Supply Manual Synopsis Archive

Attention! We’ve Moved! The Supply Manual has moved to the CanadaBuys website. Check out the new landing page for the Supply Manual.

Attention! We’ve Moved! The SACC has been archived and moved to the CanadaBuys website. Check out the new landing page for the archived SACC manual

This section contains previous Supply Manual synopses. The synopses are summaries of the changes to each version of the Supply Manual that took effect on their release date. Many of the changes were made through Policy Notifications. Each synopsis is identified by a version number consisting of four digits representing the calendar year and a sequence number. For example, "Version 2012-1" identifies the first release for the calendar year 2012.

To find information on the latest changes to the Supply Manual, please refer to the Supply Manual Synopsis.

Questions related to the Supply Manual synopses can be forwarded to the Procurement Policy Contacts.

Supply Manual Synopsis by Version Number

Supply Manual Synopsis - Version 2022-3 (2022-12-01)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2022-3, dated December 01, 2022.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 106R1: Policy updates on contract security
    • Policy Notification 135U1: Publishing protected information in the SOSA App
    • Policy Notification 154: New provisions pertaining to audit clauses
    • Policy Notification 123U1: Policy on the Phased Bid Compliance Process
    • Policy Notification 63R1: Treasury Board Directive on the Management of Procurement
    Refer to individual policy notifications for more details
  • Following the passing of Queen Elizabeth II and in accordance with the rules of accession of the United Kingdom and followed by Canada, the following sections were modified to update content, references to “Her Majesty” and “the Queen” have been changed to “His Majesty” and “the King”.
    • 1.20.5 Financial Administration Act and the Government Contracts Regulations (English Only)
    • 1.30.1 Treasury Board
    • 3.15 Non-competitive contracting process
    • 5.60.5 Bid security (financial)
    • 6.1 Approvals and authorities: General information
    • Annex 8.5: Refunds of excess profits earned on Public Works and Government Services Canada contracts
    • Supply Manual Glossary - Public Property (English Only)
    • Supply Manual Glossary - Service Contract (English Only)
  • The following sections have updated or removed outdated links and references to align with the Directive on the Management of Procurement.
    • 1.20.1 Department of Public Works and Government Services Act
    • 1.30.15 Treasury Board Contracting Approvals
    • Annex 3.8 Comparison of different methods of supply
    • 4.10.25.1 Supply Arrangements procedures
    • 5.65 Identical low bids: Best value
    • 5.85 Negotiations
    • Annex 5.1: Federal Contractors Program for Employment Equity
    • 6.1 Approvals and authorities: General information
    • Annex 6.4.2 Contracting limits including exceptional authorities
    • Annex 10.5.9: Cost Interpretation Bulletin - Number 09 Selling and Marketing Expenses
  • The following sections were updated to replace references to the TB Contracting Policy with the Directive on the Management of Procurement and update the content to align with the Directive.
    • 4.50 Financial Security, subsection f
    • 4.50.5 Bid Financial Security, subsection f
  • The following Supply Manual sections were updated to incorporate changes related to the new Triage Tool for procurement options analysis from the Innovative Delivery Strategies Directorate in the Strategic Sourcing Sector of the Real Property Services for projects $75M and over:
    • 9.60 Public-Private Partnership (P3) procurements
    • 9.60.5 Public-Private Partnerships delivery models
    • 9.60.10 Federal roles and responsibilities in Public-Private Partnerships
    • 9.60.15 Triage Tool
    • 9.60.20 Value for money
    • 9.60.25 Stages in Public-Private Partnership procurement process
    • 9.60.30 Public-Private Partnership procurements: Key differences
  • 3.22 Emergency requirements:
    • was updated to align with the Directive on the Management of Procurement.
    • addition of the following new sections: 3.22.1 Pressing Emergency, 3.22.2 Emergency Contracts and Contractual Arrangements and 3.22.3 Emergency Contracting (Public Works and Government Services Canada as Contracting Authority).
  • 3.22.10 Emergency requirements (Departments): was updated to align with the Directive on the Management of Procurement.
  • 4.10.20.1 Standing Offer Procedures has been updated to align with the Directive on the Management of Procurement and to correct broken hyperlinks.
  • 4.70.20.45. Withholding of 15 percent on Service Contracts with Non-residents, subsection c, d, e and f: were updated to reflect new links to Canada Revenue Agency’s publications and helpline.
  • 6.20.1.5 Incumbent:
    • subsection b: Schedule 3 delegation form instructions updated and a new version of the form and template was added
    • subsection e: Contact email has been added
  • Annex 6.4.8: Amendment approval instructions for all complexities:
    • section 11 was updated to replace references from the TB Contracting Policy with the Directive on the Management of Procurement and align the content with the Directive
    • a new section 12 was added to incorporate the provisions of Contracting Policy Notice (CPN) 2000-3 – Extension of Time Element of Contracts

Supply Manual Synopsis - Version 2022-2 (2022-07-14)

The Supply Manual was updated in support of Policy Notification 152R1: COVID-19 Vaccination Policy for Supplier Personnel. See PN-152R1 for more information.

Supply Manual Synopsis - Version 2022-1 (2022-05-12)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2022-1, dated May 12, 2022.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 151: Update to Code of Conduct for Procurement
    • Policy Notification 128U2: Reception Method by Canada Post Corporation’s (CPC) Connect Service: Updates to Standard Procurement Templates and Standard Instructions
    • Policy Notification 149: Procurement electronic file documentation requirements
    • Policy Notification 139R1: Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area (NSA)
    • Policy Notification 48R1: Requirements in respect of the Official Languages Act
    Refer to individual policy notifications for more details
  • The following sections were modified with changes related to Procurement Strategy for Indigenous Business (PSIB):
    • 1.25.3 Determining coverage under a trade agreement (English only)
    • 3.5.1 Mandatory Standing Offers and Supply Arrangements (English only)
    • 3.15.5.5 Procedures for posting an Advance Contract Award Notice (English only)
    • 3.15.5.10 Statement of Capabilities (Challenge Process) (English only)
    • 3.85 Procurement Strategy for Indigenous Business (English only)
    • Annex 3.3: Model content of an Advance Contract Award Notice (English only)
    • 4.30.40 Information on the Procurement Strategy for Indigenous Business (English only)
    • 4.75.15 Notice of Proposed Procurement (English only)
    • 5.5.5 Certifications, declarations and proofs (English only)
    • 7.30.20 Procurement Strategy of Indigenous Business reporting (English only)
    • 9.35.65. Comprehensive Land Claims Agreements and Procurement Strategy for Indigenous Business (English only)
    • 9.40. Procurement Strategy for Indigenous Business
    • 9.40.1 Decision to set aside a procurement under the Procurement Strategy for Indigenous Business
    • 9.40.2 Obtaining advice on the Procurement Strategy for Indigenous Business
    • 9.40.5 Procurement Strategy for Indigenous Business and Comprehensive Land Claims Agreements (English only)
    • 9.40.10 Procurement Strategy for Indigenous Business and trade agreements (English only)
    • 9.40.15 Procurement Strategy for Indigenous Business and Canadian content (English only)
    • 9.40.20 Subcontracting plans (English only)
    • 9.40.25 Sound contracting principles (English only)
    • 9.40.30 Notification to Indigenous Services Canada
    • 9.40.35 Sourcing of requirements under Procurement Strategy for Indigenous Business (PSIB) set-asides
    • 9.40.40 Legal status of Indigenous business (English only)
    • 9.40.45. Certification by suppliers
    • 9.40.50. Audits of the bidder/offeror/supplier certification
    • 9.40.60 Procurement reporting for Procurement Strategy for Indigenous Business (English only)
    • Annex 9.4: Requirements for the Set-aside Program for Indigenous Business
    • Annex 9.5: Procurement Strategy for Indigenous Business set-aside checklist
    • Glossary – Procurement Strategy for Indigenous Business (PSIB)
  • On May 13, 2022, the TB Contracting Policy and the Policy on Decision Making in Limiting Contractor Liability in Crown Procurement Contracts will be rescinded and replaced by Treasury Board Policy Instruments including the Directive on the Management of Procurement. Revisions were made to the Supply Manual to reflect the required changes: All references to rescinded policy instruments (such as Contracting Policy) have been removed and replaced with references to new policy instruments that have been in effect since May 13th, 2021 (e.g. Directive on the Management of Procurement). The following sections were updated:
    • 1.1 Overview of public procurement
    • 1.5. About the Supply Manual
    • 1.30.5. Treasury Board Contracting Policy
    • 1.30.10. Treasury Board Common Services Policy
    • 1.61. Accessible procurement
    • Section A 1.1.2.1: Division of responsibilities between Public Works and Government Services Canada (PWGSC) and Department of National Defence (DND) for the acquisition of goods and services
    • 2.21. Accessible procurement and defining requirements
    • 2.55. Employer-Employee Relationships
    • 2.60. Requisition review
    • 3.5.1. Mandatory Standing Offers and Supply Arrangements
    • 3.22. Emergency requirements (Public Works and Government Services Canada as contracting authority)
    • 3.95. Intellectual Property (IP)
    • 3.200.1. Contractor Liability
    • 4.15.6. Accessible procurement requirements
    • Annex 4.6: Ontario Labour Legislation
    • Annex 5.1: Federal Contractors Program for Employment Equity
    • 6.30.1. Ratification by Treasury Board
    • 7.30.40. Reporting of Emergency Requirements
    • 8.10. Administration of Service Contracts
    • 8.65.10. Financial Claims by Canada
    • 9.30.10. Implementation
    • 10.10. Travel and Living Expenses
    • Supply Manual Glossary
  • 1.25.3 Determining coverage under a trade agreement: Revisions have been made to reflect new trade agreement thresholds and to correct broken links (French version only).
  • 1.35.1 Canadian International Trade Tribunal, subsection g: “Procurement Review Process: A Descriptive Guide” link has been updated.
  • The email for the Green Procurement Team was updated in the following sections:
    • 1.60.1 Green Procurement Policy, subsection d
    • 4.15.5 Green procurement requirements, subsection e
  • Revisions were made to reflect new language for Regret Letters for suppliers. The following sections were affected:
    • 7.1.1. Appendix A: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers - Responsive Bid/Offer/Arrangement - Buyandsell.gc.ca
    • 7.1.2. Appendix B: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers - Non-responsive Bid/Offer/Arrangement
  • 9.60.15 Public–Private Partnership screening, subsection b: The P3 Screening Matrix and supporting guide broken links have been removed.

Supply Manual Synopsis - Version 2021-3 (2021-12-16)

The Supply Manual was updated in support of Policy Notification 152U3: COVID-19 Vaccination Policy for Supplier Personnel. See PN-152U3 for more information.

