders, Canada will continue with the evaluation of the bids. If the extension is not accepted by all responsive bidders, Canada will, at its sole discretion, either continue with the evaluation of the bids of those who have accepted the extension or cancel the solicitation.
- Bid documents and supporting information may be submitted in either English or French.
- Bids received on or before the stipulated bid solicitation closing date and time will become the property of Canada and will not be returned. All bids will be treated as confidential, subject to the provisions of the Access to Information Act ( R.S. 1985, c. A-1) and the Privacy Act ( R.S., 1985, c. P-21).
- Unless specified otherwise in the bid solicitation, Canada will evaluate only the documentation provided with a bidder's bid. Canada will not evaluate information such as references to Web site addresses where additional information can be found, or technical manuals or brochures not submitted with the bid.
- A bid cannot be assigned or transferred in whole or in part.
06 (2022-03-29) Late bids
PWGSC will return or delete bids delivered after the stipulated solicitation closing date and time, unless they qualify as a delayed bid as described in section 07.
For late bids submitted using means other than the Canada Post Corporation's Connect service, the paper bid will be returned.
For bids submitted electronically, the late bids will be deleted. As an example, bids submitted using Canada Post Corporation's Connect service, conversations initiated by the Bid Receiving Unit via the CPC Connect service pertaining to a late bid, will be deleted. Records will be kept documenting the transaction history of all late bids submitted using CPC Connect service.
07 (2022-03-29) Delayed bids
- A bid delivered to the specified Bid Receiving Unit after the solicitation closing date and time but before the contract award date may be considered, provided the bidder can prove the delay is due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). Private courier (Purolator Inc., Fedex Inc., etc.) is not considered to be part of CPC for the purposes of delayed bids.
- The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are:
- a CPC cancellation date stamp;
- a CPC Priority Courier bill of lading;
- a CPC Xpresspost label;
that clearly indicates that the bid was sent before the solicitation closing date.
- The only piece of evidence relating to a delay in the CPC Connect service provided by CPC system that is acceptable to PWGSC is a CPC Connect service date and time record indicated in the CPC Connect conversation history that clearly indicates that the bid was sent before the solicitation closing date and time.
- Misrouting, traffic volume, weather disturbances, labour disputes or any other causes for the late delivery of bids are not acceptable reasons for the bid to be accepted by PWGSC.
- Postage meter imprints, whether imprinted by the Bidder, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing.
08 (2023-06-08) Transmission by facsimile or by Canada Post Corporation's (CPC) Connect service
- Facsimile
- Unless specified otherwise in the bid solicitation, bids may be submitted by facsimile.
- PWGSC, National Capital Region: The only acceptable facsimile number for responses to bid solicitations issued by PWGSC headquarters is 819-997-9776 or, if applicable, the facsimile number identified in the bid solicitation.
- PWGSC regional offices: The facsimile number for responses to bid solicitations issued by PWGSC regional offices is identified in the bid solicitation.
- For bids transmitted by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed bid including, but not limited to, the following:
- receipt of garbled, corrupted or incomplete bid;
- availability or condition of the receiving facsimile equipment;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the bid;
- failure of the Bidder to properly identify the bid;
- illegibility of the bid; or
- security of bid data.
- A bid transmitted by facsimile constitutes the formal bid of the Bidder and must be submitted in accordance with section 05.
- Canada Post Corporation's Connect service
- Unless specified otherwise in the bid solicitation, bids may be submitted by using the Connect service provided by Canada Post Corporation.
- PWGSC, National Capital Region: The only acceptable email address to use with CPC Connect for responses to bid solicitations issued by PWGSC headquarters is: tpsgc.pareceptiondessoumissions-apbidReceiving.pwgsc@tpsgc-pwgsc.gc.ca, or, if applicable, the email address identified in the bid solicitation.
- PWGSC regional offices: The only acceptable email address to use with CPC Connect for responses to bid solicitations issued by PWGSC regional offices is identified in the bid solicitation.
- To submit a bid using CPC Connect service, the Bidder must either:
- send directly its bid only to the specified PWGSC Bid Receiving Unit, using its own licensing agreement for CPC Connect provided by Canada Post Corporation; or
- send as early as possible, and in any case, at least six business days prior to the solicitation closing date and time, (in order to ensure a response), an email that includes the bid solicitation number to the specified PWGSC Bid Receiving Unit requesting to open a CPC Connect conversation. Requests to open a CPC Connect conversation received after that time may not be answered.
- If the Bidder sends an email requesting CPC Connect service to the specified Bid Receiving Unit in the bid solicitation, an officer of the Bid Receiving Unit will then initiate a CPC Connect conversation. The CPC Connect conversation will create an email notification from Canada Post Corporation prompting the Bidder to access and action the message within the conversation. The Bidder will then be able to transmit its bid afterward at any time prior to the solicitation closing date and time.
- If the Bidder is using its own licensing agreement to send its bid, the Bidder must keep the CPC Connect conversation open until at least 30 business days after the solicitation closing date and time.
- The bid solicitation number should be identified in the CPC Connect message field of all electronic transfers.
- It should be noted that the use of CPC Connect service requires a Canadian mailing address. Should a bidder not have a Canadian mailing address, they may use the Bid Receiving Unit address specified in the solicitation in order to register for the CPC Connect service.
- For bids transmitted by CPC Connect service, Canada will not be responsible for any failure attributable to the transmission or receipt of the bid including, but not limited to, the following:
- receipt of a garbled, corrupted or incomplete bid;
- availability or condition of the CPC Connect service;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the bid;
- failure of the Bidder to properly identify the bid;
- illegibility of the bid;
- security of bid data; or,
- inability to create an electronic conversation through the CPC Connect service.
- The Bid Receiving Unit will send an acknowledgement of the receipt of bid document(s) via the CPC Connect conversation, regardless of whether the conversation was initiated by the supplier using its own license or the Bid Receiving Unit. This acknowledgement will confirm only the receipt of bid document(s) and will not confirm if the attachments may be opened nor if the content is readable.
- Bidders must ensure that that they are using the correct email address for the Bid Receiving Unit when initiating a conversation in CPC Connect or communicating with the Bid Receiving Unit and should not rely on the accuracy of copying and pasting the email address into the CPC Connect system.
- A bid transmitted by CPC Connect service constitutes the formal bid of the Bidder and must be submitted in accordance with section 05.
09 (2010-10-07) Customs clearance
It is the responsibility of the Bidder to allow sufficient time to obtain Customs clearance, where required, before the bid closing date and time. Delays related to the obtaining of Customs clearance cannot be construed as "undue delay in the mail" and will not be accepted as a delayed bid under section 07.
10 (2007-05-25) Legal capacity
The Bidder must have the legal capacity to contract. If the Bidder is a sole proprietorship, a partnership or a corporate body, the Bidder must provide, if requested by the Contracting Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to bidders submitting a bid as a joint venture.
11 (2007-11-30) Rights of Canada
Canada reserves the right to:
- reject any or all bids received in response to the bid solicitation;
- enter into negotiations with bidders on any or all aspects of their bids;
- accept any bid in whole or in part without negotiations;
- cancel the bid solicitation at any time;
- reissue the bid solicitation;
- if no responsive bids are received and the requirement is not substantially modified, reissue the bid solicitation by inviting only the bidders who bid to resubmit bids within a period designated by Canada; and,
- negotiate with the sole responsive Bidder to ensure best value to Canada.
12 (2014-09-25) Rejection of bid
- Canada may reject a bid where any of the following circumstances is present:
- the Bidder is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Bidder ineligible to bid on the requirement;
- an employee, or subcontractor included as part of the bid, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to bid on the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Bidder is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Bidder, any of its employees or any subcontractor included as part of the bid;
- evidence satisfactory to Canada that based on past conduct or behavior, the Bidder, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Bidder, any of its employees or any subcontractor included as part of the bid;
- Canada determines that the Bidder's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Bidder performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject a bid pursuant to a provision of subsection 1. (f), the Contracting Authority will so inform the Bidder and provide the Bidder 10 days within which to make representations, before making a final decision on the bid rejection.
- Canada reserves the right to apply additional scrutiny, in particular, when multiple bids are received in response to a bid solicitation from a single bidder or a joint venture. Canada reserves the right to:
- reject any or all of the bids submitted by a single bidder or joint venture if their inclusion in the evaluation has the effect of prejudicing the integrity and fairness of the process, or;
- reject any or all of the bids submitted by a single bidder or joint venture if their inclusion in the procurement process would distort the solicitation evaluation, and would cause a result that would not reasonably have been expected under prevailing market conditions and/or would not provide good value to Canada.
13 (2014-03-01) Communications—solicitation period
To ensure the integrity of the competitive bid process, enquiries and other communications regarding the bid solicitation must be directed only to the Contracting Authority identified in the bid solicitation. Failure to comply with this requirement may result in the bid being declared non-responsive.
To ensure consistency and quality of information provided to bidders, significant enquiries received and their replies will be posted on the Government Electronic Tendering Service (GETS). For further information, consult subsection 3 of the Submission of bids section.
14 (2007-11-30) Price justification
In the event that the Bidder's bid is the sole responsive bid received, the Bidder must provide, on Canada's request, one or more of the following price justification:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
15 (2007-05-25) Bid costs
No payment will be made for costs incurred in the preparation and submission of a bid in response to the bid solicitation. Costs associated with preparing and submitting a bid, as well as any costs incurred by the Bidder associated with the evaluation of the bid, are the sole responsibility of the Bidder.
16 (2008-05-12) Conduct of evaluation
- In conducting its evaluation of the bids, Canada may, but will have no obligation to, do the following:
- seek clarification or verification from bidders regarding any or all information provided by them with respect to the bid solicitation;
- contact any or all references supplied by bidders to verify and validate any information submitted by them;
- request, before award of any contract, specific information with respect to bidders' legal status;
- conduct a survey of bidders' facilities and/or examine their technical, managerial, and financial capabilities to determine if they are adequate to meet the requirements of the bid solicitation;
- correct any error in the extended pricing of bids by using unit pricing and any error in quantities in bids to reflect the quantities stated in the bid solicitation; in the case of error in the extension of prices, the unit price will govern.
- verify any information provided by bidders through independent research, use of any government resources or by contacting third parties;
- interview, at the sole costs of bidders, any bidder and/or any or all of the resources proposed by bidders to fulfill the requirement of the bid solicitation.
- Bidders will have the number of days specified in the request by the Contracting Authority to comply with any request related to any of the above items. Failure to comply with the request may result in the bid being declared non-responsive.
17 (2010-01-11) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to bid together on a requirement. Bidders who bid as a joint venture must indicate clearly that it is a joint venture and provide the following information:
- the name of each member of the joint venture;
- the Procurement Business Number of each member of the joint venture;
- the name of the representative of the joint venture, i.e. the member chosen by the other members to act on their behalf, if applicable;
- the name of the joint venture, if applicable.
- If the information is not clearly provided in the bid, the Bidder must provide the information on request from the Contracting Authority.
- The bid and any resulting contract must be signed by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Contracting Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the bid solicitation and any resulting contract. If a contract is awarded to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any resulting contract.
18 (2012-03-02) Conflict of interest—unfair advantage
- In order to protect the integrity of the procurement process, bidders are advised that Canada may reject a bid in the following circumstances:
- if the Bidder, any of its subcontractors, any of their respective employees or former employees was involved in any manner in the preparation of the bid solicitation or in any situation of conflict of interest or appearance of conflict of interest;
- if the Bidder, any of its subcontractors, any of their respective employees or former employees had access to information related to the bid solicitation that was not available to other bidders and that would, in Canada's opinion, give or appear to give the Bidder an unfair advantage.
- The experience acquired by a bidder who is providing or has provided the goods and services described in the bid solicitation (or similar goods or services) will not, in itself, be considered by Canada as conferring an unfair advantage or creating a conflict of interest. This bidder remains however subject to the criteria established above.
- Where Canada intends to reject a bid under this section, the Contracting Authority will inform the Bidder and provide the Bidder an opportunity to make representations before making a final decision. Bidders who are in doubt about a particular situation should contact the Contracting Authority before bid closing. By submitting a bid, the Bidder represents that it does not consider itself to be in conflict of interest nor to have an unfair advantage. The Bidder acknowledges that it is within Canada's sole discretion to determine whether a conflict of interest, unfair advantage or an appearance of conflict of interest or unfair advantage exists.
19 (2007-11-30) Entire requirement
The bid solicitation documents contain all the requirements relating to the bid solicitation. Any other information or documentation provided to or obtained by a bidder from any source are not relevant. Bidders should not assume that practices used under previous contracts will continue, unless they are described in the bid solicitation. Bidders should also not assume that their existing capabilities meet the requirements of the bid solicitation simply because they have met previous requirements.
20 (2017-04-27) Further information
- For further information, bidders may contact the Contracting Authority identified in the bid solicitation.
- For bid solicitations issued out of PWGSC headquarters, enquiries concerning receipt of bids may be addressed to the Bid Receiving Unit, Procurement Operational Support Division, telephone 819-420-7200. For bid solicitations issued out of PWGSC regional offices, enquiries concerning receipt of bids may be addressed to the Contracting Authority identified in the bid solicitation.
21 (2022-01-28) Code of Conduct for Procurement—bid
The Code of Conduct for Procurement provides that Bidders must respond to bid solicitations in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the bid solicitation and resulting contract, submit bids and enter into contracts only if they will fulfill all obligations of the Contract. By submitting a bid, the Bidder is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement may render the bid non-responsive.
2022-03-29Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2020-05-28Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2019-03-04Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2018-05-22Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2017-04-27Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2016-04-04Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2015-07-03Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2014-09-25Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2014-06-26Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2014-03-01Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2013-06-01Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2012-11-19Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2012-11-09Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2012-07-11Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2012-03-02Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2011-05-16Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2010-10-07Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2010-08-16Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2010-01-11Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2008-12-12Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2008-05-12Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2007-11-30Superseded2003ARCHIVED Standard Instructions - Goods or Services - Competitive Requirements
2007-05-25Superseded2003ARCHIVED Standard Instructions - Goods or Services
2006-08-15Cancelled2003ARCHIVED Standard Instructions - Goods or Services
2006-06-16Cancelled2003ARCHIVED Standard Instructions - Goods or Services
2005-06-10Cancelled2003ARCHIVED Standard Instructions - Goods or Services
2003-1
2015-04-01Active2003-1Supplemental Standard Instructions - Telecommunications
Remarks – Recommended Use of SACC Item
Use the following standard instructions for the procurement of telecommunications services or products.
Legal text for SACC item
- Part I: Standard Instructions and Conditions
- 01 Regulatory Framework
- 02 Bidders' Responsibilities in relation to Regulatory Framework
- 03 Regulatory Certifications for Bids including Non-regulated or Forborne Services or Products
- 04 Regulatory Certifications for Bids made under Existing Tariffs
- 05 Regulatory Certifications for Bids made under Tariffs not yet Approved by the Canadian Radio-television and Telecommunications Commission
- 06 Evaluation Procedures for Bids based on a Draft Tariff
- Part II: Regulatory Forms
- Regulatory Form A: Regulatory Certification for Bids including Non-regulated or Forborne Services or Products
- Regulatory Form B: Regulatory Certification for Bids made under Existing Tariffs
- Regulatory Form C: Regulatory Certification for Bids made under Tariffs not yet approved by the Canadian Radio-television and Telecommunications Commission
- Regulatory Form D: Post-Bid-Closing Regulatory Certification regarding Approval of New or Amended Tariffs
Part I: Standard Instructions and Conditions
The following standard instructions and conditions cover the regulatory framework, certifications and evaluation procedures.
01 Regulatory Framework
- Canada recognizes that bidders may be subject to regulation by the Canadian Radio-television and Telecommunications Commission (CRTC) in respect of some or all of the services or products required under the bid solicitation. As a result, the Bidder may:
- be subject to regulation by the CRTC, but not require CRTC tariff approval to provide the services or products it proposes to Canada in its bid;
- be subject to regulation by the CRTC and propose services or products to Canada in its bid in accordance with an existing tariff that has already been approved by the CRTC; or
- be subject to regulation by the CRTC and propose services or products to Canada in its bid in accordance with a new tariff (or an amendment to an existing tariff) that has not yet been approved by the CRTC.
- Despite the fact that individual bidders may be regulated differently by the CRTC, or that individual bidders' existing tariffs may be inconsistent with Canada's requirements, all bids will be evaluated in accordance with the evaluation process described in the bid solicitation.
02 Bidders' Responsibilities in Relation to Regulatory Framework
- It is the sole responsibility of the Bidder to:
- identify any CRTC regulations or rulings to which it may be subject in relation to the bid solicitation and any resulting contract;
- obtain all approvals required to allow the Bidder to deliver the services and products at the prices it proposes in its bid; and
- raise with Canada, during the enquiry period, any concerns about conflicts between the bid solicitation (including the resulting contract clauses) and any CRTC regulations or rulings, by identifying:
- the specific requirement in the bid solicitation that creates the conflict; and
- the specific provisions of CRTC regulations or rulings that affect the bid solicitation requirement (including document titles, dates, page and paragraph numbers).
- Bidders may wish, in preparing their bids, to seek interpretations from the CRTC if they are in doubt as to whether or not the services, products and prices they propose to Canada in their bid are subject to and in accordance with an existing tariff or require the filing of an amendment to an existing tariff or a new tariff.
- The Contracting Authority will consider issues of conflicts between the requirements of the bid solicitation and CRTC regulations or rulings raised by bidders during the enquiries period and may, in its sole discretion, amend the bid solicitation if it determines that amendments are consistent with Canada's operational requirements. However, Canada will not compromise its operational requirements to accommodate individual bidders' corporate or regulatory circumstances.
03 Regulatory Certifications for Bids including Non-regulated or Forborne Services or Products
Bidders proposing services, products and prices to Canada that are not subject to any tariff must provide the certification in Regulatory Form A.
04 Regulatory Certifications for Bids made under Existing Tariffs
- Bidders proposing services, products and prices to Canada in accordance with an existing tariff that has already been approved by the CRTC must provide the following:
- a complete copy of the tariff or the specific URL where that tariff can be found, together with any information required to identify the tariff; and
- the certification set out in Regulatory Form B.