Supply Manual Synopsis - Version 2021-2 (2021-12-02)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2021-2, dated December 2, 2021.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 65U2: Changes to the Policy on Fairness Monitoring
    • Policy Notification 143: Update to Foreign Military Sales (FMS) processes

    Refer to individual policy notifications for more details

  • The following sections were modified to fix broken links. These updates do not represent any substantive change to these sections:
    • 1.35.1 Canadian International Trade Tribunal, subsection g
    • 1.70 Privacy in Contracting, subsections a and g
    • 3.105.5 Texts of the national security exceptions, subsection b
  • Revisions were made to the Supply Manual to reflect the name change of the Office of Small and Medium Enterprises (OSME) to Procurement Assistance Canada (PAC). The following sections were updated:
    • 1.45. Division of Responsibilities between PWGSC and Client Departments, subsection d
    • 3.5. Existing procurement instruments, subsection c
    • 3.5.1 Mandatory Standing Offers and Supply Arrangements, subsections i and k
    • 3.75. Procurement Assistance Canada
    • 3.75.1. Procurement Assistance Canada role, subsection a
    • 3.75.5. Public Works and Government Services Canada on-line tools/services and Procurement Assistance Canada role
    • 3.190 U.S. Defense Priorities and Allocations System, subsection b
    • 9.70. Canadian Collaborative Procurement Initiative (CCPI), subsections b, c, and d
    • Supply Manual Glossary
  • Two new sections were created on topics related to green procurement:
    • 1.60.2 Federal Sustainable Development Act
    • 1.60.2.1 Greening Government Strategy
  • The following sections were modified to remove outdated content relating to green procurement:
    • 1.60.1 Green Procurement Policy, subsections a, b, d and e (i)
    • 1.60.5 Office of Greening Government Operations
    • 2.20 Green procurement and defining the requirement, subsection a, e and f
    • 3.65 Green procurement strategy, subsection e
    • 4.15.5 Green procurement requirements, subsection d and e
    • 7.60 Environmental considerations
    • 8.5 Contract administration, subsection e
    • 9.5.20.1 Procurement strategy development, subsection c

Supply Manual Synopsis - Version 2021-1 (2021-05-20)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2021-1, dated May 20, 2021.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 147: Update to the Directive and Guideline on the Use of Cost and Price Analysis Services
    • Policy Notification 148: Entry into force of the Canada-United Kingdom Trade Continuity Agreement

    Refer to individual policy notifications for more details

  • The following sections were modified to fix broken links. These updates do not represent any substantive change to these sections.
    • Annex 2.2: Green Procurement: Environmental Factors and Evaluation Indicators, page URL (French only)
    • 3.51 Integrity overview, subsection e (English only)
    • Annex 3.4.1: A Guide to Preparing and Administering Task Authorization for Public Works and Government Services Canada Clients, subsection 7.0 (English only)
    • 8.70.5 Amending contracts, subsections c and d (English only)
    • 8.140.1 Contract dispute resolution, subsection a (French only)
    • Supply Manual Glossary, page URL (French only)
  • Revisions were made to incorporate a technical amendment to the Canada-Chile Free Trade Agreement “Time Limits for the Tendering Process” provisions, as well as to make other minor clarifications and corrections related to trade agreements. The following sections were affected:
    • 3.25 Trade agreements tendering approaches
    • 4.75.5 Determining the solicitation period
    • Annex 4.10: Summary of guidance on minimum solicitation periods
  • 1.35.1 Canadian International Trade Tribunal, subsection c: remove reference to generic email inbox, update contact phone number
  • 1.35.5 Procurement Ombudsman, subsection d: remove reference to generic email inbox, update contact phone number
  • Annex 2.3 List of Public Works and Government Services Canada allocations units: Contact information for the Ontario Region locations were updated.

Supply Manual Synopsis - Version 2020-3 (2020-11-19)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2020-3, dated November 19, 2020.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 142: New procurement requirements for accessibility
    • Policy Notification 144: Canadian Content Policy: Conditionally limited evaluation clause

    Refer to individual policy notifications for more details

  • Revisions were made to update links and references to the Canadian Free Trade Agreement, add contact information for the Canadian Content Policy, add reference links between certain Supply Manual sections, and clarify language related to trade agreements and Indigenous benefits. The following sections were affected:
    • 1.25.3 Determining coverage under a trade agreement
    • 3.130. Canadian Content Policy
    • 3.50.1 General procurement
    • 3.170 Shipbuilding, repair, refit and modernization
    • 4.75.5 Determining the solicitation period
    • Annex 4.10: Summary of guidance on minimum solicitation periods
    • 5.85 Negotiations
    • 9.35.75 Canadian Free Trade Agreement
  • 1.5 About the Supply Manual, subsection a: Replaced obsolete email address
  • 1.35.5 Procurement Ombudsman, subsection a, ii: Threshold amounts updated
  • 1.10.10. Procurement best practices, section m: Replaced obsolete references
  • 3.5 Existing procurement instruments, item c: The email address for the InfoLine was updated
  • 4.15.1 Departmental Standard Procurement Templates, subsection c: Replaced obsolete references
  • 4.55 Controlled goods, subsection a and d: Modified to fix broken Controlled Goods Program links
  • Appendix A 7.1.1: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers - Responsive Bid/Offer/Arrangement: Bid Challenge and Recourse Mechanisms link was updated
  • Appendix B 7.1.2: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers - Non-responsive Bid/Offer/Arrangement: Bid Challenge and Recourse Mechanisms link was updated

Supply Manual Synopsis - Version 2020-2 (2020-07-01)

The Standard Acquisition Clauses and Conditions (SACC) Manual was updated in support of Policy Notification (PN) 146: Entry into force of the Canada-United States-Mexico Agreement (CUSMA), effective July 1, 2020. See PN-146 for more information.

Supply Manual Synopsis - Version 2020-1 (2020-05-28)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2020-1, dated May 28, 2020.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 03R2: Policy Updates for Contracting with Former Public Servants
    • Policy Notification 133: Policy on Cost Accounting Practices
    • Policy Notification 137: Changes to Acquisitions Program (AP) Contracting Limits and Amendments to the Government Contracts Regulations
    • Policy Notification 138: Changes to the Procurement Review Policy
    • Policy Notification 140: New Information Management/Information Technology (IM/IT) Commodity Grouping (CG) Public Cloud Software as a Service (SaaS) (related to Limitation of Liability)

    Refer to individual policy notifications for more details.

  • Revisions were made in sections related to trade agreements to reflect new thresholds, update links, and fix formatting issues from the 2019-2 Supply Manual update. The following sections were affected:
    • 1.25.2 General principles of trade agreements
    • 1.25.3 Determining coverage under a trade agreement
    • 3.25 Trade agreements tendering approaches
    • Annex 3.2: Limited tendering reasons contained in the trade agreements
    • Annex 3.6: Canadian Content Policy: Rules of Origin Determination
  • Revisions relating to the National InfoLine, were made. The following sections were affected:
    • 4.75.20 Procedure for posting of Notice of Proposed Procurement on Government Electronic Tendering Service, subsection d
    • 7.30.1 Award notices on the Government Electronic Tendering Service, subsection d
    • Annex 10.1: Determination of Fixed Capital Employed Applicable to a Contract
    • Annex 10.1.1: Examples to Determine the Fixed Capital Employed
    • Annex 10.3: Examples of Profit Calculation
  • 2.55. Employer-Employee Relationships, subsection c: hyperlink corrected
  • Annex 2.3 List of Public Works and Government Services Canada allocations units: Contact information for the Ontario Region locations was updated
  • 4.70.35.1. Firm Price Contracts - Price Certification and Discretionary Audit, subsection a: Text revised to correct a translation error (in French only)
  • 4.70.100 Transportation Costs Information, subsection a: was deleted as it is no longer required
  • 5.45.10 Transportation Costs: was deleted as it is no longer required
  • 8.65 Assignment of Monies, subsection e: Contact information was updated
  • 9.10.5 SELECT, subsection b and c are updated to reflect the new Trade Agreements Threshold update

Supply Manual Synopsis - Version 2019-3 (2019-12-12)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2019-3, dated December 12, 2019.

  • The section on modern treaties/Comprehensive Land Claims Agreements (CLCAs) was updated to include new information on the Nunavut Land Claims Agreement (NLCA) and specifically, on the new Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area. Other information in this section was also updated and the guidance was improved. New information was added in one section (9.35.5.25 British Columbia), where there was the title place holder, but where no information was previously provided. New information on how to identify if procurements are subject to CLCAs and CLCA contact information was updated.
    • 9.35.1. General information on Modern Treaties (Comprehensive Land Claims Agreements), information updated throughout
    • 9.35.5. Modern Treaties in Effect, subsection a and b
    • 9.35.5.1. Quebec, reordered
    • 9.35.5.5. Newfoundland and Labrador, reordered
    • 9.35.5.10. Northwest Territories, reordered and separated into a new section
    • 9.35.5.15. Nunavut, reordered and separated into a new section
    • 9.35.5.15.1 Directive on Government Contracts, Including Real Property Leases, in the Nunavut Settlement Area
    • 9.35.5.20. Yukon, reordered and separated into a new section
    • 9.35.5.25. British Columbia, new information added
    • 9.35.60. Business Directories or Lists, minor updates throughout
    • 9.2. Notification of Procurement to Modern Treaty (Comprehensive Land Claims Agreement) Claimant Groups, information updated

Supply Manual Synopsis - Version 2019-2 (2019-11-28)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2019-2, dated November 28, 2019.

  • Revisions relating to trade agreements were made to update and streamline guidance. New sections were added related to general principles and determination of coverage under a trade agreement. Revisions relating to the trade agreements tendering approaches were also made, to increase clarity, particularly with respect to limited tendering. The following sections were affected:
    • 1.25.1. International and national trade agreements, subsections a, b, c and d
    • 1.25.2. General principles of trade agreements, new section created to provide an overview of agreements
    • 1.25.3. Determining coverage under a trade agreement, new section created to aid in determining applicability of agreements
    • 1.25.3.1. Dredging services – CETA, new section to provide clarity on dredging services
    • 1.25.5. North American Free Trade Agreement (NAFTA), deleted in its entirety
    • 1.25.10. World Trade Organization Agreement on Government Procurement (WTO-AGP), deleted in its entirety
    • 1.25.11. Canada-European Union Comprehensive Economic and Trade Agreement (CETA), deleted in its entirety
    • 1.25.14. Canadian Free Trade Agreement (CFTA), deleted in its entirety
    • 1.25.15. Agreement on Internal Trade (AIT), deleted in its entirety
    • 1.25.16. Bilateral Free Trade Agreements, deleted in its entirety
    • 3.15. Non-competitive contracting process, subsection d
    • 3.15.5.5. Procedures for Posting an Advance Contract Award Notice, subsection b
    • 3.25. Trade agreements tendering approaches, subsections a, b and c
    • 3.50.1. General procurement, subsection c
    • 3.50.5. Applicability of trade agreements to standing offers and supply arrangements, subsection f
    • 3.2. Annex: Limited tendering reasons contained in the trade agreements, replace in its entirety
    • 3.3. Annex: Model content of an Advance Contract Award Notice, subsection 4 and 9
    • 9.35.70. International trade agreements, subsection a
  • A revision was made to the following appendices to provide clarity to regret letters:
    • 7.1.1. Appendix A: Regret Letter to Unsuccessful Bidders/Offers/Suppliers – Responsive Bid/Offer/Arrangement, provided clarity to Appendix A
    • 7.1.2. Appendix B: Regret Letter to Unsuccessful Bidders/Offers/Suppliers – Non-Responsive Bid/Offer/Arrangement, provided clarity to Appendix B

Supply Manual Synopsis - Version 2019-1 (2019-05-30)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2019-1, dated May 30, 2019.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 128U1: Reception method by epost Connect service
    • Policy Notification 136: Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)

    Refer to individual policy notifications for more details.

  • Revisions relating to the Basis of Payment and Cost and Profit have been updated to include hyperlinks to the new Practitioner’s Guide for Procurement Pricing. Revisions relating to the latest version of the ISO system were updated. A direct link to the CORCAN website was incorporated to the Standing Offer Index. There were minor changes to the titles in Annex 7 – Regret letters. The following sections were affected:
    • 4.70.20. Basis of Payment, subsection a
    • 10.1. Cost and Profit - General Information, subsection a
    • 3.150.1. Standards, Specifications and Purchase Descriptions, subsections j(i) and k
    • 3.150.10. Listing Programs, subsection d(iii) and (iv)
    • 9.30.10. Implementation, subsection e
    • 7.1.1. Appendix A: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers – Responsive Bid/Offer/Arrangement
    • 7.1.2. Appendix B: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers – Non-responsive Bid/Offer/Arrangement
  • Revisions relating to the contact information for the Trade Agreement Unit were made. The following sections were affected:
    • 1.25.1. International and national trade agreements, subsection a
    • 1.25.5. North American Free Trade Agreement (NAFTA), subsection e(i)
    • 1.25.10. World Trade Organization Agreement on Government Procurement (WTO-AGP), subsection h(i)
    • 1.25.11. Canada-European Union Comprehensive Economic and Trade Agreement (CETA), subsection f(i)
    • 1.25.14. Canadian Free Trade Agreement (CFTA), subsection e(i)
    • 3.130. Canadian Content Policy, subsection b(i)
    • 4.30.45.1. Equivalent products, subsection b
    • 4.30.45.5. No Substitute Products
    • 5.85. Negotiations, subsection d and e
    • Supply Manual Glossary: standing offer
    • Trade agreements
  • Revisions relating to National Security Exceptions (NSE), were made. The following sections were affected:
    • 3.105.5. Texts of the national security exceptions, subsection a(iv)
    • 3.105.10. Procedures for invoking a national security exception, subsection a(ii)

Supply Manual Synopsis - Version 2018-2 (2018-12-06)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2018-2, dated December 6, 2018.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 131: Canadian Collaborative Procurement Initiative for Standing Offers
    • Policy Notification 135: Publishing Standing Offers and Supply Arrangements on the SOSA App

    Refer to individual policy notifications for more details.

  • Revisions relating to the Agreement on Internal Trade, which was replaced by the Canadian Free Trade Agreement on July 1, 2017 were made. Revisions relating to the Canadian Content Policy were also made to increase clarity and to ensure the information is easily accessible. Some elements of the Canada.ca Content Style Guide were also incorporated. The following sections were affected:
    • 1.25.1. International and national trade agreements, subsection a
    • 1.25.5. North American Free Trade Agreement (NAFTA), subsection e
    • 1.25.10. World Trade Organization Agreement on Government Procurement (WTO-AGP), subsection h
    • 1.25.11. Canada-European Union Comprehensive Economic and Trade Agreement (CETA), subsection f
    • 1.25.14. Canadian Free Trade Agreement (CFTA), subsections b and e
    • 1.25.15. Agreement on Internal Trade (AIT)
    • 1.30.5. Treasury Board Contracting Policy
    • 1.35.1. Canadian International Trade Tribunal, subsection a
    • 1.35.5. Procurement Ombudsman, subsection a
    • 3.15. Non-competitive contracting process, subsection d
    • 3.25. Trade agreements tendering approaches, subsection b
    • 3.45. Supply arrangement method of supply, subsection f
    • 3.50.1. General procurement
    • 3.50.5. Applicability of Trade Agreements to Standing Offers and Supply Arrangements
    • 3.70. Procurement review, subsection j
    • 3.105.5. Texts of the national security exceptions, subsection a
    • 3.130. Canadian Content Policy
    • 3.170. Shipbuilding, Repair, Refit and Modernization
    • 3.1. Annex: Treasury Board Questions for Sole Source, subsection 7
    • 3.2. Annex: Limited Tendering Reasons contained in the Trade Agreements, subsection 5
    • 3.3. Annex: Model Content of an Advance Contract Award Notice, subsections 4 and 9
    • 3.6. Annex: Canadian Content Policy: Rules of Origin Determination
    • 4.10.25.15. Agreement on Internal Trade, Canadian Free Trade Agreement and Use of Supply Arrangements
    • 4.10.25.20. Ongoing Qualification Process
    • 4.10.30. Professional Services Sourcing Tools, subsection c
    • 4.30.45.1. Equivalent Products, subsection b
    • 4.75.20. Procedure for Posting of Notice of Proposed Procurement on Government Electronic Tendering Service, subsection a
    • 4.100. Canceling and Reissuing a Solicitation, subsection e
    • 5.35. Evaluating the Bids, subsection e
    • 5.5.5. Certifications, declarations and proofs, subsection e
    • 6.1. Annex: Procurement Plan Instructions, "Sourcing"
    • 6.2. Annex: Contract Request Instructions, "Part 1 Submission Data", subsection 6(g)
    • 7.30.1. Award notices on the Government Electronic Tendering Service, subsection a
    • 7.30.5. Procurement Activity Reporting to Treasury Board Secretariat, subsection a
    • 7.30.25. Trade Agreements Reporting
    • 7.40. Debriefing and Feedback Session to Bidders/Offerors/Suppliers, subsection k
    • 9.35.1. General information on Modern Treaties (Comprehensive Land Claims Agreements), subsection f
    • 9.35.75. Canadian Free Trade Agreement and Agreement on Internal Trade
    • 9.40.10. Procurement Strategy for Aboriginal Business and trade agreements, subsection b
    • Supply Manual Glossary: "Agreement on Internal Trade (AIT)" and "Procurement Review Committee (PRC)"
  • Revisions relating to the contact information for the Trade Agreement Unit were made. The following sections were affected:
    • 1.25.1. International and national trade agreements, subsection e
    • 1.25.15. Agreement on Internal Trade (AIT)
  • Revisions relating to National Security Exceptions (NSE), were made. The following sections were affected:
    • 3.105.1 Trade agreements and invoking a national security exception
    • 3.105.5 Texts of the national security exception subsections a, b, c, d and e
    • 3.105.10 Procedures for invoking a national security exception, subsections a, b, c, d and e
    • Annex 3.7 National Security Exception Request Letter - Template
  • 1.1 Overview of public procurement: Title revised to correct an error (English only).
  • Annex 2.3 List of Public Works and Government Services Canada allocations units: The mailing addresses for Moncton and Saint John allocations units have been updated.
  • 3.15.5.5 Procedures for Posting an Advance Contract Award Notice: Title revised to correct an error (French only).
  • 3.150.10. Listing Programs, subsection d. i. K: Text revised to correct a typo – in English only
  • 3.200.1 Contractor liability - General information, subsection c, i : a Publiservice icon was added beside the link to note that the information is only accessible to government.
  • 5.1 Overview of the evaluation and selection of contractors: Title revised to correct an error (English only).
  • Annex 6.1 Procurement Plan Instructions, introductory paragraph and third paragraph under "Description" is revised to reflect PN-105R1 Supply Manual revisions (English only). The second and third paragraph under Background are deleted. (French only).
  • 9.10.5 SELECT, subsection c: Content updated to reflect the new maximum SELECT construction and consulting services amount of $101,100.
  • 9.50 Communication Procurement, subsection b: Communication Procurement Directorate website link updated

Supply Manual Synopsis - Version 2018-1 (2018-06-21)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2018-1, dated June 21, 2018.

  • The Supply Manual was updated to incorporate changes related to the following policy notifications:
    • Policy Notification 127: Travel Directive and Incidentals
    • Policy Notification 128R1: Additional delivery method for suppliers to Bid Receiving Units: Canada Post Corporation's epost Connect service

    Refer to individual policy notifications for more details.

  • Revisions relating to the updated trade thresholds, in effect from January 1, 2018 to December 31, 2019, were made. The following sections were affected:
    • 1.25.5 North American Free Trade Agreement (NAFTA), subsection e
    • 1.25.10 World Trade Organization Agreement on Government Procurement (WTO-AGP), subsection h
    • 1.25.11 Canada-European Union Comprehensive Economic and Trade Agreement (CETA), subsection f
    • 1.25.14 Canadian Free Trade Agreement (CFTA), subsection e
    • 1.25.16 Bilateral Free Trade Agreements
  • Revisions relating to the links for the North American Free Trade Agreement (NAFTA) and the World Trade Organization Agreement on Government Procurement (WTO-AGP) were made. Some elements of the Canada.ca Content Style Guide were also incorporated. The following sections were affected:
    • 1.25.1 International and national trade agreements
    • 1.25.5 North American Free Trade Agreement (NAFTA)
    • 1.25.10 World Trade Organization Agreement on Government Procurement (WTO-AGP)
    • 1.35.1 Canadian International Trade Tribunal
    • 3.15 Non-competitive contracting process
    • 3.25 Trade agreements tendering approaches
    • 3.50.1 General Procurement
    • 3.105.5 Texts of the National Security Exceptions
    • 3.170.5 Shipbuilding procurement
    • 4.10.25.10 Ongoing qualification process
    • 4.75.45.5 Requirements subject to trade agreements
    • 5.85 Negotiations
    • 9.35.70 International trade agreements
    • 9.40.10 Procurement Strategy for Aboriginal Business and trade agreements
  • Revisions relating to the Canada-Ukraine Free Trade Agreement (CUFTA), which entered into force on August 1, 2017, were made. Some elements of the Canada.ca Content Style Guide were also incorporated. The following sections were affected:
    • 1.25.1 International and National Trade Agreements, subsection a
    • 1.35.1 Canadian International Trade Tribunal, subsection a
    • 3.105.1 Trade agreements and invoking a national security exception
    • 3.105.5 Texts of the national security exceptions, subsections a and b
    • 3.105.10 Procedures for invoking a national security exception, subsections a and b
    • 3.7 Annex: National security exception request letter – template
  • Changes have been made to the Supply Manual to reflect the reorganization of the Policy, Risk, Integrity and Strategic Management Sector (PRISMS) to Strategic Policy Sector (SPS) and to introduce basic elements of the Canada.ca Content Style Guide in the following sections:
    • 1.5 About the Supply Manual, subsection a
    • 3.22 Emergency Requirements (Public Works and Government Services Canada as Contracting Authority), subsection i
    • 5.60.10. Business Credit Services, subsections b and d
    • 6.20.1.5. Incumbent, subsection e
    • 8.135.10. Involvement of the Termination Claims Officer
    • Annex 8.3: Termination for Convenience Process
  • Annex 2.3 List of Public Works and Government Services Canada allocations units: The mailing address for Montreal allocations unit has been updated
  • 3.40 Standing offer method of supply, subsection i: A missing ‘r’ was added to the word “contracting” (English only)
  • 3.70 Procurement Review, subsection j: A missing ‘s’ was added to the word “set-aside” (English only)
  • Annex 3.2: Limited Tendering Reasons contained in the Trade Agreements, subsection 4 A 1a iv: issue with layout was corrected to make the content consistent with the Canadian Free Trade Agreement
  • Annex 3.5: Procurement Review Committee Requirements and Approval Process, subsection a: The email address for the Procurement Review Committee (PRC) was updated to correct error (French only)
  • 4.20 Official languages obligations in procurement, subsection b: Contracting Policy link updated
  • 5.5.5 Certifications, declarations and proofs: The title was updated to change the word “épreuves” to “preuves” (French only). This title change was also reflected in the following sections (French only):
    • 3.150.1 Certifications, declarations and proofs, subsection j, ix, C
    • 4.21 Integrity Provisions, subsection c, iv
    • 4.45 Certifications and additional information, subsections a, b, c and d
    • 5.16 Integrity compliance, subsection c, iii, C
  • 5.60.5 Bid security (financial), subsection g. vii.: The Canadian Payments Association is still legally known by this name, but has a new operating name of Payments Canada. The section was modified to include this new operating name in parentheses and the link was updated.
  • 5.60.15. Statement of Cost Accounting Practices: section removed as it no longer reflects Government of Canada practices
  • 8.135.20 Termination by mutual consent, subsection c: The word “should” is switched to “must” when referring matter to Legal Services. Text was also revised to correct a hyperlink (English only).
  • 8.5 Contract administration, subsection b: Contracting Policy link updated
  • 8.1. Annex: Guidelines on procurement file organization and make-up: added information on paper and electronic information and PWGSC’s use of GCdocs to store electronic procurement information
  • 9.35 Modern Treaties: section title has been changed from “Comprehensive Land Claims Agreements (CLCAs)” to “Modern Treaties”
  • 9.35.1 General information on Modern Treaties (Comprehensive Land Claims Agreements): Subsection g was updated to reflect the new name for the Indigenous Procurement Advisory Services Division (IPASD), formerly called Policy, Advice and Aboriginal Considerations Division (PAACD), to replace the telephone number with an email account and to update the information that contracting officers need to provide for list A-K.
  • 9.35.60 Business directories or lists: Subsection c, e and j were amended to update the hyperlinks for business directories for James Bay and Northern Quebec Agreement (Inuvialuit Final Agreement, and Labrador and Inuit Land Claims Agreement
  • Annex 9.2 Notification of Procurement to Modern Treaty (Comprehensive Land Claims Agreement) Claimant Groups was updated to amend the contact information of several claimant groups in the following CLCAs:
    • James Bay and Northern Quebec Agreement (JBQNA) (Grand Council of the Crees (of Quebec);
    • Inuvialuit Final Agreement;
    • Nunavut Land Claims Agreement (Qikiqtaaluk Corporation);
    • Gwich’in Comprehensive Land Claim Agreement;
    • Umbrella Final Agreement of the Council for Yukon Indians;
    • Champagne and Aishihik First Nations Final Agreement;
    • Kwanlin Dun First Nation Final Agreement;
    • Carcross/Tafish First Nation Final Agreement, and;
    • Sahtu Dene and Metis Comprehensive Land Claim Agreement (K’asho Gotine District Land Corporation, the Sahtu Secretariat Incorporated, Tulita District Land Corporation)

Supply Manual Synopsis - Version 2017-5 (2017-11-28)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2017-5, dated November 28, 2017.