- Following the bid closing date, during the evaluation period, the Bidder must immediately advise the Contracting Authority of any ruling from the CRTC relating to this tariff that affects its ability to provide the services, products or prices proposed in its bid.
05 Regulatory Certifications for Bids made under Tariffs not yet Approved by the Canadian Radio-television and Telecommunications Commission
- Bidders proposing services, products and prices to Canada in their bid under a proposed new tariff (or an existing tariff and a proposed amendment to that tariff) not yet approved by the CRTC must provide the following:
- a complete copy of the proposed new tariff (or the existing tariff and the proposed amendment to that existing tariff) or the specific URL where that tariff can be found, together with any information required to identify the tariff; and
- the certification set out in Regulatory Form C.
- The Bidder is requested to include in its bid its best pre-estimate of the date by which the proposed new tariff or amendment will likely be approved by the CRTC. This pre-estimate is for information purposes only.
- Following the bid closing date, during the evaluation period, the Bidder must immediately advise the Contracting Authority of any ruling from the CRTC relating to this tariff that affects its ability to provide the services, products or prices proposed in its bid.
06 Evaluation Procedures for Bids based on a Draft Tariff
- The following procedures apply to the top-ranked bid identified according to the evaluation process described in the bid solicitation, if some or all of the proposed services or products will be subject to a proposed new tariff or an existing tariff subject to a proposed amendment (collectively referred to as the "Draft Tariff").
- Unless the Bidder receives approval sooner, the Contracting Authority will allow no less than the following time period for the Bidder to obtain interim approval of the Draft Tariff from the CRTC:
- if the CRTC considers the application on an ex parte basis, no fewer than forty-five (45) working days following the bid closing date; or
- if the CRTC uses a public process to consider the application, no fewer than sixty (60) working days following the bid closing date.
Following this period, the Contracting Authority may, at any time, require the Bidder to obtain interim approval from the CRTC on ten (10) working days' notice. The Contracting Authority may, in its sole discretion, extend this ten (10) working day period. In determining whether or not to grant such an extension, the Contracting Authority may request from the Bidder any information it requires to consider the request and the impact of the request on Canada's operational requirements. The time periods described above (including extensions authorized by the Contracting Authority) are collectively referred to as the "Allotted Approval Time".
- If the Bidder does not, within the Allotted Approval Time, obtain interim approval of the Draft Tariff from the CRTC, the Contracting Authority will declare the bid non-responsive.
- If, in the Allotted Approval Time, a bidder receives interim approval of its Draft Tariff in the form in which it was filed (i.e., the CRTC's interim approval is not subject to conditions and the Bidder was not required to revise the Draft Tariff in order to obtain interim approval), the Contracting Authority will recommend the bid for contract award, subject to the provisions of the bid solicitation.
- If, in the Allotted Approval Time, the Bidder receives interim approval of its Draft Tariff, but the interim approval is subject to conditions or the Bidder is required to revise the Draft Tariff in order to obtain interim approval, then:
- the Bidder must submit the following to the Contracting Authority (all within five (5) working days following the expiry of the Allotted Approval Time):
- the Draft Tariff in the form approved by the CRTC or the specific URL where that tariff can be found, together with any information required to identify the tariff;
- a list of any conditions subject to which the CRTC has given the interim approval;
- a list of all revisions made to the version of the Draft Tariff originally submitted with the bid and an explanation of how these changes affect the bid; and
- Regulatory Form D.
- Canada will review this submission and, in respect of the aspects of the bid that are affected by the revisions, Canada will determine whether the amendments to the original Draft Tariff affect:
- the Bidder's compliance with the mandatory requirements of the bid solicitation;
- the Bidder's score under the rated requirements of the bid solicitation, if any; or
- the Bidder's ranking vis-à-vis other bidders in accordance with the evaluation process described in the bid solicitation.
- If Canada determines that the Bidder remains responsive and that its ranking vis-à-vis other bidders has been unaffected by the amendments to the Draft Tariff, the Contracting Authority will recommend the bid for contract award, subject to the provisions of the bid solicitation.
- If Canada determines that, as a result of the revisions to the Draft Tariff, the Bidder is either no longer responsive or is no longer the top-ranked bidder, Canada will proceed to consider the next-ranked bid for contract award, subject again to the provisions of the bid solicitation relating to the approval of any Draft Tariff.
- If a contract is awarded on the basis of an interim approval of a Draft Tariff, Canada may request that all bidders that have submitted responsive bids extend the validity period of their bids until final approval is granted by the CRTC. If Canada terminates the contract as a result of the form of the CRTC's final approval of the Draft Tariff, Canada may, at its option:
- cancel the bid solicitation;
- award the contract to the next-highest-ranked bidder whose bid is still valid (i.e., a bid that the Bidder extended), in accordance with the provisions of the bid solicitation; or
- reissue a bid solicitation for the requirement.
Bidders will have no obligation to extend the validity period for their bids; however, bidders who do not extend the validity period for their bids will not qualify for acceptance if Canada, following termination of the original contract, chooses option (ii) above.
- If, during the Allotted Approval Time, the CRTC provides final approval of the Draft Tariff, the same procedure will be followed that would apply if the CRTC had provided interim approval only.
- This procedure has been developed in order to allow bidders who are required to submit new or revised tariffs to the CRTC to comply with the requirements of the bid solicitation to compete for this requirement. This procedure will also ensure that bidders have an opportunity, if the services or products to be provided under any resulting contract constitute a "bundle" pursuant to any rulings issued by the CRTC, to seek approval to provide these services and products.
- A period of time has been allotted for bidders to complete any necessary processes with the CRTC. However, the time allowed for these processes must also be consistent with Canada and the client's operational requirements. The Contracting Authority will only grant extensions that it considers compatible with these operational requirements.
- If, during the bid evaluation period, Canada proceeds to consider the next-ranked bidder under paragraph 5.(e), it may request that all remaining responsive bidders extend the validity periods for their bids. Bidders will have no obligation to extend the validity periods of their bid. However, Canada will only continue to consider bids that remain valid for acceptance.
Part II: Regulatory Forms
Unless otherwise indicated in the bid solicitation, bidders are requested to submit these regulatory forms with their bids on or before the bid closing date. If a bidder has not included any required regulatory form or has not, in the Contracting Authority's view, completed the form properly, the Contracting Authority will provide the Bidder with an opportunity to submit the forms during the evaluation period. If the Bidder does not submit the forms within the period set by the Contracting Authority, its bid will be declared non-responsive.
If different services or products proposed by the Bidder are subject to different regulatory circumstances - for example, if some services or products are non-regulated or forborne, some services or products are subject to existing tariffs, and some services or products are proposed to be subject to new or amended tariffs - the Bidder is required to submit Regulatory Forms A, B and C and specify which services or products fit into each of these categories. Given that the CRTC regulates different suppliers in different ways, this certification is required from each member of any joint venture bidder.
Regulatory Form A: Regulatory Certification for Bids including Non-regulated or Forborne Services or Products
By submitting a bid, the Bidder certifies that, on bid closing date, the services, products and prices proposed to Canada in this bid are not subject to any existing tariff and, to the best of the Bidder's knowledge, based on an examination of all the information available to it on the bid closing date, the Bidder is not required to submit any tariff to the CRTC to provide the services or products to Canada at the prices proposed.
This Certification applies to the following services and products:
_____________________________________________________________
Regulatory Form B: Regulatory Certification for Bids made under Existing Tariffs
By submitting a bid, the Bidder certifies that it has submitted a complete and true copy of all existing tariffs that apply to the services and products described in its bid. The Bidder also certifies that:
- on bid closing date, the services, products and prices it has proposed are in full compliance with the tariffs that apply and, to the best of the Bidder's knowledge, based on an examination of all the information available to it on the bid closing date, it is not required to file any additional tariffs or amendments to provide these services and products at these prices;
- the tariffs that apply do not include any rate ranges and all prices in the tariffs are firm (meaning they will not change during the contract period); and
- it will immediately provide to the Contracting Authority any amendments made to these existing tariffs before contract award.
This Certification applies to the following services and products:
____________________________________________________________________________
Regulatory Form C: Regulatory Certification for Bids made under Tariffs not yet approved by the Canadian Radio-television and Telecommunications Commission
By submitting a bid, the Bidder certifies that it has submitted a complete and true copy of all proposed new tariffs (or all the existing tariffs that apply and the proposed amendments to those tariffs) that apply to the services and products described in its bid. The Bidder also certifies that:
- the proposed new tariff (or the existing tariff and the proposed tariff amendment) has been submitted to the CRTC for approval;
- the tariffs that apply do not include any rate ranges and all prices in the tariffs are firm (meaning they will not change during the contract period); and
- on bid closing date, the services, products and prices it has proposed are in full compliance with the proposed new tariffs (or amended tariffs).
This Certification applies to the following services and products:
____________________________________________________________________________
Regulatory Form D: Post-Bid-Closing Regulatory Certification regarding Approval of New or Amended Tariffs
This form is required only after bid closing date if the bid is based on a new or amended tariff - see the section of Part I, Evaluation Procedures for Bids based on a Draft Tariff. For a bid made by a joint venture, this certification would be required from each member of the joint venture bidder that submitted a tariff to the CRTC for approval.
The Bidder certifies that it has submitted a complete and true copy of all the new or amended tariffs, in the form approved by the CRTC on an interim basis, that apply to the services and products described in its bid. The Bidder also certifies that:
- the services, products and prices it has proposed are in full compliance with the new or amended tariffs, as approved by the CRTC on an interim basis, and do not, to the best of the Bidder's knowledge, based on an examination of all the information available to it on the date set out below, require that any additional tariffs or amendments be filed;
- it has identified in writing to the Contracting Authority all changes made to the version of the Draft Tariff originally submitted with its bid;
- it will immediately advise the Contracting Authority regarding the final approval status of the Draft Tariff; and
- if the Draft Tariff is further amended as part of the CRTC approvals process, the Bidder understands that it must immediately provide those amendments to the Contracting Authority.
This Certification applies to the following services and products:
____________________________________________________________________________
Signature of the Bidder_______________________________________
Print Name of the Bidder_______________________________________
Print Title of representative of the Bidder_______________________________________
Date Signed_______________________________________
2008-05-12Superseded2003-1ARCHIVED Supplemental Standard Instructions - Telecommunications
2003ACB
2022-09-01Active2003ACBCanadaBuys Standard Instructions - Goods or Services - Competitive Requirements
Remarks – Recommended Use of SACC Item
Standard Instructions 2003ACB should only be used for competitive goods and services requirements conducted using CanadaBuys (SAP Ariba).
Legal text for SACC item
- 01 Integrity provisions – bid
- 02 Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Bidder
- 05 Submission of bids
- 06 Transmission through CanadaBuys (SAP Ariba)
- 07 Late Bids
- 08 Communications – solicitation period
- 09 Legal capacity
- 10 Rights of Canada
- 11 Rejection of bid
- 12 Price justification
- 13 Bid costs
- 14 Conduct of evaluation
- 15 Joint venture
- 16 Conflict of interest – unfair advantage
- 17 Entire requirement
- 18 Further information
- 19 Code of Conduct for Procurement – bid
01 (2016-04-04) Integrity provisions – bid
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the bid solicitation is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the bid solicitation. The Bidder must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to enter, or is suspended from entering into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the bid solicitation, the Bidder must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its bid, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting a bid in response to this bid solicitation, the Bidder certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its bid a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where a Bidder is unable to provide any of the certifications required by subsection 4, it must submit with its bid a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a contract for providing a false or misleading certification or declaration.
02 (2022-09-01) Business Number
Suppliers are required to have a Business Number (BN) before contract award. Suppliers may register for a BN online at How to register your business.
03 (2007-05-25) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act (S.C. 1996, c.16), the instructions, clauses and conditions identified in the bid solicitation and resulting contract by number, date, and title are incorporated by reference into and form part of the bid solicitation and resulting contract as though expressly set out in the bid solicitation and resulting contract.
04 (2007-11-30) Definition of Bidder
"Bidder" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting a bid to perform a contract for goods, services or both. It does not include the parent, subsidiaries or other affiliates of the Bidder, or its subcontractors.
05 (2022-09-01) Submission of bids
- Unless specified otherwise in the bid solicitation, bids must be submitted through CanadaBuys (SAP Ariba).
- Canada requires that each bid, at or before solicitation closing date and time, be submitted by the Bidder or its authorized representative on behalf of the Bidder in accordance with subsection 3 below. If a bid is submitted by a joint venture, it must be in accordance with section 15.
- To submit a bid through CanadaBuys (SAP Ariba), Bidders must complete the Review and Accept Prerequisites as applicable then click “OK”, accept the terms of the agreement and click “OK”, followed by “Submit entire response,” then click “OK”. An acknowledgement of the submission of the bid and any applicable bid document(s) will appear on screen. This acknowledgement will confirm only the submission of the bid and will neither confirm whether the bid document(s) meet(s) the requirement of the solicitation, nor whether attachments may be opened, nor whether the content is readable.
- Bidders may review, correct or update their bid and resubmit a new bid at any point up to the bid solicitation’s closing date and time.
- It is the Bidder's responsibility to:
- obtain clarification of the requirements contained in the bid solicitation, if necessary, before submitting a bid;
- prepare its bid in accordance with the instructions contained in the bid solicitation;
- submit by solicitation closing date and time a complete bid;
- provide a comprehensible and sufficiently detailed bid, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the bid solicitation;
- ensure that all required fields, marked with a red asterisk (*), are completed before submitting a bid; and
- Determine if their bid needs to be amended, and resubmit, should the bid solicitation be amended.
- Bids will remain open for acceptance for a period of not less than 60 days from the closing date of the bid solicitation, unless specified otherwise in the bid solicitation. Canada reserves the right to seek an extension of the bid validity period from all responsive bidders in writing, within a minimum of 3 days before the end of the bid validity period. If the extension is accepted by all responsive bidders, Canada will continue with the evaluation of the bids. If the extension is not accepted by all responsive bidders, Canada will, at its sole discretion, either continue with the evaluation of the bids of those who have accepted the extension or cancel the solicitation.
- Bids, bid documents and supporting information may be submitted in either English or French.
- Bids received on or before the stipulated bid solicitation closing date and time will become the property of Canada and will not be returned. All bids will be treated as confidential, subject to the provisions of the Access to Information Act ( R.S. 1985, c. A-1) and the Privacy Act ( R.S., 1985, c. P-21).
- Unless specified otherwise in the bid solicitation, Canada will evaluate only the documentation provided with a bidder's bid. Information such as references to Web site addresses where additional information can be found, or technical manuals or brochures not submitted with the bid will not be evaluated by Canada.
- A bid cannot be assigned or transferred in whole or in part.
06 (2022-09-01) Transmission through CanadaBuys (SAP Ariba)
- Unless specified otherwise in the bid solicitation, bids must be submitted through CanadaBuys (SAP Ariba).
- Canada will not be responsible for any failure attributable to the transmission or receipt of the bid including, but not limited to, the following:
- receipt of a garbled, corrupted, incomplete, unreadable or unopenable content, including in any electronic documents where applicable;
- availability or condition of CanadaBuys (SAP Ariba);
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the bid;
- security of bid data; or
- inability to upload electronic documents.
- Bidders must ensure that they are using the correct CanadaBuys (SAP Ariba) Network account when submitting a bid.
- A bid transmitted through CanadaBuys (SAP Ariba) constitutes the formal bid of the Bidder and must be submitted in accordance with section 05.
- Canada will provide an acknowledgement of the submission of bid document(s) through CanadaBuys (SAP Ariba). Submission of a bid, as acknowledged through CanadaBuys (SAP Ariba), also constitutes receipt of that bid by Canada. Any acknowledgement of the submission of bid document(s) through CanadaBuys (SAP Ariba) does not serve to confirm whether the bid document(s) meet(s) the requirement of the solicitation, nor whether the attachments may be opened, nor whether the content is readable.
07 (2022-09-01) Late Bids
- Canada will not consider bids submitted after the bid solicitation closing date and time.
- The CanadaBuys (SAP Ariba) system prevents the submission of bids after the closing date and time of the solicitation.
08 (2022-09-01) Communications – solicitation period
- To ensure the integrity of the competitive bid process, enquiries and other communications regarding the bid solicitation must be directed only to the Contracting Authority identified in the bid solicitation through the “Event Messages” tab within CanadaBuys (SAP Ariba). Failure to comply with this requirement may result in the bid being declared non-responsive.
- Canada will make available Notices of Proposed Procurement (NPP) through the Government Electronic Tendering Service (GETS) (BuyandSell.gc.ca). Bid solicitations and related documents will be made available through CanadaBuys (SAP Ariba) . Canada is not responsible and will not assume any liabilities whatsoever for the information found on third party websites.
- Canada will make available amendments to Notices of Proposed Procurement (NPP) through GETS. Canada will post all amendments to bid solicitations and related documents including significant enquiries received and their replies through CanadaBuys (SAP Ariba) . It is the sole responsibility of the Bidder to regularly consult GETS and CanadaBuys (SAP Ariba) for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.
09 (2007-05-25) Legal capacity
The Bidder must have the legal capacity to contract. If the Bidder is a sole proprietorship, a partnership or a corporate body, the Bidder must provide, if requested by the Contracting Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to bidders submitting a bid as a joint venture.
10 (2007-11-30) Rights of Canada
Canada reserves the right to:
- reject any or all bids received in response to the bid solicitation;
- enter into negotiations with bidders on any or all aspects of their bids;
- accept any bid in whole or in part without negotiations;
- cancel the bid solicitation at any time;
- reissue the bid solicitation;
- if no responsive bids are received and the requirement is not substantially modified, reissue the bid solicitation by inviting only the bidders who bid to resubmit bids within a period designated by Canada; and,
- negotiate with the sole responsive Bidder to ensure best value to Canada.