  • Revisions related to Policy Notification 124: Interim pricing measure (IPM) for pricing practices not addressed by PWGSC's profit policy (effective 2017-10-24) are included in this version. Please refer to this PN to view the affected Supply Manual sections.
  • Revisions related to Policy Notification 126: Price certification and audit services provided by foreign governments (effective 2017-10-24) are included in this version. Please refer to this PN to view the affected Supply Manual sections.
  • References to the Risk Management page on GCPedia were removed as this page was deleted. Links in the following sections were replaced with direct links to the applicable content:
    • 1.10.10 Procurement best practices, subsection e
    • 4.70.20.50 Types of price adjustments, subsection c
    • 6.10.10 Cost and price analysis services, subsections a and b
    • 8.50 Overtime, subsection e
    • 8.105 Protecting Canada's goods, subsection g
    • 10.15 Prices for out of plant services of individuals, subsection c
  • 1.35.1 Canadian International Trade Tribunal, Subsection c: The contact information for the PWGSC CITT expert advisor was updated
  • 1.35.5 Procurement Ombudsman, Subsection d: The contact information for the OPO coordination office was updated
  • 2.50.5 Security Requirements Check List (SRCL)
    • subsection a: Content revised to include information regarding the online security requirements checklist (SRCL) service
    • subsection c: Canadian Industrial Security Directorate (CISD) link updated
  • Annex 2.3 List of Public Works and Government Services Canada allocations units:
    • the email addresses for the Mississauga, Kingston and Toronto allocations units have been updated
    • the mailing address for the Montreal allocations unit has been updated
  • 4.30.10 Industrial security in contracts, item f: Content revised to include information regarding the online security requirements checklist (SRCL) service
  • Annex 5.1, item 4
    • a note was added at the beginning of the section
    • in sub-item b, ii: the link to the FCP Limited Eligibility to Bid list was updated
  • Supply Manual Glossary: Certificate of Commitment — Definition removed

Supply Manual Synopsis - Version 2017-4 (2017-09-21)

The Supply Manual was updated in support of Policy Notification (PN) 122: Canadian-European Union Comprehensive Free Trade Agreement (CETA). See PN 122 for more information.

Additionally, the contact information was updated in section 8.135.10 Involvement of the Termination Claims Officer.

Supply Manual Synopsis - Version 2017-3 (2017-08-17)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2017-3, dated August 17, 2017.

  • Revisions related to Policy Notification 121: Considering the Acquisition Card as a Call-up Instrument under Standing Offers and Supply Arrangements (effective 2017-06-21) are included in this version. Please refer to this PN to view the affected Supply Manual sections.
  • 1.25.5 North American Free Trade Agreement (NAFTA), subsection e, i: The link to Treasury Board Contracting Policy 2015-3 was updated.
  • 1.25.16 Bilateral Free Trade Agreements, subsection a: Links to the Canada-Chile Free Trade Agreement and the Canada-Peru Free Trade Agreement were updated.
  • 1.35.1 Canadian International Trade Tribunal:
    • subsection c — The contact information for the PWGSC CITT expert advisor was updated
    • subsection d — The name of the group that coordinates PWGSC’s actions in response to CITT complaints was updated
  • 1.35.5 Procurement Ombudsman:
    • Subsection c — The name of the group that coordinates supplier complaints to OPO was updated.
    • Subsection d — The contact information for the OPO coordination office was updated.
  • 3.35.1.20. Bid solicitation and resulting contract documents:
    • editorial changes are made in subsection a. and b
    • paragraph a.v.: reference to section 4.70.20 Bases of payment is added to direct user to more information on payment provisions
  • 3.195.1 Treasury Board Secretariat Risk Management Policy, subsection c: The TB Directive on Claims and Ex Gratia Payments was replaced with the TB Directive on Payments. The link to the old directive was updated accordingly.
  • 4.65 Exchange Rate Fluctuation Risk Mitigation:
    • subsections d and e are revised to reflect the publication time change of the exchange rates by the Bank of Canada, which are no longer published at noon but by 16:30 Eastern Time (ET) instead
    • subsections k, l and r are revised to improve clarity
  • 4.70.20. Bases of payment:
    • editorial changes are made in subsection b
    • subsection c. is added to illustrate that fixed time rate contracts and cost reimbursable contracts are subject to either a limitation of expenditure or a ceiling price
  • 4.70.20.10 Fixed time rate:
    • editorial changes are made in subsections a. to c
    • subsection d.: guidance on when to subject contracts with a fixed time rate basis of payment to a limitation of expenditure is added
  • 4.70.20.15 Cost reimbursable with incentive fee: editorial changes are made in subsections a, g and h.
  • 4.70.20.20. Cost reimbursable with fixed fee: editorial changes are made in subsections a., d. and e.
  • 4.70.20.25 Cost reimbursable with fee based on actual costs:
    • editorial changes are made in subsection a
    • subsection e.: reference to ceiling price is removed
  • 4.70.20.30 Cost reimbursable with no fee: modification to paragraph c to provide clarification.
  • 5.45.15 Bids in Foreign Currency - Revision to reflect the publication time change of the exchange rates by the Bank of Canada, which are no longer published at noon but by 16:30 Eastern Time (ET) instead.
  • 8.5 Contract Administration, subsection c, viii.: item added to reference the Vendor Performance Corrective Measures Policy and the Integrity Regime
  • 8.55 Claims for Extra Payment, subsection d: The TB Directive on Claims and Ex Gratia Payments was replaced with the TB Directive on Payments. The link to the old directive was updated accordingly.
  • 8.90 Assignment of contracts, subsection c: link to Annex 8.13 Letter Templates for Integrity was updated.
  • Annex 8.1 Guidelines on Procurement File Organization and Make-Up:
    • subsection 2 v.: item added to highlight the integrity verification process.
    • subsection 2 w.: “conditional amendment” was added to the list of examples
  • Supply Manual Glossary:
    • Ceiling price: the definition is clarified and expanded upon to provide guidance on when to use a ceiling price.
    • Ex Gratia Payment: Definition updated to change the reference to the TB Directive on Claims and Ex Gratia Payments to the TB Directive on Payments.
    • Limitation of expenditure: new definition is added to the Glossary.

Supply Manual Synopsis - Version 2017-2 (2017-07-05)

The Supply Manual was updated in support of Policy Notification (PN) 125: Replacement of the Agreement on Internal Trade (AIT) and entry into force of the Canadian Free Trade Agreement (CFTA), effective July 1, 2017. See PN 125 for more information.

Supply Manual Synopsis - Version 2017-1.1 (2017-05-12)

Version 2017-1.1 of the Supply Manual was released on May 12, 2017 in order to correct inaccurate information in the following sections:

  • 9.10.10 Architectural and engineering services: The word “Directorate” has been removed.
  • Supply Manual Glossary - Architectural and engineering service contract: definition was updated.

Supply Manual Synopsis - Version 2017-1 (2017-04-27)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2017-1, dated April 27, 2017.

  • In support of PN-117, the following changes were made to the Supply Manual:
    • a reference to "5.5.5 Certificates, declarations and proofs" was added to section 4.21 subsection iv.; section 4.45 subsections a, b, c, and d; and section 5.16 subsection c, iii, C
    • changes were made to section 5.5 subsection c, i and vii to improve clarity
    • section 5.5.5 Certificates, Declarations and Proofs was added
  • In support of PN-117U, the following changes were made to Section 5.5.5, subsection e:
    • "Registry and Pre-Qualification of Floating Plant" and "Solicitations using Public Openings" were added to the list of exceptions
    • "Two Step Bid Evaluation Process" was removed from the list of exceptions
  • Sections of the Supply Manual which reference the Canadian Commercial Corporation (CCC) have been reviewed and updated to align with current practice and process within Public Works and Government Services Canada (PWGSC):
    • 3.125 Canadian Commercial Corporation
    • 9.55 Canadian Commercial Corporation
      • 9.55.1 General Information on Canadian Commercial Corporation Contracts
      • 9.55.5 Subcontracting
      • 9.55.10 Memorandum of Understanding
      • 9.55.15 Certification and Signing Authority
    • Annex 9.6: Memorandum of Understanding - Canadian Commercial Corporation / Public Works and Government Services Canada
      • Annex A to Memorandum of Understanding 9.6.1: Responsibility Matrix
      • Annex B to Memorandum of Understanding 9.6.2: Canada-United States Defence Production Sharing Agreements
      • Annex C to Memorandum of Understanding 9.6.3: Canada-United States Defence Development Sharing Agreement
    Any questions on the updated content can be directed to the Price Support Directorate (PSD) by e-mail at the following address: CCC.Certification@pwgsc-tpsgc.gc.ca.
  • The Industrial Security Program (ISP) was renamed and is now called the Contract Security Program (CSP). Changes were made to sections 1.65 Policy on government security, 4.30.10 Industrial security in contracts, and 4.30.30 Foreign ownership, control or influence to reflect this change.
  • 1.25.5. North American Free Trade Agreement (NAFTA), subsection e. – The trade agreements thresholds, reference to Treasury Board Contracting Policy Notice and related links and dates were updated.
  • Annex 1.1.1: Matrix of Responsibilities between Public Works and Government Services Canada (PWGSC) and Client Departments for the Procurement of Goods and Services (Generic), No. 1.3.1 – Reference to the Memorandum of Understanding (MOU) between the Royal Canadian Mounted Police (RCMP) and the Canadian Industrial Security Directorate (CISD) was removed.
  • Annex 1.2: Memorandum of Understanding between the Royal Canadian Mounted Police and the Canadian Industrial Security Directorate – The MOU between RCMP and CISD has expired and was removed from the Supply Manual.
  • 2.50.1. Security and Requisitions, subsection a. – Reference to the MOU between RCMP and CISD was removed.
  • Annex 2.3: List of Public Works and Government Services Canada Allocations Units – Contact information for the Atlantic Region locations was updated.
  • 3.15 Non-competitive Contracting Process - In support of PN-120, subsection c was removed.
  • 3.50.1. General Procurement, subsection d. – Reference to Buyandsell.gc.ca Tenders site was added.
  • 7.1 Overview of contract award and issuance of standing offers and supply arrangements, subsection c.: In support of PN-112, a brief description of the electronic signature process was added.
  • 7.30.1. Award Notices on the Government Electronic Tendering Service (GETS), subsection c.: Link updated to reflect more recent version of the Automated Buyer Environment Blue Book.
  • 8.140 Disputes, subsection e. – Contact information for the Business Dispute Management (BDM) Program was updated.
  • 8.140.1 Contract Dispute Resolution, subsection a. – Contact information for the Business Dispute Management (BDM) Program was updated.
  • Annex 8.6.1 Required procedure for applying a Vendor Performance Corrective Measure (VPCM): Link to the PDF version of the Overview of the Process Chart was removed because the file contained errors.
  • 9.10.10 Architectural and Engineering Services – Subsections a. to c. have been updated and merged into one subsection. References to professional stamp and open agreements have been removed.
  • 9.10.20 Elevator maintenance services – As of March 31, 2017, RPCD will no longer utilize its prequalification list for Elevator Maintenance Contractors. Therefore, this section of the Supply Manual has been removed. For more information, please see the Cancel elevator prequalified list (EN578-121864/B) notice.
  • Supply Manual Glossary – Architectural and engineering service contract – Definition updated to remove reference to professional stamp and open agreements.

Supply Manual Synopsis - Version 2016-1 (2016-01-28)

January 28, 2016 - The Supply Manual (version 2016-1) is updated to incorporate changes related to Policy Notification 11R4: Vendor Performance Corrective Measure Policy (2015-12-23), Policy Notification 111: Public–Private Partnership (P3) Procurement Approach (2016-01-28) and Policy Notification 114: Acquisitions Card and Electronic Payment Instruments (2016-01-28).

Policy Notification 113: Canada’s response to the Syrian Refugee Resettlement (2015-11-28) and Policy Notification 113U1: Canada’s Response to the Syrian Refugee Resettlement: Clarification of Limits (2015-12-08) have no impact on the content of the Supply Manual.

Refer to individual policy notifications for more detail.

Additional changes to Policy Notification 11R4 (PN-114)

    Subsequent to its December 23, 2015 release, the following changes have been made to PN11R4:
  • 8.180.10. Definitions – subsection c.: The definition of “Vendor Performance Corrective Measure” was updated.
  • 8.180.15.1 Contract administration concerning the Vendor Performance Corrective Measure Policy – subsection j.: Instructions for inquiries related to the Vendor Performance Policy promulgated in 1996 was added.

Other Changes

Contracting Limits and Related Notes (available on GCpedia) – The authority limits for manager’s position of GCSurplus (Sales Limitations [Competitive, Non-competitive, Aggregate of Amendments] and Inventory Shortages) were updated to reflect the department’s Delegation of Authorities Instrument.

The following changes have also been made to the Supply Manual and are not related to any PN:

  • Foreign Military Sales: Changes were made to sections 3.185. Foreign Military Sales and 9.15. United States Foreign Military Sales to reflect proper procedures, roles and responsibilities with respect to delegated authorities in the Foreign Military Sales program, and to clarify the associated file transfer processes from Public Works and Government Services Canada (PWGSC) headquarters to the PWGSC Washington office.
  • Annex 2.2: Green Procurement: Environmental Factors and Evaluation Indicators – Section 2.d.ii: "material safety data sheet" was replaced by "safety data sheet" to align terminology with the United Nations document entitled "Globally Harmonized System of Classification and Labeling of Chemicals" and the Workplace Hazardous Materials Information System 2015.
  • 3.115. Bidders' Conferences - Subsection d.: Reference to Standard Acquisitions Clauses and Conditions Manual clauses for Requests for Standing Offers and Requests for Supply Arrangements has been added.
  • 4.70.20.5. Economic Adjustments in Firm Price Contracts – Subsection b.: Reference to client departments being advised to seek Treasury Board approval for exchange price adjustment (EPA) and/or foreign currency adjustment (FCA) relief and the appropriate financial models to use, has been removed.
  • 5.1. Annex: Federal Contractors Program for Employment Equity — Subparagraph 2.b.ii.B.: The definition of “workforce” has been updated for consistency with the Treasury Board Contracting Policy.
  • 9.2. Annex: Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups: The contact information for the Qikiqtani Inuit Association and the Inuvialuit Development Corporation was updated and the listing of the Inuvialuit Regional Corporation was deleted.
  • Links and email addresses have been updated.

Supply Manual Synopsis - Version 2015-4 (2015-09-24)

September 24, 2015 – In order to meet the Web Standards for the Government of Canada, some section titles of the Supply Manual have been renamed. As part of this update, a number of hyperlinks have also been revised throughout the Manual. These changes have no impact on the content of the affected sections.

The renamed sections are the following:

  • 1.1 Overview of public procurement
  • 1.50 Fairness monitoring
  • 1.55.1 Overview of commodity management
  • 2.25 Requisitions subject to Comprehensive Land Claims Agreements
  • 3.1 Procurement strategy - Introduction
  • 3.40 Standing offer method of supply
  • 3.45 Supply arrangement method of supply
  • 3.80 Requisitions subject to Comprehensive Land Claims Agreements (CLCAs)
  • 3.90 Contracting with former public servants
  • 3.95 Intellectual property (IP)
  • 3.150.20.1 Overview of the Canadian General Standard Board
  • 3.195.5.1 Risk management process for limiting a contractor's liability - General information
  • 3.200.1 Contractor liability - General information
  • 4.1 Solicitation process - Introduction
  • 4.30.35. Information on Comprehensive Land Claims Agreements
  • 4.30.40. Information on the Procurement Strategy for Aboriginal Business
  • 5.1 Overview of the evaluation and selection of contractors
  • 6.1. Approvals and authorities - General information
  • 6.20.1.1 Responsibilities
  • 7.1 Overview of contract award and issuance of standing offers and supply arrangements
  • 8.1 Overview of contract management
  • 8.180.1 Vendor Performance Corrective Measure Policy - Introduction
  • 9.1 Special procurements - Introduction
  • 9.5.1. Major Crown Projects - General information
  • 9.5.20 Senior Project Advisory Committee
  • 9.15.1 Foreign Military Sales planning
  • 9.35 Comprehensive Land Claims Agreements (CLCAs)
  • 9.35.1 General information on Comprehensive Land Claims Agreements
  • 9.40.40 Legal status of Aboriginal business
  • 10.1 Cost and profit - General information

Other changes

  • 9.2. Annex: Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups - Contact information for the Nunasi Corporation has been updated.

Supply Manual Synopsis - Version 2015-3 (2015-09-17)

September 17, 2015 - The Supply Manual is updated (version 2015-3) in order to reflect the Government of Canada's Integrity Regime and resulting Policy Notification 107R1 New Integrity Regime (PN-107R1).

NOTE: Following the publication of PN-107R1 on July 3, 2015, changes were made to the Supply Manual on July 15, 2015. For reference purposes, the details of these changes are available in the Supply Manual Archive.

This Supply Manual update (version 2015-3) includes the changes made on July 15 as well as additional modifications to align the content and terminology of the Supply Manual with the Integrity Regime and the Ineligibility and Suspension Policy. Editorial corrections and other modifications were also made to ensure consistency between the English document and the equivalent French document.

Changes in this update have no impact on the content of the Integrity Regime and the Ineligibility and Suspension Policy.

The affected sections are the following:

  • 1.30.25. Code of Conduct for Procurement – subsection b.
  • 3.22.5. Exceptions to Processes when an Emergency – subsection b.
  • 3.35.1.40. Authorizing and Issuing Task Authorizations – subsection b.
  • 3.51. Integrity Overview
  • 4.21. Integrity Provisions
  • 4.21.1. Administrative Agreements
  • 4.21.2. Public Interest Exception (PIE)
  • 4.21.3. Contracting with Ineligible/Suspended Subcontractors
  • 4.45. Certifications – subsection d.
  • 5.16 Integrity Compliance
  • Annex 6.4.1: Approval Authorities and Additional Signing Authorities in Support of Clients’ Programs Only – Other than for Canadian Commercial Corporation – subsections 1.1.5.1 and 1.1.5.2
  • 8.70.2. Compliance with the Integrity Provisions
  • 8.70.5. Amending Contracts – subsection d.
  • 8.90. Assignment of Contracts – subsections c. and d.
  • Annex 8.13: Letter Templates for Integrity

Other Changes

  • Annex 4.3: Taxes and Duties - Section 3 is updated for clarity.

Supply Manual Synopsis - Version 2015-2 (2015-07-29)

The Supply Manual was updated in support of Policy Notification (PN) 72R2 Review Process for Creation, Renewal and/or Extension of Standing Offers and Supply Arrangements, released July 8 2015. See PN-72R2 for more information.

Supply Manual Synopsis - Version 2015-1 (2015-02-25)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2015-1, dated February 25, 2015.

Former Public Servants:

  • 4.15 Preparation of the Solicitation Documents, subsection c. – Reference to section 4.45 was removed.
  • 4.30.45.25 Former Public Servants – New section created with deleted subsection 4.45 b.; the term “certification” was removed with respect to Former Public Servants and guidance has been modified to better align the Supply Manual with the 2012 Standard Acquisition Clauses and Conditions (SACC) update.
  • 4.45 Certifications – Subsection b. was deleted and moved to new section 4.30.45.25.

Other Changes:

  • 1.45.1 Litigation Costs – New section added to address the responsibility for liability between PWGSC and client department in the event there is litigation resulting from a procurement.
  • 3.35.1.50. Revision of a Task Authorization by the Client – French content replaced to correctly reflect the English version.
  • 3.3. Annex: Model Content of an Advance Contract Award Notice, section 5 – Minor change made to French wording in order to reflect the terminology used in the Procurement Strategy for Aboriginal Business (PSAB) clauses of the SACC Manual.
  • 4.10.30. Professional Services Sourcing Tools, subsection b. – Reference to Professional Services Online (PS Online) has been deleted and replaced with updated information on the ProServices method of supply.
  • 4.100 Canceling and Reissuing a Solicitation – Subsection i. was added to highlight the necessity to document procurement files when cancelling solicitations.
  • 4.4. Annex: Supplies Exempt from Goods and Services Tax/Harmonized Sales Tax, section 3, subsection h. – The maximum value for goods being imported by mail or courier was corrected from $40 to $20.
  • 5.10. Confidentiality of Bids, subsection c. – Reference to the ability to request a "list of suppliers having requested copies of bid documents published on the Government Electronic Tendering Service (GETS)" was removed.
  • 5.70 One Responsive Bid - Changes were made to ensure compliance with the Directive / Guideline on the Use of Cost and Price Analysis Services and to provide guidance to contracting officers when only one responsive bid greater than $1,000,000 is received, and when only one responsive bid less than or equal to $1,000,000 is received in response to a competitive bid solicitation.
  • 9.10.20 Elevator Maintenance Services - Changes made to reflect Statistics Canada revised baseline data for the index of Electrical Equipment Manufacturing.

Web Accessibility:

Changes have been made to the presentation of the tables in the following sections to address web accessibility issues. These changes affect the technical presentation only and do not represent substantive content changes.

  • 3.95 Intellectual Property
  • Annex 3.4.2: Record of Agreement Template – for Public Works and Government Services Canada Clients
  • Annex 3.8: Comparison of Different methods of Supply

The following annexes from Chapter 10 - Cost and Profit have been temporarily removed from the Supply Manual:

  • Annex 10.1: Determination of Fixed Capital Employed Applicable to a Contract
  • Annex 10.1.1: Examples to Determine the Fixed Capital Employed
  • Annex 10.3: Examples of Profit Calculations

Supply Manual Synopsis - Version 2014-5 (2014-11-27)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2014-5, dated November 27, 2014.

  • 1.30.25 Code of Conduct for Procurement - Changes were made to make it clear that the Code of Conduct for Procurement does not apply to all transactions covered by Treasury Board Contracting Policy, but only to procurements done by PWGSC on behalf of PWGSC or any other client department.
  • 3.55.1 Security and Timelines:
    • Subsection b. - Reference to cost recovery was removed as there are no direct costs associated with sponsoring an organization
    • Subsection c. - Timelines for completing personnel security screenings were updated.
    • Subsection d. - Timelines for organization security screenings were deleted.
  • 3.6. Annex: Canadian Content Policy, section 3. Determining Eligible Bidders - References and associated information to the MERIT Partnership Program and CIRCLE Canada were deleted as these two programs are no longer operational.
  • Annex 6.4.8: Amendment Approval Instructions for all Complexities, section 4.a. - Clarification on the approval for incorporating set-asides into a contract was provided, as well as clarification on completing the “Value” question of the Risk Assessment for Amendments.
  • 8.135.50 Approval Authority - Title and content modified to replicate wording in 6.25.35 Stop Work Orders and Notices of Termination and update further to revised treatment of signing authority.
  • 8.175. Contract End and Contract Close Out - Section rewritten to provide clearer details on contract end and close-out. Best practices related to warranties, intellectual property, and outstanding operational and legal issues are also provided.
  • 9.2. Annex: Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups – Changes were made to update the contact information for Makivik Corporation in Kuujjuuq for procurements subject to the Inuit portion of the James Bay and Northern Quebec Agreement and to the Nunavik Inuit Land Claims Agreement.
  • The CORCAN Supply Arrangement was replaced with a Stores Transfer Guideline. Acquisitions from CORCAN are considered “transfers” of goods and services between federal organizations; they are not contracts within the meaning of the Government Contract Regulations or Treasury Board Contracting Policy. References to CORCAN in the Supply Manual were reviewed:
    • 1.45. Division of Responsibilities between PWGSC and Client Departments, subsection c. - Reference to the MOU with CORCAN was removed.
    • 3.5.1 Mandatory Standing Offers and Supply Arrangements, subsection h., paragraph vi. - Goods or services acquired from CORCAN were added in the exceptions to the use of mandatory procurement instruments.
    • 9.30 Purchases from CORCAN - Subsection b. was updated.
    • 9.30.1 Requisition Receipt - Wording changed to delete any reference to the Cabinet Decision.
    • 9.30.5 Memorandum of Understanding - Section deleted.
    • 9.30.10 Implementation - General information about the process has been updated and changes were made to reflect the change in CORCAN’s procurement instrument (i.e. Stores Transfer Guideline instead of supply arrangement).
    • 9.35.20 Applicability of Comprehensive Land Claims Agreements in Effect - Subsection f. was added to indicate that procurement sourced through CORCAN, as stores transfer orders, are not subject to CLCAs.
    • 9.1. Annex: Memorandum of Understanding Between Public Works and Government Services Canada and CORCAN - Annex deleted.