11 (2022-09-01) Rejection of bid
- Canada may reject a bid where any of the following circumstances is present:
- the Bidder is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Bidder ineligible to bid on the requirement;
- an employee, or subcontractor included as part of the bid, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to bid on the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Bidder is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Bidder, any of its employees or any subcontractor included as part of the bid;
- evidence satisfactory to Canada that based on past conduct or behavior, the Bidder, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Bidder, any of its employees or any subcontractor included as part of the bid;
- Canada determines that the Bidder's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Bidder performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject a bid pursuant to a provision of subsection 1. (f), the Contracting Authority will so inform the Bidder and provide the Bidder 10 days within which to make representations, before making a final decision on the bid rejection.
- Canada reserves the right to apply additional scrutiny, in particular, when multiple bids are received in response to a bid solicitation from a single bidder or a joint venture. Canada reserves the right to:
- reject any or all of the bids submitted by a single bidder or joint venture if their inclusion in the evaluation has the effect of prejudicing the integrity and fairness of the process; or
- reject any or all of the bids submitted by a single bidder or joint venture if their inclusion in the procurement process would distort the solicitation evaluation and would cause a result that would not reasonably have been expected under prevailing market conditions and/or would not provide good value to Canada.
12 (2022-09-01) Price justification
In the event that the Bidder's bid is the sole responsive bid received, the Bidder must provide, on Canada's request, one or more of the following price justifications:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
13 (2007-05-25) Bid costs
No payment will be made for costs incurred in the preparation and submission of a bid in response to the bid solicitation. Costs associated with preparing and submitting a bid, as well as any costs incurred by the Bidder associated with the evaluation of the bid, are the sole responsibility of the Bidder.
14 (2008-05-12) Conduct of evaluation
- In conducting its evaluation of the bids, Canada may, but will have no obligation to, do the following:
- seek clarification or verification from bidders regarding any or all information provided by them with respect to the bid solicitation;
- contact any or all references supplied by bidders to verify and validate any information submitted by them;
- request, before award of any contract, specific information with respect to bidders' legal status;
- conduct a survey of bidders' facilities and/or examine their technical, managerial, and financial capabilities to determine if they are adequate to meet the requirements of the bid solicitation;
- correct any error in the extended pricing of bids by using unit pricing and any error in quantities in bids to reflect the quantities stated in the bid solicitation; in the case of error in the extension of prices, the unit price will govern;
- verify any information provided by bidders through independent research, use of any government resources or by contacting third parties;
- interview, at the sole costs of bidders, any bidder and/or any or all of the resources proposed by bidders to fulfill the requirement of the bid solicitation.
- Bidders will have the number of days specified in the request by the Contracting Authority to comply with any request related to any of the above items. Failure to comply with the request may result in the bid being declared non-responsive.
15 (2022-09-01) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to bid together on a requirement.
- Bidders who bid as a joint venture using CanadaBuys (SAP Ariba) must create a CanadaBuys (SAP Ariba) Network account for that joint venture. The CanadaBuys (SAP Ariba) Network account must be created by the lead entity. Bidders who bid as a joint venture must register in CanadaBuys (SAP Ariba) under a separate account and a Supplier Profile Questionnaire must be completed which solely applies to the joint venture entity. The joint venture lead entity will be required to provide additional information during the solicitation process about its members.
- If the information is not clearly provided in the bid, the Bidder must provide the information on request from the Contracting Authority.
- The bid and any resulting contract must be agreed to by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Contracting Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the bid solicitation and any resulting contract. If a contract is awarded to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any resulting contract.
16 (2012-03-02) Conflict of interest – unfair advantage
- In order to protect the integrity of the procurement process, bidders are advised that Canada may reject a bid in the following circumstances:
- if the Bidder, any of its subcontractors, any of their respective employees or former employees was involved in any manner in the preparation of the bid solicitation or in any situation of conflict of interest or appearance of conflict of interest;
- if the Bidder, any of its subcontractors, any of their respective employees or former employees had access to information related to the bid solicitation that was not available to other bidders and that would, in Canada's opinion, give or appear to give the Bidder an unfair advantage.
- The experience acquired by a bidder who is providing or has provided the goods and services described in the bid solicitation (or similar goods or services) will not, in itself, be considered by Canada as conferring an unfair advantage or creating a conflict of interest. This bidder remains however subject to the criteria established above.
- Where Canada intends to reject a bid under this section, the Contracting Authority will inform the Bidder and provide the Bidder an opportunity to make representations before making a final decision. Bidders who are in doubt about a particular situation should contact the Contracting Authority before bid closing. By submitting a bid, the Bidder represents that it does not consider itself to be in conflict of interest nor to have an unfair advantage. The Bidder acknowledges that it is within Canada's sole discretion to determine whether a conflict of interest, unfair advantage or an appearance of conflict of interest or unfair advantage exists.
17 (2007-11-30) Entire requirement
The bid solicitation documents contain all the requirements relating to the bid solicitation. Any other information or documentation provided to or obtained by a bidder from any source are not relevant. Bidders should not assume that practices used under previous contracts will continue, unless they are described in the bid solicitation. Bidders should also not assume that their existing capabilities meet the requirements of the bid solicitation simply because they have met previous requirements.
18 (2022-09-01) Further information
For further information, bidders may contact the Contracting Authority identified in the bid solicitation through the “Event Messages” tab within CanadaBuys (SAP Ariba).
19 (2022-01-28) Code of Conduct for Procurement – bid
The Code of Conduct for Procurement provides that Bidders must respond to bid solicitations in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the bid solicitation and resulting contract, submit bids and enter into contracts only if they will fulfill all obligations of the Contract. By submitting a bid, the Bidder is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement may render the bid non-responsive.
2004
2022-01-28Active2004Standard Instructions - Goods or Services - Non-competitive Requirements
Remarks – Recommended Use of SACC Item
Legal text for SACC item
- 01 Integrity provisions—bid
- 02 Procurement Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Bidder
- 05 Submission of a bid
- 06 Legal capacity
- 07 Rejection of bid
- 08 Price justification
- 09 Bid costs
- 10 Joint venture
- 11 Further information
- 12 Code of Conduct for Procurement—bid
01 (2016-04-04) Integrity provisions—bid
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the bid solicitation is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the bid solicitation. The Bidder must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to enter, or is suspended from entering into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the bid solicitation, the Bidder must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its bid, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting a bid in response to this bid solicitation, the Bidder certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its bid a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where a Bidder is unable to provide any of the certifications required by subsection 4, it must submit with its bid a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a contract for providing a false or misleading certification or declaration.
02 (2020-05-28) Procurement Business Number
Suppliers are required to have a Procurement Business Number (PBN) before contract award. Suppliers may register for a PBN online at Supplier Registration Information.
03 (2007-11-30) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act (S.C. 1996, c.16), the instructions, clauses and conditions identified in the bid solicitation and resulting contract by number, date, and title are incorporated by reference into and form part of the bid solicitation and resulting contract as though expressly set out in the bid solicitation and resulting contract.
04 (2007-11-30) Definition of Bidder
"Bidder" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting a bid to perform a contract for goods, services or both. It does not include the parent, subsidiaries or other affiliates of the Bidder, or its subcontractors.
05 (2010-10-07) Submission of a bid
- Canada requires that each bid, at closing date and time or upon request from the Contracting Authority, be signed by the Bidder or by an authorized representative of the Bidder. If a bid is submitted by a joint venture, it must be in accordance with section 10.
- The bid will be treated as confidential, subject to the provisions of the Access to Information Act (R.S., 1985, c. A-1) and the Privacy Act (R.S., 1985, c. P-21).
06 (2007-11-30) Legal capacity
The Bidder must have the legal capacity to contract. If the Bidder is a sole proprietorship, a partnership or a corporate body, the Bidder must provide, if requested by the Contracting Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to bidders submitting a bid as a joint venture.
07 (2014-09-25) Rejection of bid
- Canada may reject a bid where any of the following circumstances is present:
- the Bidder is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Bidder ineligible to bid on the requirement;
- an employee, or subcontractor included as part of the bid, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to bid on the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Bidder is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Bidder, any of its employees or any subcontractor included as part of the bid;
- evidence satisfactory to Canada that based on past conduct or behavior, the Bidder, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Bidder, any of its employees or any subcontractor included as part of the bid;
- Canada determines that the Bidder's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Bidder performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject a bid pursuant to a provision of subsection 1. (f), the Contracting Authority will so inform the Bidder and provide the Bidder 10 days within which to make representations, before making a final decision on the bid rejection.
08 (2007-11-30) Price justification
The Bidder must provide, on Canada's request, one or more of the following price justification:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
09 (2007-11-30) Bid costs
No payment will be made for costs incurred in the preparation and submission of a bid in response to the bid solicitation. Costs associated with preparing and submitting a bid are the sole responsibility of the Bidder.
10 (2007-11-30) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to bid together on a requirement. Bidders who bid as a joint venture must indicate clearly that it is a joint venture and provide the following information:
- the name of each member of the joint venture;
- the Procurement Business Number of each member of the joint venture;
- the name of the representative of the joint venture, i.e. the member chosen by the other members to act on their behalf, if applicable;
- the name of the joint venture, if applicable.
- If the information is not clearly provided in the bid, the Bidder must provide the information on request from the Contracting Authority.
- The bid and any resulting contract must be signed by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Contracting Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the bid solicitation and any resulting contract. If a contract is awarded to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any resulting contract.
11 (2007-11-30) Further information
For further information, the Bidder may contact the Contracting Authority identified in the bid solicitation.
12 (2022-01-28) Code of Conduct for Procurement—bid
The Code of Conduct for Procurement provides that Bidders must respond to bid solicitations in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the bid solicitation and resulting contract, submit bids and enter into contracts only if they will fulfill all obligations of the Contract. By submitting a bid, the Bidder is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement may render the bid non-responsive.
2020-05-28Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2016-04-04Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2015-07-03Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2014-09-25Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2014-06-26Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2014-03-01Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2012-11-19Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2012-07-11Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2012-03-02Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2011-05-16Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2010-10-07Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2010-08-16Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2008-12-12Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2008-05-12Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirement
2007-11-30Superseded2004ARCHIVED Standard Instructions - Goods or Services - Non-competitive Requirements
2004ACB
2022-10-19Active2004ACBCanadaBuys Standard Instructions - Goods or Services - Non-competitive Requirements
Remarks – Recommended Use of SACC Item
Standard Instructions 2004ACB should only be used for non-competitive goods and services requirements conducted using CanadaBuys (SAP Ariba).
Legal text for SACC item
- 01 Integrity provisions—bid
- 02 Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Bidder
- 05 Submission of a bid
- 06 Transmission through CanadaBuys (SAP Ariba)
- 07 Late bid
- 08 Communications – solicitation period
- 09 Legal capacity
- 10 Rejection of bid
- 11 Price justification
- 12 Bid costs
- 13 Joint venture
- 14 Further information
- 15 Code of Conduct for Procurement – bid
01 (2016-04-04) Integrity provisions – bid
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the bid solicitation is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the bid solicitation. The Bidder must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to enter, or is suspended from entering into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the bid solicitation, the Bidder must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its bid, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting a bid in response to this bid solicitation, the Bidder certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Bidder or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its bid a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where a Bidder is unable to provide any of the certifications required by subsection 4, it must submit with its bid a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any bid in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after award of the Contract that the Bidder provided a false or misleading certification or declaration, Canada may terminate the Contract for default. Pursuant to the Policy, Canada may also determine the Bidder to be ineligible for award of a contract for providing a false or misleading certification or declaration.
02 (2022-10-19) Business Number
Suppliers are required to have a Business Number (BN) before contract award. Suppliers may register for a BN online at How to register your business.
03 (2007-11-30) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act (S.C. 1996, c.16), the instructions, clauses and conditions identified in the bid solicitation and resulting contract by number, date, and title are incorporated by reference into and form part of the bid solicitation and resulting contract as though expressly set out in the bid solicitation and resulting contract.
04 (2007-11-30) Definition of Bidder
"Bidder" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting a bid to perform a contract for goods, services or both. It does not include the parent, subsidiaries or other affiliates of the Bidder, or its subcontractors.
05 (2022-10-19) Submission of a bid
- Unless specified otherwise in the bid solicitation, the bid must be submitted through CanadaBuys (SAP Ariba).
- Canada requires that each bid, at or before solicitation closing date and time, be submitted by the Bidder or its authorized representative on behalf of the Bidder in accordance subsection 3 below. If a bid is submitted by a joint venture, it must be in accordance with section 13.
- To submit a bid through CanadaBuys (SAP Ariba), the Bidder must complete the Review and Accept Prerequisites as applicable then click “OK”, accept the terms of the agreement and click “OK”, followed by “Submit entire response”, then click “OK”. An acknowledgement of the submission of the bid and any applicable bid document(s) will appear on screen. This acknowledgement will confirm only the submission of the bid, and will neither confirm whether the bid document(s) meet(s) the requirement of the solicitation, nor whether attachments may be opened, nor whether the content is readable.
- The bid will be treated as confidential, subject to the provisions of the Access to Information Act (R.S., 1985, c. A-1) and the Privacy Act (R.S., 1985, c. P-21).
06 (2022-10-19) Transmission through CanadaBuys (SAP Ariba)
- Unless specified otherwise in the bid solicitation, the bid must be submitted through CanadaBuys (SAP Ariba).
- Canada will not be responsible for any failure attributable to the transmission or receipt of the bid including, but not limited to, the following:
- receipt of a garbled, corrupted, incomplete, unreadable or unopenable content, including in any electronic documents where applicable;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the bid;
- security of bid data; or
- inability to upload electronic documents.
- The Bidder must ensure that they are using the correct CanadaBuys (SAP Ariba) Network account when submitting a bid.
- A bid transmitted through CanadaBuys (SAP Ariba) constitutes the formal bid of the Bidder and must be submitted in accordance with section 05.
- Canada will provide an acknowledgement of the submission of bid document(s) through CanadaBuys (SAP Ariba). Submission of a bid, as acknowledged through CanadaBuys (SAP Ariba) also constitutes receipt of that bid by Canada. Any acknowledgement of the submission of bid document(s) through CanadaBuys (SAP Ariba) does not serve to confirm whether the bid document(s) meet(s) the requirement of the solicitation, nor whether the attachments may be opened, nor whether the content is readable.
07 (2022-10-19) Late bid
The CanadaBuys (SAP Ariba) system prevents the submission of bids after the closing date and time of the solicitation. The solicitation closing date and time may be extended by the Contracting Authority to permit bid submission through CanadaBuys (SAP Ariba).
08 (2022-10-19) Communications – solicitation period
- Unless specified otherwise by the Contracting Authority, all enquiries and other communications regarding the bid solicitation should be directed only to the Contracting Authority identified in the bid solicitation through the Event Messages tab within CanadaBuys (SAP Ariba).
- Canada will make available bid solicitations and related documents through CanadaBuys (SAP Ariba). The Bidder should regularly consult CanadaBuys (SAP Ariba) for the most up-to-date information.
09 (2007-11-30) Legal capacity
The Bidder must have the legal capacity to contract. If the Bidder is a sole proprietorship, a partnership or a corporate body, the Bidder must provide, if requested by the Contracting Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to bidders submitting a bid as a joint venture.
10 (2014-09-25) Rejection of bid
- Canada may reject a bid where any of the following circumstances is present:
- the Bidder is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Bidder ineligible to bid on the requirement;
- an employee, or subcontractor included as part of the bid, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to bid on the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Bidder is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Bidder, any of its employees or any subcontractor included as part of the bid;
- evidence satisfactory to Canada that based on past conduct or behavior, the Bidder, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Bidder, any of its employees or any subcontractor included as part of the bid;
- Canada determines that the Bidder's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Bidder performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject a bid pursuant to a provision of subsection 1(f), the Contracting Authority will so inform the Bidder and provide the Bidder 10 days within which to make representations, before making a final decision on the bid rejection.
11 (2022-10-19) Price justification
The Bidder must provide, on Canada's request, one or more of the following price justifications:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
12 (2007-11-30) Bid costs
No payment will be made for costs incurred in the preparation and submission of a bid in response to the bid solicitation. Costs associated with preparing and submitting a bid are the sole responsibility of the Bidder.
13 (2022-10-19) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to bid together on a requirement.
- Bidders who bid as a joint venture using CanadaBuys (SAP Ariba) must create a CanadaBuys (SAP Ariba) Network account for that joint venture. The CanadaBuys (SAP Ariba) Network account must be created by the lead entity. Bidders who bid as a joint venture must register in CanadaBuys (SAP Ariba) under a separate account and a Supplier Profile Questionnaire must be completed which solely applies to the joint venture entity. The joint venture lead entity will be required to provide additional information during the solicitation process about its members.
- If the information is not clearly provided in the bid, the Bidder must provide the information on request from the Contracting Authority.
- The bid and any resulting contract must be agreed to by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Contracting Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the bid solicitation and any resulting contract. If a contract is awarded to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any resulting contract.
14 (2022-10-19) Further information
For further information, the Bidder may contact the Contracting Authority identified in the bid solicitation through the Event Messages tab within CanadaBuys (SAP Ariba).
15 (2022-01-28) Code of Conduct for Procurement—bid
The Code of Conduct for Procurement provides that Bidders must respond to bid solicitations in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the bid solicitation and resulting contract, submit bids and enter into contracts only if they will fulfill all obligations of the Contract. By submitting a bid, the Bidder is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement may render the bid non-responsive.
2006
2023-06-08Active2006Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
Remarks – Recommended Use of SACC Item
Legal text for SACC item
- General information
- 01 Integrity Provisions—offer
- 02 Procurement Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Offeror
- 05 Submission of offers
- 06 Late offers
- 07 Delayed offers
- 08 Transmission by facsimile or by Canada Post Corporation's (CPC) Connect service
- 09 Customs clearance
- 10 Legal capacity
- 11 Rights of Canada
- 12 Rejection of offer
- 13 Communications—solicitation period
- 14 Price justification
- 15 Offer costs
- 16 Conduct of evaluation
- 17 Joint venture
- 18 Conflict of interest—unfair advantage
- 19 Entire requirement
- 20 Further information
- 21 Code of Conduct for Procurement—offer
General information
One method of supply used by Public Works and Government Services Canada (PWGSC) to satisfy the requirements of departments and agencies is to arrange with suppliers to submit a standing offer to provide goods, services or both during a specified period. Specific departments and agencies are then authorized by PWGSC to make call-ups against the standing offer detailing the exact quantities of goods or level of services they wish to order at a particular time, during the effective period of the standing offer in accordance with the predetermined conditions.
The process normally starts with a Request for Standing Offers (RFSO) that suppliers may obtain through the Government Electronic Tendering Service (GETS). A RFSO is an invitation to suppliers to provide PWGSC with a standing offer. The quantity of goods, level of services and estimated expenditure specified in the RFSO are only an approximation of requirements given in good faith. A RFSO does not commit PWGSC to authorize the utilization of a standing offer or to procure or contract for any goods, services or both. A standing offer is not a contract. The issuance by PWGSC of a Standing Offer and Call-up Authority to successful suppliers and to departments and agencies authorized to make call-ups does not constitute an agreement by Canada to order any or all of the goods, services or both offered. Departments and agencies may make one or several call-ups against a standing offer.
01 (2016-04-04) Integrity Provisions—offer
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the Request for Standing Offers (RFSO) is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the RFSO. The Offeror must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to be issued or is suspended from being issued a standing offer and to enter into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC's Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the Request for Standing Offers, the Offeror must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its offer, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting an offer in response to this Request for Standing Offers, the Offeror certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Offeror or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its offer a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where an Offeror is unable to provide any of the certifications required by subsection 4, it must submit with its offer a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any offer in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after issuance of the Standing Offer that the Offeror provided a false or misleading certification or declaration, Canada may set aside the Standing Offer and terminate for default any resulting contracts. Pursuant to the Policy, Canada may also determine the Offeror to be ineligible for issuance of a standing offer for providing a false or misleading certification or declaration.
02 (2020-05-28) Procurement Business Number
Suppliers are required to have a Procurement Business Number (PBN) before issuance of a standing offer. Suppliers may register for a PBN on line at Supplier Registration Information.
03 (2008-05-12) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act ( S.C. 1996, c. 16), the instructions, clauses and conditions identified in the RFSO, standing offer and resulting contract(s) by number, date and title are incorporated by reference into and form part of the RFSO, standing offer and resulting contract(s) as though expressly set out in the RFSO, the standing offer and the resulting contract(s).
04 (2008-12-12) Definition of Offeror
"Offeror" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting an offer to provide goods, services or both under a call-up resulting from a standing offer. It does not include the parent, subsidiaries or other affiliates of the Offeror, or its subcontractors.
05 (2018-05-22) Submission of offers
- Canada requires that each offer, at RFSO closing date and time or upon request from the Standing Offer Authority, be signed by the Offeror or by an authorized representative of the Offeror. If an offer is submitted by a joint venture, it must be in accordance with section 17.
- It is the Offeror's responsibility to:
- obtain clarification of the requirements contained in the RFSO, if necessary, before submitting an offer;
- prepare its offer in accordance with the instructions contained in the RFSO;
- submit by the RFSO closing date and time a complete offer;
- send its offer only to the specified Bid Receiving Unit of Public Works and Government Services Canada (PWGSC) specified in the RFSO or, to the address specified in the RFSO, as applicable;
- ensure that the Offeror's name, return address, RFSO number, and RFSO closing date and time are clearly visible on the offer; and,
- provide a comprehensible and sufficiently detailed offer, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the RFSO.
- Canada will make available Notices of Proposed Procurement (NPP), RFSO's and related documents for download through the Government Electronic Tendering Service (GETS). Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, RFSO or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Offeror to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Offeror's part nor for notification services offered by a third party.
- Offers will remain open for acceptance for a period of not less than 60 days from the closing date of the RFSO, unless specified otherwise in the RFSO. Canada reserves the right to seek an extension of the offer validity period from all responsive offerors in writing, within a minimum of 3 days before the end of the offer validity period. If the extension is accepted by all responsive offerors, Canada will continue with the evaluation of the offers. If the extension is not accepted by all responsive offerors, Canada will, at its sole discretion, either continue with the evaluation of the offers of those who have accepted the extension or cancel the RFSO.
- Offers and supporting information may be submitted in either English or French.
- Offers received on or before the stipulated RFSO closing date and time will become the property of Canada and will not be returned. All offers will be treated as confidential, subject to the provisions of the Access to Information Act ( R.S., 1985, c. A-1) and the Privacy Act ( R.S., 1985, c. P-21).
- Unless specified otherwise in the RFSO, Canada will evaluate only the documentation provided with an offeror's offer. Canada will not evaluate information such as references to Web site addresses where additional information can be found, or technical manuals or brochures not submitted with the offer.
- An offer cannot be assigned or transferred in whole or in part.
06 (2022-03-29) Late offers
PWGSC will return or delete offers delivered after the stipulated RFSO closing date and time, unless they qualify as a delayed offer as described in section 07.
For late offers submitted using means other than the Canada Post Corporation's Connect service, the physical offer will be returned.
For offers submitted electronically, the late offers will be deleted. As an example, offers submitted using Canada Post Corporation's Connect service, conversations initiated by the Bid Receiving Unit via the CPC Connect service pertaining to a late offer will be deleted. Records will be kept documenting the transaction history of all late offers submitted using CPC Connect service.
07 (2022-03-29) Delayed offers
- An offer delivered to the specified Bid Receiving Unit after the RFSO closing date and time but before the standing offer issuance date may be considered, provided the offeror can prove the delay is due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). Private courier (Purolator Inc., Fedex Inc., etc.) is not considered to be part of CPC for the purposes of delayed offers.
- The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are:
- a CPC cancellation date stamp;
- a CPC Priority Courier bill of lading;
- a CPC Xpresspost label;
that clearly indicates that the offer was sent before the RFSO closing date.
- The only piece of evidence relating to a delay in the CPC Connect service provided by CPC system that is acceptable to PWGSC is a CPC Connect service date and time record indicated in the CPC Connect conversation history that clearly indicates that the offer was sent before the RFSO closing date and time.
- Misrouting, traffic volume, weather disturbances, labour disputes or any other causes for the late delivery of offers are not acceptable reasons for the offer to be accepted by PWGSC.
- Postage meter imprints, whether imprinted by the Offeror, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing.
08 (2023-06-08) Transmission by facsimile or by Canada Post Corporation's (CPC) Connect service
- Facsimile
- Unless specified otherwise in the RFSO, offers may be submitted by facsimile.
- PWGSC, National Capital Region: The only acceptable facsimile number for responses to RFSOs issued by PWGSC headquarters is 819-997-9776 or, if applicable, the facsimile number identified in the RFSO.
- PWGSC regional offices: The facsimile number for responses to RFSOs issued by PWGSC regional offices is identified in the RFSO.
- For offers transmitted by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed offer including, but not limited to, the following:
- receipt of garbled, corrupted or incomplete offer;
- availability or condition of the receiving facsimile equipment;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the offer;
- failure of the Offeror to properly identify the offer;
- illegibility of the offer; or
- security of offer data.
- An offer transmitted by facsimile will constitute the formal offer of the Offeror and must be submitted in accordance with section 05.
- Canada Post Corporation's (CPC) Connect service
- Unless specified otherwise in the RFSO, offers may be submitted by using the Connect service provided by Canada Post Corporation.
- PWGSC, National Capital Region: The only acceptable email address to use with CPC Connect for responses to RFSOs issued by PWGSC headquarters is: tpsgc.pareceptiondessoumissions-apbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca, or if applicable, the email address identified in the RFSO.
- PWGSC regional offices: The only acceptable email address to use with CPC Connect for responses to RFSOs issued by PWGSC regional offices is identified in the RFSO.
- To submit an offer using CPC Connect service, the Offeror must either:
- send directly its offer only to the specified PWGSC Bid Receiving Unit using its own licensing agreement for CPC Connect provided by Canada Post Corporation; or
- send as early as possible, and in any case, at least six business days prior to the RFSO closing date and time, (in order to ensure a response), an email that includes the RFSO number to the specified PWGSC Bid Receiving Unit requesting to open a CPC Connect conversation. Requests to open a CPC Connect conversation received after that time may not be answered.
- If the Offeror sends an email requesting CPC Connect service to the specified Bid Receiving Unit in the RFSO, an officer of the Bid Receiving Unit will then initiate a CPC Connect conversation. The CPC Connect conversation will create an email notification from Canada Post Corporation prompting the Offeror to access and action the message within the conversation. The Offeror will then be able to transmit its offer afterward at any time prior to the RFSO closing date and time.
- If the Offeror is using its own licensing agreement to send its offer, the Offeror must keep the CPC Connect conversation open until at least 30 business days after the RFSO closing date and time.
- The RFSO number should be identified in the CPC Connect message field of all electronic transfers.
- It should be noted that the use of CPC Connect service requires a Canadian mailing address. Should an offeror not have a Canadian mailing address, they may use the Bid Receiving Unit address specified in the RFSO in order to register for the CPC Connect service.
- For offers transmitted by CPC Connect service, Canada will not be responsible for any failure attributable to the transmission or receipt of the offer including, but not limited to, the following:
- receipt of a garbled, corrupted or incomplete offer;
- availability or condition of the CPC Connect service;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the offer;
- failure of the Offeror to properly identify the offer;
- illegibility of the offer;
- security of offer data; or,
- inability to create an electronic conversation through the CPC Connect service.
- The Bid Receiving Unit will send an acknowledgement of the receipt of offer document(s) via the CPC Connect conversation, regardless of whether the conversation was initiated by the supplier using its own license or the Bid Receiving Unit. This acknowledgement will confirm only the receipt of offer document(s) and will not confirm if the attachments may be opened nor if the content is readable.
- Offerors must ensure that that they are using the correct email address for the Bid Receiving Unit when initiating a conversation in CPC Connect or communicating with the Bid Receiving Unit and should not rely on the accuracy of copying and pasting the email address into the CPC Connect system.
- An offer transmitted by CPC Connect service constitutes the formal offer of the Offeror and must be submitted in accordance with section 05.
09 (2010-10-07) Customs clearance
It is the responsibility of the Offeror to allow sufficient time to obtain Customs clearance, where required, before the RFSO closing date and time. Delays related to the obtaining of Customs clearance cannot be construed as "undue delay in the mail" and will not be accepted as a delayed offer under section 07.
10 (2007-05-25) Legal capacity
The Offeror must have the legal capacity to contract. If the Offeror is a sole proprietorship, a partnership or a corporate body, the Offeror must provide, if requested by the Standing Offer Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to offerors submitting an offer as a joint venture.
11 (2007-11-30) Rights of Canada
Canada reserves the right to:
- reject any or all offers received in response to the RFSO;
- enter into negotiations with offerors on any or all aspects of their offers;
- authorize for utilization any offer in whole or in part without negotiations;
- cancel the RFSO at any time;
- reissue the RFSO;
- if no responsive offers are received and the requirement is not substantially modified, reissue the RFSO by inviting only the offerors who submitted an offer to resubmit offers within a period designated by Canada; and,
- negotiate with the sole responsive offeror to ensure best value to Canada.
12 (2014-09-25) Rejection of offer
- Canada may reject an offer where any of the following circumstances is present:
- the Offeror is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Offeror ineligible to submit an offer for the requirement;
- an employee, or subcontractor included as part of the offer, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to submit an offer for the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Offeror is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Offeror, any of its employees or any subcontractor included as part of the offer;
- evidence satisfactory to Canada that based on past conduct or behavior, the Offeror, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Offeror, any of its employees or any subcontractor included as part of the offer;
- Canada determines that the Offeror's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Offeror performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject an offer pursuant to a provision of subsection 1. (f), the Standing Offer Authority will so inform the Offeror and provide the Offeror 10 days within which to make representations, before making a final decision on the offer rejection.
- Canada reserves the right to apply additional scrutiny, in particular, when multiple offers are received in response to a request for standing offers from a single offeror or a joint venture. Canada reserves the right to:
- reject any or all of the offers submitted by a single offeror or joint venture if their inclusion in the evaluation has the effect of prejudicing the integrity and fairness of the process, or;
- reject any or all of the offers submitted by a single offeror or joint venture if their inclusion in the procurement process would distort the solicitation evaluation, and would cause a result that would not reasonably have been expected under prevailing market conditions and/or would not provide good value to Canada.
13 (2014-03-01) Communications—solicitation period
To ensure the integrity of the competitive RFSO process, enquiries and other communications regarding the RFSO must be directed only to the Standing Offer Authority identified in the RFSO. Failure to comply with this requirement may result in the offer being declared non-responsive.
To ensure consistency and quality of information provided to offerors, significant enquiries received and their replies will be posted on the Government Electronic Tendering Service (GETS). For further information, refer to subsection 3 of the Submission of offers section.
14 (2007-11-30) Price justification
In the event that the Offeror's offer is the sole responsive offer received, the Offeror must provide, on Canada's request, one or more of the following price justification:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
15 (2007-05-25) Offer costs
No payment will be made for costs incurred in the preparation and submission of an offer in response to the RFSO. Costs associated with preparing and submitting an offer, as well as any costs incurred by the Offeror associated with the evaluation of the offer, are the sole responsibility of the Offeror.
16 (2008-12-12) Conduct of evaluation
- In conducting its evaluation of the offers, Canada may, but will have no obligation to, do the following:
- seek clarification or verification from offerors regarding any or all information provided by them with respect to the RFSO;
- contact any or all references supplied by offerors to verify and validate any information submitted by them;
- request, before issuance of any standing offer, specific information with respect to offerors' legal status;
- conduct a survey of offerors' facilities and/or examine their technical, managerial, and financial capabilities to determine if they are adequate to meet the requirements of the RFSO;
- correct any error in the extended pricing of offers by using unit pricing and any error in quantities in offers to reflect the quantities stated in the RFSO; in the case of error in the extension of prices, the unit price will govern.
- verify any information provided by offerors through independent research, use of any government resources or by contacting third parties;
- interview, at the sole costs of offerors, any offeror and/or any or all of the resources proposed by offerors to fulfill the requirement of the RFSO.
- Offerors will have the number of days specified in the request by the Standing Offer Authority to comply with any request related to any of the above items. Failure to comply with the request may result in the offer being declared non-responsive.
17 (2022-12-01) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to submit an offer together on a requirement. Offerors who submit an offer as a joint venture must indicate clearly that it is a joint venture and provide the following information:
- the name of each member of the joint venture;
- the Procurement Business Number of each member of the joint venture;
- the name of the representative of the joint venture, i.e. the member chosen by the other members to act on their behalf, if applicable;
- the name of the joint venture, if applicable.
- If the information is not clearly provided in the offer, the Offeror must provide the information on request from the Standing Offer Authority.
- The offer and any resulting standing offer must be signed by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Standing Offer Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the RFSO and any resulting standing offer. If a standing offer is issued to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any contract resulting from a call-up against the standing offer.
18 (2012-03-02) Conflict of interest—unfair advantage
- In order to protect the integrity of the procurement process, offerors are advised that Canada may reject an offer in the following circumstances:
- if the Offeror, any of its subcontractors, any of their respective employees or former employees was involved in any manner in the preparation of the RFSO or in any situation of conflict of interest or appearance of conflict of interest;
- if the Offeror, any of its subcontractors, any of their respective employees or former employees had access to information related to the RFSO that was not available to other offerors and that would, in Canada's opinion, give or appear to give the Offeror an unfair advantage.
- The experience acquired by an offeror who is providing or has provided the goods and services described in the RFSO (or similar goods or services) will not, in itself, be considered by Canada as conferring an unfair advantage or creating a conflict of interest. This offeror remains however subject to the criteria established above.
- Where Canada intends to reject an offer under this section, the Standing Offer Authority will inform the Offeror and provide the Offeror an opportunity to make representations before making a final decision. Offerors who are in doubt about a particular situation should contact the Standing Offer Authority before the RFSO closing. By submitting an offer, the Offeror represents that it does not consider itself to be in conflict of interest nor to have an unfair advantage. The Offeror acknowledges that it is within Canada's sole discretion to determine whether a conflict of interest, unfair advantage or an appearance of conflict of interest or unfair advantage exists.
19 (2008-12-12) Entire requirement
The RFSO contains all the requirements relating to the request for offers. Any other information or documentation provided to or obtained by an offeror from any source are not relevant. Offerors should not assume that practices used under previous contracts will continue, unless they are described in the RFSO. Offerors should also not assume that their existing capabilities meet the requirements of the RFSO simply because they have met previous requirements.
20 (2017-04-27) Further information
- For further information, offerors may contact the Standing Offer Authority identified in the RFSO.
- For RFSOs issued out of PWGSC headquarters, enquiries concerning receipt of offers may be addressed to the Bid Receiving Unit, Procurement Operational Support Division, telephone 819-420-7200. For RFSOs issued out of PWGSC regional offices, enquiries concerning receipt of offers may be addressed to the Standing Offer Authority identified in the RFSO.
21 (2022-01-28) Code of Conduct for Procurement—offer
The Code of Conduct for Procurement provides that Offerors must respond to Requests for Standing Offers (RFSO) in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the RFSO and resulting contract, submit offers and enter into contracts only if they will fulfill all obligations of the Contract. By submitting an offer, the Offeror is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement, may render the offer non-responsive.
2022-12-01Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2022-03-29Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2020-05-28Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2019-03-04Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2018-05-22Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2017-04-27Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2016-04-04Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2015-07-03Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2014-09-25Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2014-06-26Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2014-03-01Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2013-06-01Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2013-03-21Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2013-01-28Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2012-11-19Superseded2006Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2012-07-11Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2012-03-02Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2011-05-16Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2010-10-07Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2010-08-16Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2010-01-11Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2008-12-12Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2008-05-12Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2007-11-30Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements
2007-05-25Superseded2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services
2006-08-15Cancelled2006ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services
2007
2022-01-28Active2007Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
Remarks – Recommended Use of SACC Item
Legal text for SACC item
- General information
- 01 Integrity provisions—offer
- 02 Procurement Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Offeror
- 05 Submission of an offer
- 06 Legal capacity
- 07 Rejection of offer
- 08 Price justification
- 09 Offer costs
- 10 Joint venture
- 11 Further information
- 12 Code of Conduct for Procurement—offer
General information
One method of supply used by Public Works and Government Services Canada (PWGSC) to satisfy the requirements of departments and agencies is to arrange with suppliers to submit a standing offer to provide goods, services or both during a specified period. Specific departments and agencies are then authorized by PWGSC to make call-ups against the standing offer detailing the exact quantities of goods or level of services they wish to order at a particular time, during the effective period of the standing offer in accordance with the predetermined conditions.