Supply Manual Synopsis - Version 2014-4 (2014-09-25)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2014 4, dated September 25, 2014.

Integrity

Changes were made to ensure that reference to conditional or absolute discharges are included where relevant; to include the new Special Investigations Directorate (SID) verification process for procurement and real property transactions below $25,000; and to clarify the application of the integrity provisions. The detailed changes are listed below:

  • 3.35.1.40 Authorizing and Issuing Task Authorizations – Integrity Provisions – subsection b., paragraph ii: changed to include all situations where the Assistant Deputy Minister, Acquisitions Branch (ADM/AB) approval is required to continue use of task authorizations.
  • 3.51 Integrity Overview – Subsection a.: added reference to "conditional or absolute discharges".
  • 4.21 Integrity Provisions – Subsection e. is deleted. Subsection h. was changed to clarify that contracting officers need only obtain written responses for refusals by suppliers who have an existing contract, and not bidders or offerors.
  • 5.16 Integrity Compliance
    • Subsection a. - Added reference to “conditional or absolute discharges”.
    • Subsection d, paragraph ii. - Added reference to “conditional or absolute discharge”.
    • Subsection d, paragraph iii. - Added “Chief Executive Officer/owner” to cover situations where head of company is other than President.
    • Subsection d, paragraph v. - A new paragraph was added on the procedure for handling transactions below $25,000 effective June 12, 2014.
    • Subsection f, paragraph ii. - Added reference to “conditional or absolute discharges”.
    • Subsection g. - Added “conditional or absolute discharge” and removed the word “potential” to make sentence clearer.
    • Subsection h. - Removed “Before seeking approval for competitive requirements” and replaced with “Before contract award”.
  • 8.70.2 Compliance with Integrity Provisions
    • Subsection b. - Added reference to “conditional and absolute discharges”.
    • Subsection c. - Added reference to “conditional and absolute discharges”, removed the word “will” and replaced with “may” in the second sentence to denote that there is some discretion for Canada when determining whether to continue the contract when an individual with a conviction is dismissed or resigns.
  • 8.70.5 Amending Contracts – Subsection d.: added two exceptions to the SID verification process for amendments.
  • 8.90 Assignment of Contracts – Subsection c.: added “an offence or have received a conditional or absolute discharge”.

Integrity - Template Letter

Annex 8.13: Letter templates for Integrity - In order to reflect the latest changes to the Integrity Provisions, multiple changes were made to the Template Letter for Addition of Provisions to an Existing Contract. Changes include replacement of “Supplier” and “Bidder” with “Contractor”, definition of Time Period and addition of associated preventive measures, and changes to the Certification to accurately reflect the requirements under the Integrity Provisions.

Other Changes

The following sections were modified:

  • 1.60.1 Green Procurement Policy - Subsection d. updated to reflect organizational changes.
  • 3.75.5 Public Works And Government Services Canada On-Line Tools/Services And Office Of Small And Medium Enterprises Role - Reference to the Procurement Allocations Directory has been removed and replaced with a link to contacts for GSIN Codes.
  • 3.150.20.1 Canadian General Standard Board - Minor change was made to the wording in subsection b.
  • Annex 8.6.1: Required Procedure for Applying a Vendor Performance Corrective Measure (VPCM) – An error has been corrected in the instructions under “Director review of VPCM assessment results – Step 5”: if “no”, proceed to stream 1; if “yes”, proceed to stream 2.
  • Annex 9.2: Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups - The contact information for Kakivak Association for procurements subject to the Nunavut Land Claims Agreement has been updated.

Policy Notification 105R1 (PN-105R1)

Revisions related to PN-105R1 - Revisions to Procurement Complexity, Risk Assessments and Approval Authorities (effective 2014-09-02) are included in this new version of the Supply Manual. The details of these revisions are listed below:

  • Chapter 2:
    • 2.1 Requirements Definition – Revised wording of subsection c. for clarity and to bring French text in line with English text.
    • 2.26 Early Engagement with Clients, Suppliers and Public Works and Government Services Canada (PWGSC) Contracting Officers – New section to reflect Acquisitions Program’s transformational agenda and approach to engagement.
    • 2.30.10 Allocation of Work by Complexity Level – Added instructions for Level 4 and 5 procurements.
    • 2.30.15 Complexity Code – Text expanded to explain which codes to use in ABE’s workload management module.
    • Annex 2.4: Characteristics of Acquisitions Program Procurement Complexity Levels – New annex. Identifies and provides characteristics of Complexity Levels 1 through 5 inclusive.
    • Annex 2.5: Entering Complexity Code into the Automated Buyer Environment – New annex. Provides instructions to contracting officers on entering the complexity codes within the Automated Buyer Environment (ABE).
  • Chapter 3:
    • 3.1.5 Procurement Risk Assessments for Complexity Level 1, 2 and 3 Procurements – Added instructions for Level 4 and 5 procurements.
    • 3.1.15 Complex Procurement – Section merged into sections 3.1.5 and 6.5.15.1.
    • 3.15.5.10 Statement of Capabilities (Challenge Process) – Added new instructions for Level 3 procurements and instructions for Level 4 and 5 procurements.
    • 3.90 Former Public Servants –Subsection d.: added that contracting officers must indicate in the approval document when a contract is issued to a former public servant.
    • 3.110 Legal Services – Removed rule requiring review by Legal Services if the procurement requires approval at the senior director level or above.
  • Chapter 4:
    • 4.15 Preparation of the Solicitation Documents – Added text encouraging contracting officers to obtain reviews of solicitation documents prior to posting.
    • 4.100 Canceling and Reissuing a Solicitation – Added instructions on conducting risk assessments when a significant change to the requirement occurs.
  • Chapter 5:
    • 5.35 Evaluating the Bids – Added wording to further explain the Formal Peer Review of the Bid Evaluation.
    • 5.45.1 Formal Peer Review Process – Evaluation of Bids – Added instructions for Level 3 procurements.
  • Chapter 6:
    • 6.5 Procurement Approval Documents – Subsection a.: Added wording regarding associated risks.
    • 6.5.1.1 Procurement Plan for Procurements below Director General Level – Expanded the instructions when risks must be addressed in the approval document.
    • 6.5.5 Contract Planning and Advance Approval – Expanded the instructions when risks must be addressed in the approval document.
    • 6.5.5.5. Contract Request or Contract Planning and Advance Approval (CPAA) Resubmission – Expanded the instructions when risks must be addressed in the approval document.
    • 6.5.15.1 Procurements requiring a Treasury Board Submission – Added instructions for completing the risk assessment.
    • 6.10.1 Contract Quality Control Review – Identified QC as a peer reviewer of solicitation documents. Removed rule requiring review by Quality Control and Support Services for Procurement Division (QCSSPD) if the procurement requires approval at the senior director level or above.
    • 6.10.5 Legal Services Review - Removed rule requiring review by Legal Services if the procurement requires approval at the senior director level or above or if procurement is valued at $50M of higher.
    • 6.10.10 Cost and Price Analysis Services - Removed rule requiring review by Contract Cost Analysis, Audit and Policy Directorate (CCAAPD) if the procurement requires approval at the senior director level or above.
    • 6.20 Contract Approval and Signing Authorities – Revised to remove reference to Annexes 6.4, 6.4.1, 6.4.2, 6.4.4, 6.4.5, 6.4.6 and 6.4.8.
    • 6.20.1.5 Incumbent – Revised to provide updated references to Delegation forms.
    • 6.25.25 Financial Evaluation of Bids/Offers/Arrangements – Revised to provide instruction for Complexity Levels 1 through 5 inclusive.
    • 6.25.35 Stop Work Orders and Notices of Termination – Revised to add reference to Procurement Risk Assessments for Amendments.
    • 6.25.60 Standing Offer – Revised to consolidate various references to seeking approval for Standing Offers within Chapter 6.
    • 6.30.1 Ratification by Treasury Board – Added further instructions when seeking ratification from Treasury Board.
    • 6.30.5 Ratifications within Departmental Authorities – Added instructions for Level 3 procurements.
    • 6.30.10 Confirming Orders and Contracts Involving Pre-contractual Work - Added instructions for Level 3 procurements.
    • Annex 6.1: Procurement Plan Instructions – Revised to reflect change to approval authorities for procurement plans.
    • Annex 6.2: Contract Request Instructions – Revised to reflect change in Complexity Levels and to add requirement to address risk in the Contract Request.
    • Annex 6.3: Preparation of Contract Amendment Approval Documents – Revised to address all Complexity Levels and add requirement to address risk within the approval document.
    • Annex 6.4: Conditions Imposed on the Approval Authority Limits for Public Works and Government Services Canada Personnel – Revised to reflect new Complexity Levels and changes to approval authorities and oversight.
    • Annex 6.4.1: Approval Authorities and Additional Signing Authorities in Support of Clients’ Programs Only – Other than the Canadian Commercial Corporation – Revised to address all Complexity Levels and changes to approval authorities and oversight.
    • Annex 6.4.2: Contracting Limits including Exceptional Authorities – Title changed. Content revised to reflect new Complexity Levels, changes to approval authorities and oversight, and update heat map. Delegation Tables, with associated Notes, have been moved to GCpedia.
    • Annex 6.4.2.1: Contracting Limits for Basic and Standard Procurements – Text reviewed and merged with Annex 6.4.2.
    • Annex 6.4.2.5: Contracting Limits for Complex Procurements – Text reviewed and merged with Annex 6.4.2
    • Annex 6.4.3: Exceptional Contracting Limits for Complex Procurements - Text reviewed and merged with Annex 6.4.2
    • Annex 6.4.4: Notes to Exceptional Contracting Limits for Complex Procurements – Annex deleted. Content moved to GCpedia.
    • 6.4.6. Annex: Contract Amendment Approval Instructions for Complexity Levels 1, 2 and 3 – Title revised. Content revised to reflect new Complexity Levels 1 through 3 inclusive and to reflect changes to approval authorities and oversight. Examples showing when a RAA is required have been moved to GCpedia.
    • Annex 6.4.7: Complex Contract Amendment Approval Instructions – Text reviewed and merged with Annex 6.4.6.
    • Annex 6.4.8: Amendment Approval Instructions for all Complexities – Updated to reflect new Complexity Levels and changes to approval authorities and oversight.
  • Chapter 8: 8.70.10 Approval of Contract Amendments - Aligned all procurement streams - contract amendments are approved in accordance with the Procurement Risk Assessment for Amendments.
  • Glossary:
    • Level 1, 2, 3, 4, 5 Procurement – Definitions for the 5 levels of procurements have been added.
    • Request for Proposals – Removed the words “used for complex procurements” to clarify that any complexity stream may issue an RFP.

Supply Manual Synopsis - Version 2014-3 (2014-06-26)

This synopsis is a summary of the revisions made to the Supply Manual, Version 2014-3, dated June 26, 2014.