The quantity of goods, level of services and estimated expenditure specified in a Request for Standing Offer (RFSO) are only an approximation of requirements given in good faith. A RFSO does not commit PWGSC to authorize the utilization of a standing offer or to procure or contract for any goods, services or both. A standing offer is not a contract. The issuance by PWGSC of a Standing Offer and Call-up Authority to successful suppliers and to departments and agencies authorized to make call-ups does not constitute an agreement by Canada to order any or all of the goods, services or both offered. Departments and agencies may make one or several call-ups against a standing offer.
01 (2016-04-04) Integrity provisions—offer
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the Request for Standing Offers (RFSO) is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the RFSO. The Offeror must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to be issued or is suspended from being issued a standing offer and to enter into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the Request for Standing Offers, the Offeror must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its offer, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting an offer in response to this Request for Standing Offers, the Offeror certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Offeror or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its offer a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where an Offeror is unable to provide any of the certifications required by subsection 4, it must submit with its offer a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any offer in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after issuance of the Standing Offer that the Offeror provided a false or misleading certification or declaration, Canada may set aside the Standing Offer and terminate for default any resulting contracts. Pursuant to the Policy, Canada may also determine the Offeror to be ineligible for issuance of a standing offer for providing a false or misleading certification or declaration.
02 (2020-05-28) Procurement Business Number
Suppliers are required to have a Procurement Business Number (PBN) before issuance of a standing offer. Suppliers may register for a PBN on line at Supplier Registration Information.
03 (2013-01-28) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act (S.C. 1996, c. 16), the instructions, clauses and conditions identified in the RFSO, standing offer and resulting contract(s) by number, date and title are incorporated by reference into and form part of the RFSO, standing offer and resulting contract(s) as though expressly set out in the RFSO, the standing offer and the resulting contract(s).
04 (2007-11-30) Definition of Offeror
"Offeror" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting an offer to provide goods, services or both under a call-up resulting from a standing offer. It does not include the parent, subsidiaries or other affiliates of the Offeror, or its subcontractors.
05 (2010-10-07) Submission of an offer
- Canada requires that each offer, at closing date and time or upon request from the Standing Offer Authority, be signed by the Offeror or by an authorized representative of the Offeror. If an offer is submitted by a joint venture, it must be in accordance with section 10.
- The offer will be treated as confidential, subject to the provisions of the Access to Information Act (R.S., 1985, c. A-1), and the Privacy Act (R.S., 1985, c. P-21).
06 (2007-11-30) Legal capacity
The Offeror must have the legal capacity to contract. If the Offeror is a sole proprietorship, a partnership or a corporate body, the Offeror must provide, if requested by the Standing Offer Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to offerors submitting an offer as a joint venture.
07 (2014-09-25) Rejection of offer
- Canada may reject an offer where any of the following circumstances is present:
- the Offeror is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Offeror ineligible to submit an offer for the requirement;
- an employee, or subcontractor included as part of the offer, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to submit an offer for the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Offeror is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Offeror, any of its employees or any subcontractor included as part of the offer;
- evidence satisfactory to Canada that based on past conduct or behavior, the Offeror, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or prior transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Offeror, any of its employees or any subcontractor included as part of the offer;
- Canada determines that the Offeror's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Offeror performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of the requirement being bid on.
- Where Canada intends to reject an offer pursuant to a provision of subsection 1. (f), the Standing Offer Authority will so inform the Offeror and provide the Offeror 10 days within which to make representations, before making a final decision on the offer rejection.
08 (2007-11-30) Price justification
The Offeror must provide, on Canada's request, one or more of the following price justifications:
- a current published price list indicating the percentage discount available to Canada; or
- a copy of paid invoices for the like quality and quantity of the goods, services or both sold to other customers; or
- a price breakdown showing the cost of direct labour, direct materials, purchased items, engineering and plant overheads, general and administrative overhead, transportation, etc., and profit; or
- price or rate certifications; or
- any other supporting documentation as requested by Canada.
09 (2007-11-30) Offer costs
No payment will be made for costs incurred in the preparation and submission of an offer in response to the RFSO. Costs associated with preparing and submitting an offer are the sole responsibility of the Offeror.
10 (2007-11-30) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to submit an offer together on a requirement. Offerors who submit an offer as a joint venture must indicate clearly that it is a joint venture and provide the following information:
- the name of each member of the joint venture;
- the Procurement Business Number of each member of the joint venture;
- the name of the representative of the joint venture, i.e. the member chosen by the other members to act on their behalf, if applicable;
- the name of the joint venture, if applicable.
- If the information is not clearly provided in the offer, the Offeror must provide the information on request from the Standing Offer Authority.
- The offer and any resulting standing offer must be signed by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Standing Offer Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the RFSO and any resulting standing offer. If a standing offer is issued to a joint venture, all members of the joint venture will be jointly and severally or solidarily liable for the performance of any contract resulting from a call-up against the standing offer.
11 (2007-11-30) Further information
For further information, the Offeror may contact the Standing Offer Authority identified in the RFSO.
12 (2022-01-28) Code of Conduct for Procurement—offer
The Code of Conduct for Procurement provides that Offerors must respond to Requests for Standing Offers (RFSO) in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the RFSO and resulting contract, submit offers and enter into contracts only if they will fulfill all obligations of the Contract. By submitting an offer, the Offeror is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement, may render the offer non-responsive.
2020-05-28Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2016-04-04Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2015-07-03Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2015-07-03Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2014-09-25Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2014-06-26Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2014-03-01Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2013-03-21Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2013-01-28Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2012-11-19Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2012-07-11Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2012-03-02Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2011-05-16Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2010-10-07Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2010-08-16Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2008-12-12Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirements
2008-05-12Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirement
2007-11-30Superseded2007ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Non-competitive Requirement
2008
2023-06-08Active2008Standard Instructions - Request for Supply Arrangements - Goods or Services
Remarks – Recommended Use of SACC Item
Legal text for SACC item
- General information
- 01 Integrity provisions—arrangement
- 02 Procurement Business Number
- 03 Standard instructions, clauses and conditions
- 04 Definition of Supplier
- 05 Submission of arrangements
- 06 Late arrangements
- 07 Delayed arrangements
- 08 Transmission by facsimile or by Canada Post Corporation’s (CPC) Connect service
- 09 Customs clearance
- 10 Legal capacity
- 11 Rights of Canada
- 12 Rejection of arrangement
- 13 Communications—solicitation period
- 14 Arrangement costs
- 15 Conduct of evaluation
- 16 Joint venture
- 17 Conflict of interest—unfair advantage
- 18 Entire requirement
- 19 Further information
- 20 Code of Conduct for Procurement—arrangement
General information
A supply arrangement is a method of supply used by Public Works and Government Services Canada (PWGSC) to procure goods and services. A supply arrangement is an arrangement between Canada and pre-qualified suppliers that allows identified users to solicit bids from a pool of pre-qualified suppliers for specific requirements within the scope of a supply arrangement. A supply arrangement is not a contract for the provision of the goods and services described in it and neither party is legally bound as a result of signing a supply arrangement alone. The intent of a supply arrangement is to establish a framework to permit expeditious processing of individual bid solicitations which result in legally binding contracts for the goods and services described in those bid solicitations.
Except for those procurements where public advertising is not required or used, Requests for Supply Arrangements (RFSA) are posted on the Government Electronic Tendering Service (GETS) and suppliers who are interested in responding to individual bid solicitations issued under a supply arrangement framework are invited to submit an arrangement to become pre-qualified suppliers. The list of pre-qualified suppliers will be used as a source list for procurement within the scope of the supply arrangement and only suppliers who are pre-qualified at the time individual bid solicitations are issued will be eligible to bid. Supply arrangements include a set of predetermined conditions that will apply to subsequent bid solicitations and contracts. Supply arrangements may include ceiling prices which may be lowered based on an actual requirement or scope of work described in a bid solicitation.
01 (2016-04-04) Integrity provisions—arrangement
- The Ineligibility and Suspension Policy (the “Policy”) in effect on the date the Request for Supply Arrangements (RFSA) is issued, and all related Directives in effect on that date, are incorporated by reference into, and form a binding part of the RFSA. The Supplier must comply with the Policy and Directives, which can be found at Ineligibility and Suspension Policy.
- Under the Policy, charges and convictions of certain offences against a Supplier, its affiliates or first tier subcontractors, and other circumstances, will or may result in a determination by Public Works and Government Services Canada (PWGSC) that the Supplier is ineligible to be issued or is suspended from being issued a supply arrangement and to enter into a contract with Canada. The list of ineligible and suspended Suppliers is contained in PWGSC’s Integrity Database. The Policy describes how enquiries can be made regarding the ineligibility or suspension of Suppliers.
- In addition to all other information required in the Request for Supply Arrangements, the Supplier must provide the following:
- by the time stated in the Policy, all information required by the Policy described under the heading “Information to be Provided when Bidding, Contracting or Entering into a Real Property Agreement”; and
- with its arrangement, a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy. The list of foreign criminal charges and convictions must be submitted using an Integrity Declaration Form, which can be found at Declaration form for procurement.
- Subject to subsection 5, by submitting an arrangement in response to this Request for Supply Arrangements, the Supplier certifies that:
- it has read and understands the Ineligibility and Suspension Policy;
- it understands that certain domestic and foreign criminal charges and convictions, and other circumstances, as described in the Policy, will or may result in a determination of ineligibility or suspension under the Policy;
- it is aware that Canada may request additional information, certifications, and validations from the Supplier or a third party for purposes of making a determination of ineligibility or suspension;
- it has provided with its arrangement a complete list of all foreign criminal charges and convictions pertaining to itself, its affiliates and its proposed first tier subcontractors that, to the best of its knowledge and belief, may be similar to one of the listed offences in the Policy;
- none of the domestic criminal offences, and other circumstances, described in the Policy that will or may result in a determination of ineligibility or suspension, apply to it, its affiliates and its proposed first tier subcontractors; and
- it is not aware of a determination of ineligibility or suspension issued by PWGSC that applies to it.
- Where a Supplier is unable to provide any of the certifications required by subsection 4, it must submit with its arrangement a completed Integrity Declaration Form, which can be found at Declaration form for procurement.
- Canada will declare non-responsive any arrangement in respect of which the information requested is incomplete or inaccurate, or in respect of which the information contained in a certification or declaration is found by Canada to be false or misleading in any respect. If Canada establishes after issuance of the Supply Arrangement (SA) that the Supplier provided a false or misleading certification or declaration, Canada may cancel the SA and terminate for default any resulting contracts. Pursuant to the Policy, Canada may also determine the Supplier to be ineligible for issuance of a supply arrangement for providing a false or misleading certification or declaration.
02 (2020-05-28) Procurement Business Number
Suppliers are required to have a Procurement Business Number (PBN) before issuance of a supply arrangement. Suppliers may register for a PBN on line at Supplier Registration Information.
03 (2008-05-12) Standard instructions, clauses and conditions
Pursuant to the Department of Public Works and Government Services Act (S.C. 1996, c. 16), the instructions, clauses and conditions identified in the RFSA and resulting supply arrangement by number, date and title are incorporated by reference into and form part of the RFSA and resulting supply arrangement as though expressly set out in the RFSA and resulting supply arrangement.
04 (2008-12-12) Definition of Supplier
"Supplier" means the person or entity (or, in the case of a joint venture, the persons or entities) submitting an arrangement. It does not include the parent, subsidiaries or other affiliates of the Supplier, or its subcontractors.
05 (2018-05-22) Submission of arrangements
- Canada requires that each arrangement, at RFSA closing date and time or upon request from the Supply Arrangement Authority, be signed by the Supplier or by an authorized representative of the Supplier. If an arrangement is submitted by a joint venture, it must be in accordance with section 16.
- It is the Supplier's responsibility to:
- obtain clarification of the requirements contained in the RFSA, if necessary, before submitting an arrangement;
- prepare the arrangement in accordance with the instructions contained in the RFSA;
- submit by the RFSA closing date and time a complete arrangement;
- send its arrangement only to the specified Bid Receiving Unit of Public Works and Government Services Canada (PWGSC) specified in the RFSA or, to the address specified in the RFSA, as applicable;
- ensure that the Supplier's name, return address, RFSA number, and RFSA closing date and time are clearly visible on the arrangement; and,
- provide a comprehensible and sufficiently detailed arrangement, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the RFSA.
- Canada will make available Notices of Proposed Procurement (NPP), RFSA's and related documents for download through the Government Electronic Tendering Service (GETS). Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, RFSA or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Supplier to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Supplier's part nor for notification services offered by a third party.
- Arrangements will remain open for acceptance for a period of not less than 60 days from the closing date of the RFSA, unless specified otherwise in the RFSA. Canada reserves the right to seek an extension of the arrangement validity period from all responsive suppliers in writing, within a minimum of 3 days before the end of the arrangement validity period. If the extension is accepted by all responsive suppliers, Canada will continue with the evaluation of the arrangements. If the extension is not accepted by all responsive suppliers, Canada will, at its sole discretion, either continue with the evaluation of the arrangements of those who have accepted the extension or cancel the RFSA.
- Arrangements and supporting information may be submitted in either English or French.
- Arrangements received on or before the stipulated RFSA closing date and time will become the property of Canada and will not be returned. All arrangements will be treated as confidential, subject to the provisions of the Access to Information Act (R.S., 1985, c. A-1), and the Privacy Act (R.S., 1985, c. P-21).
- Unless specified otherwise in the RFSA, Canada will evaluate only the documentation provided with the arrangement. Canada will not evaluate information such as references to Web site addresses where additional information can be found, or technical manuals or brochures not submitted with the arrangement.
- An arrangement cannot be assigned or transferred in whole or in part.
06 (2022-03-29) Late arrangements
PWGSC will return or delete arrangements delivered after the stipulated RFSA closing date and time, unless they qualify as a delayed arrangement as described in section 07.
For late arrangements submitted using means other than the Canada Post Corporation's Connect service, the physical arrangement will be returned.
For arrangements submitted electronically, the late arrangements will be deleted. As an example, arrangements submitted using Canada Post Corporation's Connect service, conversations initiated by the Bid Receiving Unit via the CPC Connect service pertaining to a late arrangement will be deleted. Records will be kept documenting the transaction history of all late arrangements submitted using CPC Connect service.
07 (2022-03-29) Delayed arrangements
- An arrangement delivered to the specified Bid Receiving Unit after the RFSA closing date and time but before the supply arrangement issuance date may be considered, provided the supplier can prove the delay is due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). Private courier (Purolator Inc., Fedex Inc., etc.) is not considered to be part of CPC for the purposes of delayed arrangements.
- The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are:
- a CPC cancellation date stamp;
- a CPC Priority Courier bill of lading;
- a CPC Xpresspost label;
that clearly indicates that the arrangement was sent before the RFSA closing date.
- The only piece of evidence relating to a delay in the CPC Connect service provided by CPC system that is acceptable to PWGSC is a CPC Connect service date and time record indicated in the CPC Connect conversation history that clearly indicates that the arrangement was sent before the RFSA closing date and time.
- Misrouting, traffic volume, weather disturbances, labour disputes or any other causes for the late delivery of arrangements are not acceptable reasons for the arrangement to be accepted by PWGSC.
- Postage meter imprints, whether imprinted by the Supplier, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing.
08 (2023-06-08) Transmission by facsimile or by Canada Post Corporation’s (CPC) Connect service
- Facsimile
- Unless specified otherwise in the RFSA, arrangements may be submitted by facsimile.
- PWGSC, National Capital Region: The only acceptable facsimile number for responses to RFSAs issued by PWGSC headquarters is 819-997-9776 or, if applicable, the facsimile number identified in the RFSA.
- PWGSC regional offices: The facsimile number for responses to RFSAs issued by PWGSC regional offices is identified in the RFSA.
- For arrangements transmitted by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed arrangement including, but not limited to, the following:
- receipt of garbled, corrupted or incomplete arrangement;
- availability or condition of the receiving facsimile equipment;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the arrangement;
- failure of the Supplier to properly identify the arrangement;
- illegibility of the arrangement; or
- security of arrangement data.
- An arrangement transmitted by facsimile will constitute the formal arrangement of the Supplier and must be submitted in accordance with section 05.
- Canada Post Corporation’s (CPC) Connect service
- Unless specified otherwise in the RFSA, arrangements may be submitted by using the Connect service provided by Canada Post Corporation.
- PWGSC, National Capital Region: The only acceptable email address to use with CPC Connect for responses to RFSAs issued by PWGSC headquarters is: tpsgc.pareceptiondessoumissions-apbidreceiving.pwgsc@tpsgc-pwgsc.gc.ca, or if applicable, the email address identified in the RFSA.
- PWGSC regional offices: The only acceptable email address to use with CPC Connect for responses to RFSAs issued by PWGSC regional offices is identified in the RFSA.
- To submit an arrangement using CPC Connect service, the Supplier must either:
- send directly its arrangement only to specified PWGSC Bid Receiving Unit using its own licensing agreement for CPC Connect provided by Canada Post Corporation; or
- send as early as possible, and in any case, at least six business days prior to the RFSA closing date and time, (in order to ensure a response), an email that includes the RFSA number to the specified PWGSC Bid Receiving Unit requesting to open a CPC Connect conversation. Requests to open a CPC Connect conversation received after that time may not be answered.
- If the Supplier sends an email requesting CPC Connect service to the specified Bid Receiving Unit in the RFSA, an officer of the Bid Receiving Unit will then initiate a CPC Connect conversation. The CPC Connect conversation will create an email notification from Canada Post Corporation prompting the Supplier to access and action the message within the conversation. The Supplier will then be able to transmit its arrangement afterward at any time prior to the RFSA closing date and time.
- If the Supplier is using its own licensing agreement to send its arrangement, the Supplier must keep the CPC Connect conversation open until at least 30 business days after the RFSA closing date and time
- The RFSA number should be identified in the CPC Connect message field of all electronic transfers.
- It should be noted that the use of CPC Connect service requires a Canadian mailing address. Should a supplier not have a Canadian mailing address, they may use the Bid Receiving Unit address specified in the RFSA in order to register for the CPC Connect service.
- For arrangements transmitted by CPC Connect service, Canada will not be responsible for any failure attributable to the transmission or receipt of the arrangement including, but not limited to, the following:
- receipt of garbled, corrupted or incomplete arrangement;
- availability or condition of the CPC Connect service;
- incompatibility between the sending and receiving equipment;
- delay in transmission or receipt of the arrangement;
- failure of the Supplier to properly identify the arrangement;
- illegibility of the arrangement;
- security of arrangement data; or
- inability to create an electronic conversation through the CPC Connect service.
- The Bid Receiving Unit will send an acknowledgement of the receipt of arrangement document(s) via the CPC Connect conversation, regardless of whether the conversation was initiated by the supplier using its own license or the Bid Receiving Unit. This acknowledgement will confirm only the receipt of arrangement document(s) and will not confirm if the attachments may be opened nor if the content is readable.
- Suppliers must ensure that that they are using the correct email address for the Bid Receiving Unit when initiating a conversation in CPC Connect or communicating with the Bid Receiving Unit and should not rely on the accuracy of copying and pasting the email address into the CPC Connect system.
- An arrangement transmitted by CPC Connect service constitutes the formal arrangement of the Supplier and must be submitted in accordance with section 05.
09 (2010-10-07) Customs clearance
It is the responsibility of the Supplier to allow sufficient time to obtain Customs clearance, where required, before the RFSA closing date and time. Delays related to the obtaining of customs clearance cannot be construed as "undue delay in the mail" and will not be accepted as a delayed arrangement under section 07.
10 (2008-05-12) Legal capacity
The Supplier must have the legal capacity to contract. If the Supplier is a sole proprietorship, a partnership or a corporate body, the Supplier must provide, if requested by the Supply Arrangement Authority, a statement and any requested supporting documentation indicating the laws under which it is registered or incorporated together with the registered or corporate name and place of business. This also applies to suppliers submitting an arrangement as a joint venture.
11 (2008-12-12) Rights of Canada
Canada reserves the right to:
- reject any or all arrangements received in response to the RFSA;
- cancel the RFSA at any time;
- reissue the RFSA;
- if no responsive arrangements are received and the requirement is not substantially modified, reissue the RFSA by inviting only the suppliers who submitted an arrangement to resubmit arrangements within a period designated by Canada; and
- issue RFSAs and supply arrangements to suppliers who qualify throughout the entire period of the supply arrangement.
12 (2014-09-25) Rejection of arrangement
- Canada may reject an arrangement where any of the following circumstances is present:
- the Supplier is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which renders the Supplier ineligible to submit an arrangement for the requirement;
- an employee, or subcontractor included as part of the arrangement, is subject to a Vendor Performance Corrective Measure, under the Vendor Performance Corrective Measure Policy, which would render that employee or subcontractor ineligible to submit an arrangement for the requirement, or the portion of the requirement the employee or subcontractor is to perform;
- the Supplier is bankrupt or where, for whatever reason, its activities are rendered inoperable for an extended period;
- evidence, satisfactory to Canada, of fraud, bribery, fraudulent misrepresentation or failure to comply with any law protecting individuals against any manner of discrimination, has been received with respect to the Supplier, any of its employees or any subcontractor included as part of the arrangement;
- evidence satisfactory to Canada that based on past conduct or behavior, the Supplier, a subcontractor or a person who is to perform the Work is unsuitable or has conducted himself/herself improperly;
- with respect to current or previous transactions with the Government of Canada:
- Canada has exercised its contractual remedies of suspension or termination for default with respect to a contract with the Supplier, any of its employees or any subcontractor included as part of the arrangement;
- Canada determines that the Supplier's performance on other contracts, including the efficiency and workmanship as well as the extent to which the Supplier performed the Work in accordance with contractual clauses and conditions, is sufficiently poor to jeopardize the successful completion of any requirement to be bid on.
- Where Canada intends to reject an arrangement pursuant to a provision of subsection 1. (f), the Supply Arrangement Authority will so inform the Supplier and provide the Supplier 10 days within which to make representations, before making a final decision on the arrangement rejection.
- Canada reserves the right to apply additional scrutiny, in particular, when multiple arrangements are received in response to a request for supply arrangements from a single supplier or a joint venture. Canada reserves the right to:
- reject any or all of the arrangements submitted by a single supplier or joint venture if their inclusion in the evaluation has the effect of prejudicing the integrity and fairness of the process, or;
- reject any or all of the arrangements submitted by a single supplier or joint venture if their inclusion in the procurement process would distort the solicitation evaluation, and would cause a result that would not reasonably have been expected under prevailing market conditions and/or would not provide good value to Canada.
13 (2014-03-01) Communications—solicitation period
To ensure the integrity of the competitive RFSA process, enquiries and other communications regarding the RFSA must be directed only to the Supply Arrangement Authority identified in the RFSA. Failure to comply with this requirement may result in the arrangement being declared non-responsive.
To ensure consistency and quality of information provided to suppliers, significant enquiries received and their replies will be posted on the Government Electronic Tendering Service (GETS). For further information, refer to subsection 3 of the submission of bids section.
14 (2008-05-12) Arrangement costs
No payment will be made for costs incurred in the preparation and submission of an arrangement in response to the RFSA. Costs associated with preparing and submitting an arrangement as well as any costs incurred by the Supplier associated with the evaluation of the arrangement, are the sole responsibility of the Supplier.
15 (2008-12-12) Conduct of evaluation
- In conducting its evaluation of the arrangements, Canada may, but will have no obligation to, do the following:
- seek clarification or verification from suppliers regarding any or all information provided by them with respect to the RFSA;
- contact any or all references supplied by suppliers to verify and validate any information submitted by them;
- request, before issuance of any supply arrangement, specific information with respect to suppliers' legal status;
- conduct a survey of suppliers' facilities and/or examine their technical, managerial, and financial capabilities to determine if they are adequate to meet the requirements of the RFSA;
- verify any information provided by suppliers through independent research, use of any government resources or by contacting third parties;
- interview, at the sole costs of suppliers, any supplier and/or any or all of the resources proposed by suppliers to fulfill the requirement of the RFSA.
- Suppliers will have the number of days specified in the request by the Supply Arrangement Authority to comply with any request related to any of the above items. Failure to comply with the request may result in the arrangement being declared non-responsive.
16 (2012-03-02) Joint venture
- A joint venture is an association of two or more parties who combine their money, property, knowledge, expertise or other resources in a single joint business enterprise, sometimes referred as a consortium, to submit an arrangement together on a requirement. Suppliers who submit an arrangement as a joint venture must indicate clearly that it is a joint venture and provide the following information:
- the name of each member of the joint venture;
- the Procurement Business Number of each member of the joint venture;
- the name of the representative of the joint venture, i.e. the member chosen by the other members to act on their behalf, if applicable;
- the name of the joint venture, if applicable.
- If the information is not clearly provided in the arrangement, the Supplier must provide the information on request from the Supply Arrangement Authority.
- The arrangement must be signed by all the members of the joint venture unless one member has been appointed to act on behalf of all members of the joint venture. The Supply Arrangement Authority may, at any time, require each member of the joint venture to confirm that the representative has been appointed with full authority to act as its representative for the purposes of the RFSA and any resulting supply arrangement.
17 (2012-03-02) Conflict of interest—unfair advantage
- In order to protect the integrity of the procurement process, suppliers are advised that Canada may reject an arrangement in the following circumstances:
- if the Supplier, any of its subcontractors, any of their respective employees or former employees was involved in any manner in the preparation of the RFSA or in any situation of conflict of interest or appearance of conflict of interest;
- if the Supplier, any of its subcontractors, any of their respective employees or former employees had access to information related to the RFSA that was not available to other suppliers and that would, in Canada's opinion, give or appear to give the Supplier an unfair advantage.
- The experience acquired by a supplier who is providing or has provided the goods and services described in the RFSA (or similar goods or services) will not, in itself, be considered by Canada as conferring an unfair advantage or creating a conflict of interest. This supplier remains however subject to the criteria established above.
- Where Canada intends to reject an arrangement under this section, the Supply Arrangement Authority will inform the Supplier and provide the Supplier an opportunity to make representations before making a final decision. Suppliers who are in doubt about a particular situation should contact the Supply Arrangement Authority before the RFSA closing date. By submitting an arrangement, the Supplier represents that it does not consider itself to be in conflict of interest nor to have an unfair advantage. The Supplier acknowledges that it is within Canada's sole discretion to determine whether a conflict of interest, unfair advantage or an appearance of conflict of interest or unfair advantage exists.
18 (2008-12-12) Entire requirement
The RFSA contains all the requirements relating to the request for arrangements. Any other information or documentation provided to or obtained by a supplier from any source are not relevant. Suppliers should not assume that practices used under previous contracts will continue, unless they are described in the RFSA. Suppliers should also not assume that their existing capabilities meet the requirements of the RFSA simply because they have met previous requirements.
19 (2017-04-27) Further information
- For further information, suppliers may contact the Supply Arrangement Authority identified in the RFSA.
- For RFSAs issued out of PWGSC headquarters, enquiries concerning receipt of arrangements may be addressed to the Bid Receiving Unit, Procurement Operational Support Division, telephone 819-420-7200. For RFSAs issued out of PWGSC regional offices, enquiries concerning receipt of offers may be addressed to the Supply Arrangement Authority identified in the RFSA.
20 (2022-01-28) Code of Conduct for Procurement—arrangement
The Code of Conduct for Procurement provides that Suppliers must respond to Requests for Supply Arrangements (RFSA) in an honest, fair and comprehensive manner, accurately reflect their capacity to satisfy the requirements set out in the RFSA and resulting supply arrangement, submit bids and enter into contracts only if they will fulfill all obligations of the Contract. By submitting an arrangement, the Supplier is certifying that it is complying with the Code of Conduct for Procurement. Failure to comply with the Code of Conduct for Procurement, may render the arrangement non-responsive.
2022-03-29Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2020-05-28Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2019-03-04Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2018-05-22Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2017-04-27Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2016-04-04Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2015-07-03Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2014-09-25Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2014-06-26Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2014-03-01Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2013-06-01Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2013-03-21Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2012-11-19Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2012-07-11Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2012-03-02Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2011-05-16Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2010-10-07Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2010-08-16Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2010-01-11Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2008-12-12Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
2008-05-12Superseded2008ARCHIVED Standard Instructions - Request for Supply Arrangements - Goods or Services
9215
1993-10-29Cancelled9215ARCHIVED Notice to Suppliers
Remarks – Recommended Use of SACC Item
Legal text for SACC item
1. Bidder's Responsibility The bidder has the sole responsibility for the timely receipt of a bid by the Department of Supply and Services (DSS). The bidder cannot transfer such responsibility to the government. Bids are to be directed only to the bid receiving address specified in the bid solicitation document. DSS will not assume responsibility for bids directed to any other location by any other method of communication than those described in this notice. 2. Late Bids It is DSS policy to return, unopened, bids received after the stipulated bid closing date and time, unless they qualify under the Delayed Bid Policy as described below. 3. Delayed Bids A bid received after the closing date and time but before the contract award date may be considered provided the delay can be proven to have been due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country) or to incorrect handling by DSS. The only piece of evidence relating to a delay in the CPC system that is acceptable to DSS is a CPC cancellation date stamp that clearly indicates that the bid was mailed prior to the bid closing date. Example: If the bid closing date was May 15, 1993, then the CPC cancellation date stamp should read no later than May 14, 1993, to be accepted. Please request the postal employee to date-stamp your envelope. For electronically transmitted responses, only the date and the time of receipt recorded by Communications Centre at the numbers stated below will be accepted as evidence of a delayed bid. 4. Postage Meters Postage meter imprints, whether imprinted by the supplier, the Canada Post Corporation or the postal authority outside Canada, are not acceptable as proof of timely mailing. It should be noted that CPC does not normally apply a cancellation date stamp to metered mail; this is usually done only when postage stamps are used. 5. Electronically Transmitted Responses: Telex, Facsimile and Commercial Telegram If you are in doubt that your bid will be received on time at the specific location designated for the receipt of the bid, you may use a telex, a facsimile or a commercial telegram, unless otherwise instructed in the bid solicitation package.* The only acceptable telex and facsimile numbers for responses to bid solicitations issued by DSS headquarters directorates are: Telex Number: DSS Hull 053-3703 Facsimile Numbers: (819) 997-9776 (819) 994-0080 Telex and facsimile numbers for responses to solicitations issued by DSS regional offices are identified on the front page of the bid solicitation document. Bids submitted by electronic means must contain: - the bid reference number; - the closing date and time; - sufficient data to allow evaluation, such as unit prices, sales tax, duty, cash discount terms, technical data (where applicable) and any deviation(s) from the bid document. * Due to the volume of technical material required for some bids, certain solicitation documents may specify that electronic submissions are not acceptable (e.g. science solicitations). Bids submitted by facsimile can contain only the front page of the bid and those pages which contain the above-mentioned information. A response sent by electronic means must be confirmed immediately by the bidder, in writing, and must conform to the instructions stipulated in the Bid Solicitation Package. Only incorrect handling by DSS will excuse the delay of electronically transmitted responses. Misrouting, traffic volume, weather disturbances, or any other causes for the late receipt of electronically submitted responses are not acceptable to DSS. 6. Customs Clearance It is the responsibility of the bidder to allow sufficient time to obtain customs clearance, where required, before the scheduled bid closing date and time. Delays related to the obtaining of customs clearance cannot be construed as "undue delay in the mail" and will not be accepted under the Delayed Bid Policy. 7. For further information, please contact: Supply and Services Canada Statistical Information and Data Management Branch Bid Receiving Unit 11 Laurier Street, Place du Portage, Phase III Main Lobby OA1 Hull, Quebec K1A 1C9 Telephone: (819) 956-3370, Bid Receiving Information OR The DSS regional office indicated on the front page of the bid solicitation document.