Information related to the following topics has been updated in this version:

Integrity

  • 3.51 Integrity Overview – subsection b., paragraph ii.: “PWGSC Koblenz Office” was removed since this office has been following the integrity process; “sales of seized property” and “sales of Crown assets” was added to clarify the applicability of the integrity exemptions; “Crown Assets Distribution (CAD)” was replaced by “GCSurplus”.
  • 4.21 Integrity Provisions – subsection a.: instructions that any change to the Integrity Provisions must be approved by the Assistant Deputy Minister, Acquisitions Branch were added.
  • 5.16. Integrity Compliance – subsection c.: the information required for integrity verification was removed and replaced by a link to the Integrity Verification Form.
  • 8.70.2 Compliance with the Integrity Provisions – subsection c.: the wording “terminating any task authorizations” was deleted.

PWGSC Koblenz Office

3.176 PWGSC Europe Office Procurement – Germany – new section added to address the law applicable for procurement carried out by the PWGSC Europe Office located in Koblenz, Germany.

Reference to Recourse Mechanisms in Regret Letters

Annex 7.1: Samples of Regret Letters – the title was changed (French only); a paragraph was added to both sample letters (Appendix A 7.1.1: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers – Responsive Bid/Offer/Arrangement and Appendix B 7.1.2: Regret Letter to Unsuccessful Bidders/Offerors/Suppliers – Non-responsive Bid/Offer/Arrangement) to refer suppliers to information on recourse mechanisms (i.e. Canadian International Trade Tribunal and Office of the Procurement Ombudsman).

Bidder’s Conferences and Site Visits - Security Requirements

  • 3.115. Bidders' Conferences – the title was changed (formerly Bidder’s Conference and Site Visits); the content related to bidder’s conferences previously found in section 4.30.45.15. Bidders' Conferences and Site Visits was moved to this new section; text was added to introduce security requirements within bidders’ conferences; editorial changes were made for consistency and to improve wording and flow.
  • 3.116 Site Visits – new section created to address site visits individually and combine the information related to site visits previously found in sections 3.115 and 4.30.45.15 and; text was added to introduce security requirements within site visits; editorial changes were made for consistency and to improve wording and flow.
  • 4.30.45.15. Bidders' Conferences and Site Visits – the content of this section was moved to section 3.115 (for bidder’s conferences) and section 3.116 (for site visits) and references to both sections were added.

Comprehensive Land Claims Agreements and Procurement Strategy for Aboriginal Business

  • 9.35.65. Comprehensive Land Claims Agreements and Procurement Strategy for Aboriginal Business – the title was changed; paragraph a. was added; changes were made in subsection f. to clarify that Procurement Strategy for Aboriginal Business clauses cannot be used or modified to implement a Comprehensive Land Claims Agreement (CLCA) right of first refusal that may exist under a CLCA; editorial changes were made.
  • 9.40.5 Procurement Strategy for Aboriginal Business and Comprehensive Land Claims Agreements – the title was changed; the content of this section was removed and replaced by a reference to section 9.35.65.

File Documentation

8.1 Annex: Guidelines on File Organization and Make-up – multiple changes were made in order to reflect the various documents being used by contracting officers throughout the procurement process. Changes include the addition of documents, more precision and clarity in the procurement process and editorial changes.

SELECT

  • 9.10.5 SELECT – references to the North American Free Trade Agreement and the Agreement on Internal Trade thresholds were removed in subsection a. and editorial changes were made.
  • 9.10.5.1 Use of SELECT for Requirements Subject to Comprehensive Land Claims Agreements (CLCAs) – new section introducing options as to how requirements subject to CLCAs can be processed by either using SELECT or not.
  • 9.35.91 SELECT– new section providing a detailed process to address CLCAs when using SELECT.

References to Standard Procurement Templates

  • 1.10.10. Procurement Best Practices – subsection m.: the wording was improved and the references to the standard procurement templates and the division’s name were updated.
  • 4.10.15. Bid Solicitation – subsection a.: the reference to the standard procurement templates was updated and a reference to the Standard Procurement Template Procedures was added.
  • 4.10.20. Request For Standing Offers – subsection c.: a reference to the Standard Procurement Template Procedures was added.
  • 4.10.25. Request For Supply Arrangements – subsections a. and b.: a reference to the Standard Procurement Template Procedures was added and minor editorial changes were made.
  • 4.15.1. Departmental Standard Procurement Templates – the title was updated, the text was revised in subsection c. to include a reference to the Standard Procurement Template Procedures, and file format availability was added.

Posting on the Government Electronic Tendering Service (GETS)

  • 4.75.15 Notice of Proposed Procurement – subsection c.: changes were made to indicate that all documents related to a solicitation must be posted on GETS or made available separately.
  • 4.80.5 Handling Questions during the Solicitation Period – subsection e. was added to specify that it is the bidder’s responsibility to monitor GETS for any updates or amendments to a solicitation notice.

Employment and Social Development Canada

References to “Human Resources and Skills Development” and “HRSDC” were updated and changed to “Employment and Social Development Canada” and “ESDC” throughout the Manual to reflect the department’s new name.

The following changes have also been made:

  • 1.25.5. North American Free Trade Agreement (NAFTA) – subsection e., paragraph i.: the information related to the Treasury Board Contracting Policy Notice has been updated.
  • 3.6. Annex: Canadian Content Policy – the name of the Directorate was updated in 3.e.ii.
  • 4.70.95 Fair wages – this section was removed as a result of the repeal of the Fair Wages and Hours of Labour Act.
  • 8.90 Assignment of Contracts – subsection c.: reference to subsection c. of section 4.21 has been corrected and replaced by a reference to subsection i.

Supply Manual Synopsis - Version 2014-2 (2014-03-13)

The current synopsis is a summary of the revisions made to the Supply Manual - Version 2014-2 dated March 13, 2014. These changes were made following the release of Policy Notification 109U1 - Defence Procurement Strategy: Procurement Review (PN-109U1) (effective February 21, 2014) and Policy Notification 109U2 - Defence Procurement Strategy: Canadian Content Policy (PN-109U2) (effective March 13, 2014).

The affected sections are:

  • 3.70 Procurement Review –The section’s title was changed (formerly “Industrial and Regional Benefits (IRB) Program”), and “Defence Procurement Strategy” was added in subsection a.
  • Annex 3.5 Procurement Review Committee Requirements and Approval Process – Subsection d. was added.
  • Annex 3.6: Canadian Content Policy – The number of eligible suppliers was changed from 3 to 2.
  • 9.40.15 Procurement Strategy for Aboriginal Business and Canadian Content – The number of eligible suppliers was changed from 3 to 2.

In addition to the above changes, the references to “Acquisition Policy and Process Directorate” were changed to “Acquisitions Program Policy Directorate” throughout the Supply Manual to reflect the directorate’s new name.

Supply Manual Synopsis Version 2014-1.1

Note: Version 2014-1.1 of the Supply Manual was a minor update performed on March 3, 2014 to reflect change to just one section for the integrity verification process. Section 5.16, subsection c. was changed to add new data elements to the integrity verification process.

Supply Manual Synopsis - Version 2014-1 (2014-03-01)

The following synopsis is a summary of the revisions made to the Supply Manual, Version 2014-1, dated March 1, 2014.

Revisions related to Policy Notification 107U1 – Integrity Provisions (PN 107U1) (effective 2014-03-01) are included in this version. Please refer to this PN to view the affected Supply Manual sections.

In addition to other minor changes, the following Supply Manual sections were also modified; these changes are not related to any PN.

  • 1.25.5 North American Free Trade Agreement (NAFTA) - Section was updated to reflect new Canadian dollar thresholds effective January 1, 2014.
  • 1.25.10 World Trade Organization Agreement on Government Procurement (WTO-AGP) - Section was updated to reflect new Canadian dollar thresholds effective January 1, 2014.
  • 3.90 Former Public Servants - Changes were made throughout this section to clarify that it applies to service contracts with former public servants and editorial changes were made to align wording.
  • 8.70.5. Amending Contracts – In subsection a., "changes in requirements" was removed from the reasons for contract amendment as this wording was not in line with international trade agreements and could have lead to misinterpretation. Subsection b. was added to provide better directions and clarifications on amending contracts.
  • Annex 9.2 Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups - Contact information for the following land claimant groups was updated:
    • Nunavut Tunngavik Incorporated;
    • Kivalliq Inuit Association;
    • Sakku Investments Corporation;
    • Selkirk First Nation;
    • Tr'ondëk Hwëch'in First Nation; and
    • Vuntut Gwitchin First Nation.

Supply Manual Synopsis - Version 2013-7 (2013-11-06)