1992-08-01Superseded9215ARCHIVED Notice to Suppliers
1992-04-01Superseded9215ARCHIVED Notice to Suppliers
9403
2004-12-10Cancelled9403ARCHIVED Standard Instructions and Conditions
Remarks – Recommended Use of SACC Item
Legal text for SACC item
A. INSTRUCTIONS (APPLICABLE TO BID SOLICITATION) 1. Submission of Bids (1) It is the Bidder's responsibility to: (a) return a signed original of the bid solicitation, duly completed, IN THE FORMAT REQUESTED; (b) direct its bid ONLY to the Bid Receiving address specified; (c) ensure that the Bidder's name, the bid solicitation reference number, and bid solicitation closing date and time are clearly visible; (d) provide a comprehensive and sufficiently detailed bid, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the bid solicitation. Timely and correct delivery of bids to the specified bid delivery address is the sole responsibility of the Bidder. Public Works and Government Services Canada (PWGSC) will not assume or have transferred to it those responsibilities. All risks and consequences of incorrect delivery of bids are the responsibility of the Bidder. (2) Bids may be accepted in whole or in part. The lowest or any bid will not necessarily be accepted. In the case of error in the extension of prices, the unit price will govern. Canada may enter into contract without negotiation. (3) Bids will remain open for acceptance for a period of not less than sixty (60) days from the closing date of the bid solicitation, unless otherwise indicated by Canada in such bid solicitation. Notwithstanding the bid validity period stipulated in this solicitation, Canada reserves the right to seek an extension from all responsive bidders, within a minimum of three (3) days prior to the end of such period. Bidders shall have the option to either accept or reject the extension. If the extension referred to above is accepted, in writing, by all those who submitted responsive bids, then Canada shall continue immediately with the evaluation of the bids and its approval processes. If the extension referred to above is not accepted, in writing, by all those who submitted responsive bids then Canada shall, at its sole discretion, either: (a) continue to evaluate the responsive bids of those who have accepted the extension and seek the necessary approvals; or (b) cancel the solicitation; or (c) cancel and reissue the solicitation. (4) While Canada may enter into contract without negotiation, Canada reserves the right to negotiate with bidders on any procurement. (5) Bid documents and supporting information may be submitted in either English or French. (6) Bids received on or before the stipulated bid solicitation closing date and time will become the property of Canada and will not be returned. All bids will be treated as CONFIDENTIAL, subject to the provisions of the Access to Information Act and the Privacy Act. 2. Late Bids It is PWGSC's policy to return, unopened, bids delivered after the stipulated bid solicitation closing date and time, unless they qualify as a delayed bid as described below. 3. Delayed Bids (1) A bid delivered to the specified Bid Receiving area after the closing date and time but before the contract award date may be considered, provided the delay can be proven to have been due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are: (a) a CPC cancellation date stamp; (b) a CPC Priority Courier Bill of Lading; and (c) a CPC Xpresspost Label, that clearly indicate that the bid was mailed prior to the bid closing date. Example: If the bid closing date was May 15, 1995, then the CPC cancellation date stamp should read no later than May 14, 1995, to be accepted. (2) Please request the postal employee to date-stamp your envelope. (3) For bids transmitted by facsimile, only the date and the time of receipt recorded by PWGSC at the Bid Receiving number stated in the bid solicitation will be accepted as evidence of a delayed bid. (4) Misrouting, traffic volume, weather disturbances, or any other causes for the late delivery of bids are not acceptable reasons for the bid to be accepted by PWGSC. 4. Postage Meters Postage meter imprints, whether imprinted by the Supplier, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing. It should be noted that CPC does not normally apply a cancellation date stamp to metered mail; this is usually done only when postage stamps are used. 5. Responses Transmitted by Facsimile (1) If you are in doubt that your bid will be delivered on time at the specific location designated for the receipt of the bid, you may use a facsimile, unless otherwise instructed in the bid solicitation. NOTE: Due to the volume of technical material required for some bids, certain bid solicitations may specify that submissions by facsimile are not acceptable (e.g. science solicitations). (2) Unless otherwise instructed in the bid solicitation, the only acceptable facsimile number for responses to bid solicitations issued by PWGSC headquarters sectors is (819) 997-9776. (3) The facsimile number for responses to bid solicitations issued by PWGSC regional offices is identified on the front page of the bid solicitation. If the bidder chooses to submit a bid by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed bid including, but not limited to the following: (a) receipt of garbled or incomplete bid; (b) availability or condition of the receiving facsimile equipment; (c) incompatibility between the sending and receiving equipment; (d) delay in transmission or receipt of the bid; (e) failure of the Bidder to properly identify the bid; (f) illegibility of the bid; or (g) security of bid data. (4) Bids submitted by facsimile will constitute your formal bid and must contain: (a) the bid reference number; (b) the closing date and time; (c) sufficient data to allow evaluation, such as unit prices, country of currency in the event that the bid is submitted in a foreign currency, sales tax, duty, technical data (where applicable) and any deviation(s) from the bid solicitation document. (5) For responses transmitted by facsimile, written confirmation is required within two (2) working days after bid closing, unless otherwise specified in this solicitation. All documents confirming bids should bear the word "CONFIRMATION". 6. Customs Clearance It is the responsibility of the Bidder to allow sufficient time to obtain customs clearance, where required, before the scheduled bid closing date and time. Delays related to the obtaining of customs clearance cannot be construed as "undue delay in the mail" and will not be accepted under the Late Bids Policy. 7. Further Information (1) For further information, please contact the Contracting Authority identified on page one of the bid solicitation. (2) For bid solicitations issued out of PWGSC headquarters, enquiries concerning receipt of bids may be addressed to the Bid Receiving Unit, Procurement Operational Support Division, telephone (819) 956-3370. 8. Identity or Legal Capacity of Bidder In order to establish the legal capacity under which a bidder proposes to enter into the Contract, any bidder who carries on business in other than its own personal name shall, if requested by the Contracting Authority, provide proof of the legal capacity under which it carries on business to the Contracting Authority prior to contract award. Such proof may be in the form of a copy of the articles of incorporation or of the registration of the business name of a sole proprietor, of a trade name, of a partnership, etc. B. CONDITIONS (APPLICABLE TO RESULTING CONTRACT) 1. Municipal Taxes Municipal taxes are not applicable. 2. Provincial Taxes (1) Excluding legislated exceptions (see subsection (5) below), federal government departments and agencies are not required to pay any ad valorem sales tax levied by the province in which the taxable goods or services are delivered. This exemption has been provided to federal government departments and agencies under the authority of one of the following: (a) Provincial Sales Tax (PST) Exemption Licence Numbers, for the provinces of: Prince Edward Island OP-10000-250 Ontario 11708174G Manitoba 390-516-0 British Columbia R005521 (b) An Exemption Certification, for Quebec, Saskatchewan, the Yukon Territory, the Northwest Territories and Nunavut, which certifies that the property and/or services ordered/purchased hereby are for the use of, and are being purchased by the federal government with Canada funds, and are therefore not subject to provincial/territorial sales and consumption taxes. (2) Currently, in Alberta, the Yukon Territory, the Northwest Territories and Nunavut, there is no general PST. However, should a PST be introduced in the Northwest Territories, Nunavut, or Yukon Territory, the sales tax exemption certificate would be required on purchase orders or other purchasing documents. (3) Federal departments are required to pay the Harmonized Sales Tax (HST) in the participating provinces of Newfoundland and Labrador, Nova Scotia and New Brunswick. (4) The Contractor is not exempt from paying PST under the above Exemption Licence Numbers or Exemption Certification. The Contractor is required to pay the PST on taxable goods or services used or consumed in the performance of the Contract (as per appropriate provincial legislation), including material incorporated into real property. (5) Exceptions The following exceptions are provided as examples and may not represent a complete list of all exceptions under the law: (a) tobacco products subject to tobacco taxes (except in Alberta); (b) petroleum products subject to gasoline and motive fuel taxes; (c) vehicle registration fees (except in Alberta, Northwest Territories, Nunavut and Yukon Territory); (d) amusement/admission (Nova Scotia and New Brunswick); (e) insurance premiums (Quebec); (f) tires/batteries subject to environmental levies; and (g) transient living accommodation subject to hotel room taxes (British Columbia). 3. Condition of Material Unless otherwise specified elsewhere in the Contract, materiel supplied shall be new and conform to the latest issue of the applicable drawing, specification and/or part number that is in effect on the solicitation closing date. 4. Labour and Health Conditions The Contractor shall comply with all labour and health conditions applicable to the Work. 5. Transportation Charges If transportation charges are payable by Canada under the terms of the Contract, shipments are to be made by the most direct and economical means consistent with normal shipping practice, unless otherwise directed (as in the case when transportation costs are part of the unit price). They are to be shown as a separate item on the invoice. 6. Valuation The federal government's policy of underwriting its own risks precludes payment of any excess valuation and/or transportation charges beyond the specified FOB point (the point at which title of goods passes to the federal government). Goods will be covered to the carrier's maximum liability and value will be declared only when additional costs will not be incurred. 7. Foreign Shipments Goods shipped into Canada from another country are to be consigned to destination, in bond, unless otherwise directed. 8. Bill of Lading The transportation bill of lading must accompany the original invoice, except for "collect" shipments (if and when stipulated), in which event it shall accompany the shipment; in addition, a packing slip must accompany each shipment, showing item, quantity, part or reference numbers, description of supplies and contract reference numbers, including the Client Reference Number (CRN) and Procurement Business Number (PBN). If the supplies have been inspected at the Contractor's plant, the signed inspection voucher must be attached to the packing slip normally enclosed in the packing note envelope. 9. Invoice Submission Invoices shall be submitted in the name of the Contractor and shall not be submitted prior to the delivery of supplies or the performance of the services. They must show the name and address of the consignee, together with date, method of shipment, the case numbers if applicable, item, quantity, unit of issue, unit price, additional charges if applicable, and the Goods and Services Tax or the Harmonized Sales Tax if applicable, part or reference numbers, description of supplies as shown in the Contract, Contract number, requisition number, CRN, PBN and financial code(s). Separate invoices must be submitted for each shipment and must apply to one contract only. Each invoice must indicate whether it covers partial or final shipment. 10. Inspection and Acceptance The goods/services are subject to inspection and acceptance by consignee at destination, unless otherwise indicated in the contractual document. 11. Standard Clauses, Conditions and Instruction Sets Any standard clause, and any condition or instruction set, used or referenced in a bid solicitation or contract may be updated from time to time. When this happens, the version used in an already-issued document will remain in effect in that document, unless the updated version is legally incorporated.
2004-05-14Cancelled9403ARCHIVED Standard Instructions and Conditions
2003-12-12Cancelled9403ARCHIVED Standard Instructions and Conditions
2003-05-30Cancelled9403ARCHIVED Standard Instructions and Conditions
2002-12-13Cancelled9403ARCHIVED Standard Instructions and Conditions
2002-05-24Cancelled9403ARCHIVED Standard Instructions and Conditions
2000-05-12Cancelled9403ARCHIVED Standard Instructions and Conditions
1999-06-21Cancelled9403ARCHIVED Standard Instructions and Conditions
1998-06-15Cancelled9403ARCHIVED Standard Instructions and Conditions
1997-09-15Cancelled9403ARCHIVED Standard Instructions and Conditions
1997-02-03Cancelled9403ARCHIVED Standard Instructions and Conditions
1996-10-30Cancelled9403ARCHIVED Standard Instructions and Conditions
1996-05-01Cancelled9403ARCHIVED Standard Instructions and Conditions
1994-06-01Cancelled9403ARCHIVED Standard Instructions and Conditions
1993-10-29Cancelled9403ARCHIVED Standard Instructions and Conditions
1992-12-01Cancelled9403ARCHIVED Standard Instructions and Conditions
1992-08-01Cancelled9403ARCHIVED Standard Instructions and Conditions
1992-04-29Cancelled9403ARCHIVED Standard Instructions and Conditions
9403-2
1996-10-30Cancelled9403-2ARCHIVED Termination for Convenience
Remarks – Recommended Use of SACC Item
Legal text for SACC item
1. Cease all work under the Contract in accordance with and to the extent specified in the Notice of Termination. Read carefully the termination clause in your Contract. 2. Immediate steps are to be taken to terminate or reduce any subcontracts or orders to suppliers for materials and parts, this to the extent necessary to give effect to this Notice of Termination of Contract. 3. A list showing the names of all subcontractors and suppliers whose contracts or orders have been terminated pursuant to this Notice is to be forwarded immediately to the responsible Department of Public Works and Government Services (DPWGS) Contracting Officer. Opposite the name and address of each subcontractor is to be shown the Contract Price or value of the cancelled portion of terminated subcontracts or orders. 4. Where the Contractor or any subcontractor or supplier proposes to make a claim based on or arising out of this Notice, he is to take and is to instruct each of his subcontractors and suppliers affected by this Notice to take a physical inventory of materials, manufactured or purchased parts, work-in-process, and finished goods acquired or on hand for the purpose of the contract, subcontract, or order terminated by this Notice. 5. Termination claims are to be prepared and submitted at the earliest possible moment being guided in connection therewith by the Procedures Manual on Termination of Contracts. 6. The contents of this Notice of Termination of Contract are confidential and must not be disclosed to any person or persons except those employees, subcontractors and/or suppliers to whom it may be necessary to make such disclosure to give effect to this Notice of Termination of Contract. Every person to whom the disclosure is made is to be informed that the prohibition contained in this paragraph applies similarly to them, their employees, subcontractors, and suppliers. Should the Contractor or any of his subcontractors or suppliers be of the opinion that some publicity relative to this Notice of Termination of Contract would be in the public interest, the proposal is to be submitted to the responsible DPWGS Contracting Officer for advice as to what, if any, publicity is permissible.
1992-04-29Cancelled9403-2ARCHIVED Instructions - Termination for Convenience
9403-5
2004-12-10Cancelled9403-5ARCHIVED Professional and Research and Development Services
Remarks – Recommended Use of SACC Item
Legal text for SACC item
A. INSTRUCTIONS (APPLICABLE TO BID SOLICITATION) 1. Submission of Proposals (1) This is a request (hereinafter referred to as a "bid solicitation") that proposals be developed and submitted to the Minister of Public Works and Government Services Canada (PWGSC) setting out the alternative means by which several technical, performance, time and other goals and objectives may be best met, having regard to stated mandatory requirements. Canada will consider entering into contract for the implementation of the most acceptable proposal which will be determined having regard to the evaluation factors set out in this bid solicitation. In addition, the proposal will be measured against the contract terms and conditions set forth in this bid solicitation. (2) It is the Bidder's responsibility to: (a) return a signed original of the bid solicitation, duly completed, IN THE FORMAT REQUESTED; (b) direct its bid ONLY to the Bid Receiving address specified; (c) ensure that the Bidder's name, the bid solicitation reference number, and bid solicitation closing date and time are clearly visible; (d) provide a comprehensive and sufficiently detailed bid, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the bid solicitation. Timely and correct delivery of bids to the specified bid delivery address is the sole responsibility of the Bidder. PWGSC will not assume or have transferred to it those responsibilities. All risks and consequences of incorrect delivery of bids are the responsibility of the Bidder. (3) Bids may be accepted in whole or in part. The lowest or any bid will not necessarily be accepted. In the case of error in the extension of prices, the unit price will govern. (4) Bids will remain open for acceptance for a period of not less than sixty (60) days from the closing date of the bid solicitation, unless otherwise indicated by Canada in such bid solicitation. Notwithstanding the bid validity period stipulated in this solicitation, Canada reserves the right to seek an extension from all responsive bidders, within a minimum of three (3) days prior to the end of such period. Bidders shall have the option to either accept or reject the extension. If the extension referred to above is accepted, in writing, by all those who submitted responsive bids, then Canada shall continue immediately with the evaluation of the bids and its approval processes. If the extension referred to above is not accepted, in writing, by all those who submitted responsive bids then Canada shall, at its sole discretion, either: (a) continue to evaluate the responsive bids of those who have accepted the extension and seek the necessary approvals; or (b) cancel the solicitation; or (c) cancel and reissue the solicitation. (5) While Canada may enter into contract without negotiation, Canada reserves the right to negotiate with bidders on any procurement. (6) Bid documents and supporting information may be submitted in either English or French. (7) Proposals received on or before the stipulated bid solicitation closing date and time will become the property of Canada and will not be returned. All proposals will be treated as CONFIDENTIAL, subject to the provisions of the Access to Information Act and the Privacy Act. 2. Late Bids It is PWGSC's policy to return, unopened, bids delivered after the stipulated bid solicitation closing date and time, unless they qualify as a delayed bid as described below. 3. Delayed Bids (1) A bid delivered to the specified Bid Receiving area after the closing date and time but before the Contract award date may be considered, provided the delay can be proven to have been due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are: (a) a CPC cancellation date stamp; (b) a CPC Priority Courier Bill of Lading; and (c) a CPC Xpresspost Label, that clearly indicate that the bid was mailed prior to the bid closing date. Example: If the bid closing date was May 15, 1995, then the CPC cancellation date stamp should read no later than May 14, 1995, to be accepted. (2) Please request the postal employee to date-stamp your envelope. (3) For bids transmitted by facsimile, only the date and the time of receipt recorded by PWGSC at the Bid Receiving number stated in the bid solicitation will be accepted as evidence of a delayed bid. (4) Misrouting, traffic volume, weather disturbances, or any other causes for the late delivery of bids are not acceptable reasons for the bid to be accepted by PWGSC. 4. Postage Meters Postage meter imprints, whether imprinted by the Supplier, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing. It should be noted that CPC does not normally apply a cancellation date stamp to metered mail; this is usually done only when postage stamps are used. 5. Responses Transmitted by Facsimile (1) If you are in doubt that your bid will be delivered on time at the specific location designated for the receipt of the bid, you may use a facsimile, unless otherwise instructed in the bid solicitation. NOTE: Due to the volume of technical material required for some bids, certain bid solicitations may specify that submissions by facsimile are not acceptable (e.g. science solicitations). (2) Unless otherwise instructed in the bid solicitation, the only acceptable facsimile number for responses to bid solicitations issued by PWGSC headquarters sectors is (819) 997-9776. (3) The facsimile number for responses to bid solicitations issued by PWGSC regional offices is identified on the front page of the bid solicitation. If the bidder chooses to submit a bid by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed bid including, but not limited to the following: (a) receipt of garbled or incomplete bid; (b) availability or condition of the receiving facsimile equipment; (c) incompatibility between the sending and receiving equipment; (d) delay in transmission or receipt of the bid; (e) failure of the Bidder to properly identify the bid; (f) illegibility of the bid; or (g) security of bid data. (4) Bids submitted by facsimile will constitute your formal bid and must contain: (a) the bid reference number; (b) the closing date and time; (c) sufficient detail and be comprehensive enough so as to permit complete evaluation in accordance with the criteria set out in the bid solicitation. (5) For responses transmitted by facsimile, written confirmation is required within two (2) working days after bid closing, unless otherwise specified in this bid solicitation. All documents confirming bids should bear the word "CONFIRMATION". 6. Pricing Unless otherwise specified by Canada, all prices quoted shall be net prices in Canadian funds including Canadian customs duties and excise taxes, and are to be FOB, including all delivery charges to destination(s) as indicated. The amount of the Goods and Services Tax (GST) or the Harmonized Sales Tax (HST) if applicable, shall be shown as a separate item. 7. Identity or Legal Capacity of Bidder In order to establish the legal capacity under which a bidder proposes to enter into the Contract, any bidder who carries on business in other than its own personal name shall, if requested by the Contracting Authority, provide proof of the legal capacity under which it carries on business to the Contracting Authority prior to contract award. Such proof may be in the form of a copy of the articles of incorporation or of the registration of the business name of a sole proprietor, of a trade name, of a partnership, etc. B. CONDITIONS (APPLICABLE TO RESULTING CONTRACT) 1. Municipal Taxes Municipal taxes are not applicable. 2. Provincial Taxes (1) Excluding legislated exceptions (see subsection (5) below), federal government departments and agencies are not required to pay any ad valorem sales tax levied by the province in which the taxable goods or services are delivered. This exemption has been provided to federal government departments and agencies under the authority of one of the following: (a) Provincial Sales Tax (PST) Exemption Licence Numbers, for the provinces of: Prince Edward Island OP-10000-250 Ontario 11708174G Manitoba 390-516-0 British Columbia R005521 (b) An Exemption Certification, for Quebec, Saskatchewan, the Yukon Territory, the Northwest Territories and Nunavut, which certifies that the property and/or services ordered/purchased hereby are for the use of, and are being purchased by the federal government with Canada funds, and are therefore not subject to provincial/territorial sales and consumption taxes. (2) Currently, in Alberta, the Yukon Territory, the Northwest Territories and Nunavut, there is no general PST. However, should a PST be introduced in the Northwest Territories, Nunavut, or Yukon Territory, the sales tax exemption certificate would be required on purchase orders or other purchasing documents. (3) Federal departments are required to pay the Harmonized Sales Tax (HST) in the participating provinces of Newfoundland and Labrador, Nova Scotia and New Brunswick. (4) The Contractor is not exempt from paying the PST under the above Exemption Licence Numbers or Exemption Certification. The Contractor is required to pay the PST on taxable goods or services used or consumed in the performance of the Contract (as per appropriate provincial legislation), including material incorporated into real property. (5) Exceptions The following exceptions are provided as examples and may not represent a complete list of all exceptions under the law: (a) tobacco products subject to tobacco taxes (except in Alberta); (b) petroleum products subject to gasoline and motive fuel taxes; (c) vehicle registration fees (except in Alberta, Northwest Territories, Nunavut and Yukon Territory); (d) amusement/admission (Nova Scotia and New Brunswick); (e) insurance premiums (Quebec); (f) tires/batteries subject to environmental levies; (g) transient living accommodation subject to hotel room taxes (British Columbia). 3. Transportation Charges If transportation charges are payable by Canada under the terms of the Contract, shipments are to be made by the most direct and economical means consistent with normal shipping practice, unless otherwise directed (as in the case when transportation costs are part of the unit price). They are to be shown as a separate item on the invoice. 4. Valuation The federal government's policy of underwriting its own risks precludes payment of any excess valuation and/or transportation charges beyond the specified FOB point (the point at which title of goods passes to the federal government). Goods will be covered to the carrier's maximum liability and value will be declared only when additional costs will not be incurred. 5. Inspection and Acceptance The Work is subject to inspection and acceptance by the consignee at destination, unless otherwise indicated in the contractual document. 6. Standard Clauses, Conditions and Instruction Sets Any standard clause, and any condition or instruction set, used or referenced in a bid solicitation or Contract may be updated from time to time. When this happens, the version used in an already-issued document will remain in effect in that document, unless the updated version is legally incorporated.
2004-05-14Cancelled9403-5ARCHIVED Professional and Research and Development Services
2003-12-12Cancelled9403-5ARCHIVED Professional and Research and Development Services
2003-05-30Cancelled9403-5ARCHIVED Professional and Research and Development Services
2002-05-24Cancelled9403-5ARCHIVED Professional and Research and Development Services
1999-06-21Cancelled9403-5ARCHIVED Professional and Research and Development Services
1998-06-15Cancelled9403-5ARCHIVED Professional and Research and Development Services
1997-09-15Cancelled9403-5ARCHIVED Professional and Research and Development Services
1997-02-03Cancelled9403-5ARCHIVED Professional and Research and Development Services
1996-10-30Cancelled9403-5ARCHIVED Professional and Research and Development Services
1996-05-01Cancelled9403-5ARCHIVED Standard Instructions and Conditions - Professional and Research and Development Services
1994-06-01Cancelled9403-5ARCHIVED Standard Instructions and Conditions - Professional and Research and Development Services
1993-10-29Cancelled9403-5ARCHIVED Request for Proposal and Contract for Professional and Research and Development Services
1992-12-01Cancelled9403-5ARCHIVED Request for Proposal and Contract for Professional and Research and Development Services
1992-08-01Cancelled9403-5ARCHIVED Request for Proposal and Contract for Professional and Research and Development Services
1992-04-29Cancelled9403-5ARCHIVED Request for Proposal and Contract for Professional and Research and Development Services
9403-6
2005-06-10Cancelled9403-6ARCHIVED Standard Instructions and Conditions - Standing Offers
Remarks – Recommended Use of SACC Item
Legal text for SACC item
Part A. Instructions (Applicable to Requests for a Standing Offer) 1. Method of Supply One method of supply used by Public Works and Government Services Canada (PWGSC) to satisfy the requirements of identified users is to arrange with offerors to submit a Standing Offer to provide goods, services, or both, to the federal government during a specified period. The identified users to be served are then delegated purchasing authority by PWGSC and may access the source of supply directly, as and when requested, by issuing call-ups detailing the exact quantities of goods or level of services they wish to order from the Offeror at a particular time during the effective period of the Offeror's offer and in accordance with the predetermined conditions. 2. Purpose of the Standing Offer This method of supply is particularly useful in acquiring frequently ordered commercially and non-commercially available goods or services when the total volume or value of goods or level of services that may be required by one or more identified users can be estimated beforehand, but it is not possible at the outset to identify the exact requirements for any given user at a specific time in the future. Inasmuch as PWGSC, during the period stated in the Request for a Standing Offer (RFSO), foresees a potential need for goods or services, or both, the Offeror is hereby invited to provide PWGSC with a Standing Offer. 3. Quantity The quantity of goods, level of services and estimated expenditure specified in the RFSO are only an approximation of requirements given in good faith. The making of a Standing Offer by the Offeror shall not constitute an agreement by Canada or any Identified User to order any or all of the said goods or services. The Identified User may make one or several call-ups against a Standing Offer. 4. DPWGS Obligation A request does not commit PWGSC to authorize the utilization of a Standing Offer or to pay any cost incurred in the submission of offers, or cost incurred in making necessary studies for the preparation thereof, or to procure or contract for any services or supplies. PWGSC reserves the right to reject or authorize for utilization any offer in whole or in part, with or without further discussion or negotiation. 5. Process The Standing Offer is normally processed as follows: (a) An RFSO is obtained by offerors (suppliers) through the Government Electronic Tendering Service (GETS), provided by MERX. (b) Offerors then complete the request and return it to PWGSC as a proposed Standing Offer. (c) PWGSC issues a Standing Offer and Call-up Authority (SOCA) to successful offerors and identified users (customer departments or agencies) authorized to make call-ups directly. 6. Submission of Offers (1) It is the Offeror's responsibility to: (a) return a signed original of the RFSO, duly completed, in the format requested; (b) direct its offer only to the PWGSC receiving address specified; (c) ensure that the Offeror's name, the PWGSC file number, and solicitation closing date and time are clearly visible; (d) provide a comprehensive and sufficiently detailed offer, including all requested pricing details, that will permit a complete evaluation in accordance with the criteria set out in the solicitation. Timely and correct delivery of offers to the specified delivery address is the sole responsibility of the Offeror. PWGSC will not assume or have transferred to it those responsibilities. All risks and consequences of incorrect delivery of offers are the responsibility of the Offeror. (2) The evaluation of proposed standing offers may result in authorization to utilize one or more standing offers in whole or in part, taking into consideration the lowest price per item and/or destination or group of items and/or destinations or on a lowest aggregate price basis. The lowest or any proposed standing offer will not necessarily be authorized. In case of error in the extension of prices, the unit price will govern. A Standing Offer and Call-up Authority (SOCA) document may be issued against any proposed standing offer up to sixty (60) days after the closing date of the Request for a Standing Offer (RFSO), unless otherwise indicated, by Canada, in such RFSO. Notwithstanding the offer validity period stipulated in this RFSO, Canada reserves the right to seek an extension from all responsive offerors, within a minimum of three (3) days prior to the end of such period. Offerors shall have the option to either accept or reject the extension. If the extension referred to above is accepted, in writing, by all those who submitted responsive offers, then Canada shall continue immediately with the evaluation of the offers and its approval processes. If the extension referred to above is not accepted, in writing, by all those who submitted responsive offers then Canada shall, at its sole discretion: (a) either continue to evaluate the responsive offers of those who have accepted the extension and seek the necessary approvals; or (b) cancel the RFSO; or (c) cancel and reissue the RFSO. (3) The Standing Offer should completely and thoroughly address each element of the requirement as enumerated in the RFSO. It is also essential that the elements contained in the offer be stated in a clear and concise manner. (4) Bid documents and supporting information may be submitted in either English or French. (5) Offers received on or before the stipulated bid solicitation closing date and time will become the property of Canada and will not be returned. All offers will be treated as CONFIDENTIAL, subject to the provisions of the Access to Information Act and the Privacy Act. 7. Responses Transmitted by Facsimile (1) If there is a doubt that the offer will be delivered on time at the specific location designated for the receipt of the offer, the Offeror may use a facsimile, unless otherwise instructed in the RFSO. NOTE: Due to the volume of technical material required for some offers, certain RFSO's may specify that submissions by facsimile are not acceptable (e.g. science solicitations). (2) Unless otherwise instructed in the RFSO, the only acceptable facsimile number for responses to RFSO's issued by PWGSC headquarters sectors is (819) 997-9776. (3) The facsimile number for responses to RFSO's issued by PWGSC regional offices is identified on the front page of the document. If the Offeror chooses to submit an offer by facsimile, Canada will not be responsible for any failure attributable to the transmission or receipt of the faxed offer including, but not limited to the following: (a) receipt of garbled or incomplete offer; (b) availability or condition of the receiving facsimile equipment; (c) incompatibility between the sending and receiving equipment; (d) delay in transmission or receipt of the offer; (e) failure of the Offeror to properly identify the offer; (f) illegibility of the offer; or (g) security of bid data. (4) Offers submitted by facsimile will constitute your formal offer and must contain: (a) the PWGSC file reference number; (b) the closing date and time; (c) sufficient data to allow evaluation, such as unit prices, country of currency in the event that the offer is submitted in a foreign currency, sales tax, duty, technical data (where applicable) and any deviation(s) from the RFSO document. (5) For responses transmitted by facsimile, written confirmation is required within two (2) working days after bid closing, unless otherwise specified in this solicitation. All documents confirming bids should bear the word "CONFIRMATION". 8. Late Offers It is PWGSC's policy to return, unopened, offers delivered after the stipulated RFSO closing date and time, unless they qualify as a delayed offer as described below. 9. Delayed Offers (1) An offer delivered to the specified Bid Receiving area after the closing date and time but before the issue of a SOCA may be considered, provided the delay can be proven to have been due solely to a delay in delivery that can be attributed to the Canada Post Corporation (CPC) (or national equivalent of a foreign country). The only pieces of evidence relating to a delay in the CPC system that are acceptable to PWGSC are: (a) a CPC cancellation date stamp; (b) a CPC Priority Courier Bill of Lading; and (c) a CPC Xpresspost Label, that clearly indicate that the offer was mailed prior to the RFSO closing date. Example: If the RFSO closing date was May 15, 2005, then the CPC cancellation date stamp should read no later than May 14, 2005, to be accepted. (2) Please request the postal employee to date-stamp your envelope. (3) For offers transmitted by facsimile, only the date and the time of receipt recorded by PWGSC at the Bid Receiving number stated in the solicitation document will be accepted as evidence of a delayed offer. (4) Misrouting, traffic volume, weather disturbances, or any other causes for the late delivery of offers are not acceptable reasons for the offer to be accepted by PWGSC. 10. Postage Meters Postage meter imprints, whether imprinted by the Offeror, the CPC or the postal authority outside Canada, are not acceptable as proof of timely mailing. It should be noted that CPC does not normally apply a cancellation date stamp to metered mail; this is usually done only when postage stamps are used. 11. Standard Clauses, Conditions and Instruction Sets Any standard clause, and any condition or instruction set, used or referenced in an RFSO, a Standing Offer, or a call-up pursuant to a standing offer may be updated from time to time. When this happens, the version used in an already-issued document will remain in effect in that document, unless the updated version is legally incorporated. 12. Identity or Legal Capacity of Offeror In order to establish the legal capacity under which an Offeror proposes to enter into a Standing Offer, any offeror who carries on business in other than its own personal name shall, if requested by the Contracting Authority, provide proof of the legal capacity under which it carries on business to the Contracting Authority prior to the issuance of a Standing Offer. Such proof may be in the form of a copy of the articles of incorporation or of the registration of the business name of a sole proprietor, of a trade name, of a partnership, etc. Part B. Particulars of the Standing Offer 1. General (1) The Offeror acknowledges that a standing offer is not a contract. (2) The Offeror offers to sell or provide and deliver to Canada, acting through and represented by the Minister of Public Works and Government Services, the goods or services, or both, listed at the price(s) or on the pricing basis set out, as and when the Identified User may request such goods or services, in accordance with the following provisions. (3) It is understood and agreed that: (a) a call-up against a standing offer shall form a contract only for those goods or services, or both, which have been called-up, provided always that such call-up is made in accordance with the provisions of the Standing Offer; (b) the issue and distribution of the authorization to use this Standing Offer does not oblige Canada to authorize or order all or any of the goods, services, or both, described in the Standing Offer; (c) Canada's liability shall be limited to that which arises from call-ups against the offer, made within the period specified in the SOCA; (d) Canada reserves the right to procure the specified goods or services by means of contracts, standing offers, or by other contracting methods; (e) Canada may require at its sole discretion that the purchasing of these goods or services be performed, in whole or in part, through electronic means. In such event, Canada may require the Supplier to levy a fee from the identified users on Canada's behalf. 2. Notification of Withdrawal/Revision In the event that the Offeror wishes to withdraw the Standing Offer after authority to call-up against a standing offer has been given, the Offeror shall provide no less than thirty (30) days' written notice to the Contracting Authority, unless otherwise indicated in the SOCA, in order that the Contracting Authority may inform all identified users. Such withdrawal of Standing Offer shall not be effective until receipt of such notification by PWGSC and the expiry of such notice period. The Offeror hereby agrees to fulfil any and all call-ups which may be made before the expiry of such notice period. If the period of the Standing Offer is extended or the limitation of expenditure is increased, the Contracting Authority will issue a revision to the SOCA. 3. Call-up Instrument The identified users shall order goods and services either on form PWGSC-TPSGC 942, Call-up Against a Standing Offer, or on such other call-up document as may be specified in the Standing Offer. Goods and services may also be ordered by other methods such as telephone, facsimile, or electronic means, but must be confirmed in writing either on form PWGSC-TPSGC 942 or on such other document as may be specified. Call-ups against a standing offer paid for with the Government of Canada acquisition card (credit card) at point of sale will be accorded the same prices and terms and conditions as any other call-up. Part C. Conditions 1. Applicability The following conditions apply to all contracts resulting from any call-up pursuant to the standing offer. 2. Municipal Taxes Municipal taxes are not applicable. 3. Provincial Taxes (1) Excluding legislated exceptions (see subsection (5) below), identified users are not required to pay any ad valorem sales tax levied by the province in which the taxable goods or services are delivered. This exemption has been provided to identified users under the authority of one of the following: (a) Provincial Sales Tax (PST) Exemption Licence Numbers, for the provinces of: Prince Edward Island OP-10000-250 Ontario 11708174G Manitoba 390-516-0 British Columbia R005521 (b) An Exemption Certification, for Quebec, Saskatchewan, the Yukon Territory, the Northwest Territories and Nunavut, which certifies that the property and/or services ordered/purchased hereby are for the use of, and are being purchased by the federal government with Canada funds, and are therefore not subject to provincial/territorial sales and consumption taxes. (2) Currently, in Alberta, the Yukon Territory, the Northwest Territories and Nunavut, there is no general PST. However, should a PST be introduced in the Northwest Territories, Nunavut, or Yukon Territory, the sales tax exemption certificate would be required on purchase orders or other purchasing documents. (3) Federal departments are required to pay the Harmonized Sales Tax (HST) in the participating provinces of Newfoundland and Labrador, Nova Scotia and New Brunswick. (4) The Offeror is not exempt from paying the PST under the above Exemption Licence Numbers or Exemption Certification. The Offeror is required to pay the PST on taxable goods or services used or consumed in the performance of the contract (as per appropriate provincial legislation), including material incorporated into real property. (5) Exceptions The following exceptions are provided as examples and may not represent a complete list of all exceptions under the law: (a) tobacco products subject to tobacco taxes (except in Alberta); (b) petroleum products subject to gasoline and motive fuel taxes; (c) vehicle registration fees (except in Alberta, Northwest Territories, Nunavut and Yukon Territory); (d) amusement/admission (Nova Scotia and New Brunswick); (e) insurance premiums (Quebec); (f) tires/batteries subject to environmental levies; (g) transient living accommodation subject to hotel room taxes (British Columbia). 4. Invoices Invoices must be submitted in the name of the Offeror and are not to be submitted prior to the delivery of supplies or the performance of the services. They must show the name and address of the consignee, together with date, method of shipment, the case numbers if applicable, item, quantity, unit of issue, unit price, additional charges if applicable, and the Goods and Services Tax or the Harmonized Sales Tax if applicable, part or reference numbers, description of supplies as shown in the Standing Offer, Standing Offer number, requisition number, Client Reference Number (CRN), Procurement Business Number (PBN) and financial code(s). Separate invoices must be submitted for each shipment and must apply to one call-up only. Each invoice must indicate whether it covers partial or final shipment. 5. Bills of Lading The transportation bill of lading must accompany the original invoice, except for "collect" shipments (if and when allowed), in which event it shall accompany the shipment; in addition, a packing slip must accompany each shipment, be clearly visible, and show item, quantity, part or reference numbers, description of supplies and contract reference numbers, including the CRN and PBN. If the supplies have been inspected at the Offeror's plant, the signed inspection voucher must be attached to the packing slip normally enclosed in the packing note envelope. 6. Inspection and Acceptance The goods and/or services are subject to inspection and acceptance by the consignee at destination, unless otherwise indicated in the Standing Offer and Call-up Authority. 7. Condition of Material Unless otherwise specified elsewhere in the Contract, materiel supplied shall be new and conform to the latest issue of the applicable drawing, specification and/or part number that is in effect on the solicitation closing date. 8. Transportation Charges If transportation charges are payable by Canada under the terms of the Contract, shipments are to be made by the most direct and economical means consistent with normal shipping practice, unless otherwise directed (as in the case when transportation costs are part of the unit price). They are to be shown as a separate item on the invoice. 9. Valuation The federal government's policy of underwriting its own risks precludes payment of any excess valuation and/or transportation charges beyond the specified FOB point (the point at which title of goods passes to the federal government). Goods will be covered to the carrier's maximum liability and value will be declared only when additional costs will not be incurred. 10. Shipment into Canada Goods shipped into Canada from another country are to be consigned to destination, IN BOND, unless otherwise directed.
2004-12-10Cancelled9403-6ARCHIVED Standing Offers
2004-05-14Cancelled9403-6ARCHIVED Standing Offers
2003-12-12Cancelled9403-6ARCHIVED Standing Offers
2003-05-30Cancelled9403-6ARCHIVED Standing Offers
2002-12-13Cancelled9403-6ARCHIVED Standing Offers
2002-05-24Cancelled9403-6ARCHIVED Standing Offers
2000-05-12Cancelled9403-6ARCHIVED Standing Offers
1999-06-21Cancelled9403-6ARCHIVED Standing Offers
1998-06-15Cancelled9403-6ARCHIVED Standing Offers
1997-09-15Cancelled9403-6ARCHIVED Standing Offers
1997-02-03Cancelled9403-6ARCHIVED Standing Offers
1996-10-30Cancelled9403-6ARCHIVED Standing Offers
1996-05-01Cancelled9403-6ARCHIVED Standard Instructions and Conditions - Standing Offers
1994-06-01Cancelled9403-6ARCHIVED Standard Instructions and Conditions - Standing Offers
1993-10-29Cancelled9403-6ARCHIVED Standard Instructions and Conditions - Standing Offers
1992-08-01Cancelled9403-6ARCHIVED Standard Instructions and Conditions - Standing Offers
CCC-6
2015-02-25CancelledCCC-6ARCHIVED Canadian Commercial Corporation
Remarks – Recommended Use of SACC Item
SACC Manual clauses regarding the Canadian Commercialization Corporation are cancelled as they are no longer in use by the Canadian Commercial Corporation.
Legal text for SACC item
See revision history.