  1. Exchange Rate Fluctuation Risk Mitigation
    The instructions on when and how to use an exchange rate fluctuation provision have been revised to make it clearer, more concise with consistent terms and using a simpler adjustment form.
    In detail, the following changes are made:
    • 4.65 Exchange Rate Fluctuation Risk Mitigation:
      • A single tender clause and a single contract clause were developed in the Standard Acquisition Clauses and Conditions (SACC) Manual. SACC clauses C3020C, C3025C and C3030C will be deleted as various methods of payment are addressed in the revised contract clause.
      • Form 450 is being added, which will be used in place of the 9411 for contracts utilizing the new process. This new form is designed to simplify the process for both the supplier and the client.
      • Calculations during the evaluation phase are no longer required. Bidders just identify their choice to apply the provision and indicate the applicable Foreign Currency Component (FCC) in Canadian dollars for each item where the mitigation is invoked at time of bid closing. In general, we are no longer concerned with the calculations of how the supplier arrives at their FCC.
      • The initial exchange rate is typically the “Bank of Canada noon rate on the solicitation closing date". Officers can modify the clause to use some other date but must ensure the date is clearly identified in the solicitation.
      • An example is added to show how the calculations are done, and how the adjustment is to be shown on invoices.
    • 5.45.20. Exchange Rate Fluctuation: This section was deleted to be incorporated within section 4.65 Exchange Rate Fluctuation Risk Mitigation.
    • 8.40 Exchange Rate Fluctuation Provision: The title was revised from "Claims for Exchange Rate Adjustment" to "Exchange Rate Fluctuation Provision"; the text was deleted and replaced with a paragraph outlining the responsibilities of client departments and contracting authorities to ensure the exchange rate fluctuation provision is applied during invoicing and payment; invoices must indicate the adjustments required as well as form PWGSC –TPSGC 450 claim showing the adjustment calculations.
    • Glossary: "exchange rate factor" and "conversion factor" were removed from the Glossary, while "exchange rate adjustment" was added and the definition of "Foreign Currency Component" was modified.
  2. Government Electronic Tendering Service (GETS)
    The Supply Manual's sections related to Government Electronic Tendering Service (GETS) were reviewed and updated to clarify the new procedures as well as the obligations of contracting officers when posting solicitations.
    The affected sections are:
    • 3.75.5 Public Works and Government Services Canada On-Line Tools/Services and Office of Small and Medium Enterprises Role – subsection c.: Reference to SRI was removed as it is mentioned in subsection a. above; Buyandsell.gc.ca Tenders contact information was revised.
    • 4.75.5 Determining the Solicitation Period - paragraph c.iii and subsection d: Reference to Acquisition Strategy and Relations Directorate (ASRD) was deleted as they no longer provide Notice of Proposed Procurement (NPP) advice; text to clarify “expired” notices was added in subsection e.
    • 4.75.10 Public Advertisement: The contact information of Buyandsell.gc.ca Tenders was revised.
    • 4.75.20 Procedure for Posting of Notice of Proposed Procurement on Government Electronic Tendering Service: The word “publication” was changed to “posting” in the title to better reflect the function of GETS; further clarification on NPP posting and the associated posting timelines were added.
    • 4.75.25 Procedures for Posting Solicitation Documents on Government Electronic Tendering Service: References and role of “GETS Distribution Unit Quality Assurance” were deleted; references to "System Administrator” were deleted as this role no longer exists; the responsibility of contracting officers to ensure that notices are accurately and completely posted on GETS was revised.
    • 4.75.30 Distribution of Material Not Electronically Available: The role of GETS in receiving non-electronic materials (e.g. CDs or DVDs) was deleted; contracting officers are now responsible for directly distributing such materials to bidders.
    • 4.75.40 Distribution of Solicitation Material to Invited Suppliers – subsection a.: Reference to Tender Contract Distribution Unit was deleted.
    • 4.80.10 Changes to the Solicitation - subsection b: GETS function of forwarding Notice of Amendment to all suppliers was deleted; suppliers can no longer order hard copies from GETS.
    • 4.80.15. Assistance to Suppliers – subsection d.: The Procurement Support Line and associated contact information were deleted and replaced by the InfoLine contact information.
    • 4.100 Cancelling and Reissuing a Solicitation – subsection a.: Information to clarify that contracting officers can no longer cancel solicitations directly on GETS was added.
    • 7.30.1 Award Notices on the Government Electronic Tendering Service (GETS) – subsection d.: Text was revised to clarify and provide direction on procurements where ABE is not used for contract award.
  3. Directive and Guideline on the Use of Cost and Price Services
    Details have been added to explain that links to the Directive and Guideline on the Use of Cost and Price Services can be found under the theme of Risk Management on the Acquisitions Program Policy Suite page in GCpedia. The affected sections are:
    • 1.10.10. Procurement Best Practices, subsection e.
    • 4.70.20.50. Types of Price Adjustments, subsection c.
    • 6.2. Annex: Contract Request Instructions, 1. General, subsection j.
    • 6.10.10. Cost and Price Analysis Services, paragraph a.i. and subsection b.
    • 8.50. Overtime, subsection e.
    • 8.105. Protecting Canada's Goods, subsection g.
    • 10.15. Prices for Out of Plant Services of Individuals, subsection c.
  4. References to Form PWGSC-TPSGC 186 Request for Private Sector Organization Screening (PSOS)
    PDF forms are no longer available on PWGSC's Acquisition Forms website. Instructions to contact the Security Program's Security and Information Services to obtain a copy of the Request for Private Sector Organization Screening form have been added in the following sections:
    • 1.1.1. Annex: Matrix of Responsibilities between Public Works and Government Services Canada (PWGSC) and Client Departments for the Procurement of Goods and Services (Generic), row 1.3.1
    • 1.2. Annex: Memorandum of Understanding between the Royal Canadian Mounted Police (RCMP) and the Canadian Industrial Security Directorate (CISD), paragraphs a.i and b.i.
    • 2.1. Annex: Requisition Review, paragraph 3.c.
    • 3.55.1. Security and Timelines, subsection b.
    • 4.30.10. Industrial Security in Contracts, subsection b. and paragraph d.i.
  5. Comprehensive Land Claims Agreements (CLCAs) and Procurement Strategy for Aboriginal Business (PSAB)
    • 1.25.5 North American Free Trade Agreement (NAFTA), subsection b., and paragraphs e.iv. and e.v.: “Set-asides for small and minority businesses” was changed to “set-asides for minority businesses” as set-asides for small businesses are not used in Government of Canada contracting; the wording about exceptions (e.g. for national security) and exclusions (e.g. set-asides for Aboriginal businesses) was clarified.
    • 1.25.10 World Trade Organization Agreement on Government Procurement (WTO-AGP), subsection d., and paragraphs h.v., and h.vi: “Set-asides for small and minority businesses” was changed to “set-asides for minority businesses” as set-asides for small businesses are not used in Government of Canada contracting; the wording about exceptions (e.g. for national security) and exclusions (e.g. set-asides for Aboriginal businesses) was clarified.
    • 1.25.15 Agreement on Internal Trade (AIT), subsection e.: Changes were made to clarify how AIT interacts with CLCAs and PSAB.
    • 1.25.20 Comprehensive Land Claims Agreements: The name “Department of Indian and Northern Affairs” was updated to “Aboriginal Affairs and Northern Development Canada”; the mention of the number of CLCAs in existence was removed;. the wording to indicate that the Aboriginal rights detailed in CLCAs have constitutional protection, as opposed to the CLCAs having “been granted quasi-constitutional status” was amended; the wording on when contracting officers must refer to section 9.35 was revised.
    • 2.25 Comprehensive Land Claim Agreements: The wording on when contracting officers must refer to section 9.35 was revised.
    • 3.5.1 Mandatory Standing Offers and Supply Arrangements, paragraph h.iv: Minor clarification in the wording about when an exception to the use of mandatory procurement instruments applies with respect to requirements subject to CLCAs.
    • 3.25 Trade Agreements Tendering Approaches: Reference to notification of procurement for CLCA-covered procurements was deleted, as CLCAs are not trade agreements.
    • 3.80 Comprehensive Land Claims Agreements: The wording on when contracting officers must refer to section 9.35 was revised.
    • Annex 6.1: Procurement Plan Instructions (Sourcing): The wording was clarified so that CLCAs are not indicated as an example of a trade agreement.
    • 9.35.1 General Information
      Changes were made to the following subsections:
      • a. to add an introductory paragraph, and to underline the importance of file documentation with respect to addressing CLCA procurement obligations;
      • c. to amend the wording to indicate that the Aboriginal rights detailed in CLCAs have constitutional protection, as opposed to the CLCAs having “been granted quasi-constitutional status”;
      • d. to remove the sentence about when CLCAs apply to a procurement because this is addressed more fully in section 9.35.20; to more fully describe the aim of the CLCA procurement measures;
      • e. to include a general summary of the various CLCA contracting obligations that exist;
      • f. minor editorial change;
      • g. to notify contracting officers of the primary sources of policy advice on CLCAs and how to obtain guidance from these sources.
    • 9.35.5 Comprehensive Land Claims Agreements in Effect
      Changes were made to the following subsections:
      • a. to update the number of CLCAs from 23 to 24; to clarify the description on where CLCAs with procurement obligations are and are not located;
      • b. to update the name “Department of Indian and Northern Affairs” to “Aboriginal Affairs and Northern Development Canada”, along with an update to the website address.
    • 9.35.5.1 Quebec: The information on how to seek further guidance was updated.
    • 9.35.5.5 Yukon, Northwest Territories, and Nunavut
      Changes were made to the following subsections:
      • a. Inuvialuit Final Agreement – To add the town of Aklavik;
      • b. Nunavut Land Claims Agreement – To add Canadian Forces Station Alert; to correct the spelling of Dorset; to delete Povungnituk;
      • c. Umbrella Final Agreement – Council for Yukon Indians – To provide additional information about this umbrella agreement and the Yukon First Nation Final Agreements;
      • c.viii. Ta’an Kwach’an Council Final Agreement – To replace Lake Laberge with Whitehorse;
      • f. Tlicho Land Claims Agreement – To include Behchoko and Gameti, the new names for the towns formerly known as Rae-Edzo and Gameti;
      • g. Nunavik Inuit Land Claims Agreement – To provide a more detailed description;
      • h. To add the Eeyou Marine Land Claims Agreement and its description;
    • 9.35.5.10 British Columbia: This section was deleted as the BC agreements do not include contracting obligations.
    • 9.35.15 Comprehensive Land Claims Agreements under Negotiation: “Acquisition Policy and Process Directorate” was changed to “Policy, Advice and Aboriginal Considerations Division”.
    • 9.35.20 Applicability of Comprehensive Land Claims Agreement Contracting Obligations
      Changes were made to the following subsections:
      • b. to detail additional situations where CLCAs may apply;
      • e. to advise contracting officers to seek guidance when a procurement is for a pressing emergency;
      • f. to provide examples of procurements where CLCAs would apply.
    • 9.35.25 Requirements Definition
      Changes were made to the following subsections:
      • a. minor editorial change;
      • c. to add the Eeyou Marine Land Claims Agreement;
      • d. to advise contracting officers to document their files to address any CLCA procurement obligations related to procurement obligations.
    • 9.35.30 Access to Aboriginal-owned Lands: “Department of Indian and Northern Affairs” was updated to “Aboriginal Affairs and Northern Development Canada”, along with an update to the website address.
    • 9.35.40 Right of First Refusal: The information on how to seek further guidance was updated.
    • 9.35.45 Evaluation Criteria
      Changes were made to the following subsections:
      • a. to describe the CLCA evaluation criteria more fully;
      • b. to add the Eeyou Marine Land Claims Agreement;
      • d. to suggest that supporting factors be detailed in the approval document.
    • 9.35.65 Application of Comprehensive Land Claims Agreements and the Procurement Strategy for Aboriginal Business: The wording was clarified in accordance with the August 2012 Communiqué and to advise contracting officers to consult the Policy, Advice and Aboriginal Considerations Division if the procurement is subject to both CLCAs and international trade agreements, but will not be reserved solely for Aboriginal businesses.
    • 9.35.70 International Trade Agreements: The wording was clarified in accordance with the August 2012 Communiqué and to advise contracting officers to consult the Policy, Advice and Aboriginal Considerations Division if the procurement is subject to both CLCAs and international trade agreements, but will not be reserved solely for Aboriginal businesses.
    • 9.35.75 Agreement on Internal Trade: Changes were made to clarify how AIT interacts with CLCAs.
    • 9.35.80 Notices on the Government Electronic Tendering Service
      Changes were made to the following subsections:
      • a. to cover all notices on the Government Electronic Tendering Service (GETS) notices instead of just Notices of Proposed Procurements;
      • b. to simplify the wording of the text to include in a GETS notice if the procurement is reserved for CLCA beneficiaries and clarify the wording on when to use this text.
    • 9.35.85 Solicitations: Hyperlinks to the SACC clauses were updated; the wording on when to use clause W0005T was clarified; the information on how to seek further guidance was updated.
    • 9.35.90 Standing Offers, Supply Arrangements, and As-and-When-Requested Contracts: Additional guidance was provided in accordance with the August 2012 Communiqué.
    • 9.40.2 Obtaining Advice on the Procurement Strategy for Aboriginal Business: New section added to notify contracting officers of their primary source of policy advice on PSAB and how to obtain guidance from this source.
    • 9.40.5 Application of the Procurement Strategy for Aboriginal Business and Comprehensive Land Claims Agreements: The wording was clarified in accordance with the August 2012 Communiqué.
    • 9.40.10 Procurement Strategy for Aboriginal Business and Trade Agreements: Changes were made to clarify the applicability of trade agreements in relation to PSAB set-asides.
    • Annex 9.2 Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups: The contact information for the Crees of Oujé-Bougoumou, the Nunasi Corporation, the Sakku Investments Corporation and the Selkirk First Nation was updated.
    • Annex 9.3 Comprehensive Land Claims Agreements Evaluation Criteria: The relevant article from the Eeyou Marine Land Claims Agreement was added.
    • Glossary: The definition of "Comprehensive Land Claims Agreements" was updated.
  6. Additional changes
    • 2.3. Annex: List of Public Works and Government Services Canada Allocations Units: The email address for the Calgary Allocation Unit was updated.
    • 3.35.1.25. Forms: Hyperlink to form DND 626 was removed since the form is available internally only.
    • 3.150.20.1. Canadian General Standard Board: Changes have been made in subsection e. to reflect the number of standards in the Canadian General Standard Board (CGSB) Catalogue that have decreased from "over 900" to "over 350"; hyperlink to the CGSB was corrected in subsection g.
    • 9.10.15. Construction Services, subsection h.: Removal of reference to SACC Manual clause R2910D since this clause was cancelled. The Insurance Terms for contractors are now incorporated in the Invitation to Tender document and on the reverse side of the new Certificate of Insurance for the insurance providers included with the Invitation to Tender.

Supply Manual Synopsis - Version 2013-6.2 (2013-08-30)

Version 2013-6.2 of the Supply Manual was released on August 30 2013 in order to correct inaccurate hyperlinks to the North Agreement Free Trade Agreement (NAFTA). There were no changes to the The affected sections are:

  • 1.25.5 North American Free Trade Agreement (NAFTA)
  • 3.15 Non-competitive Contracting Process
  • 3.25 Trade Agreements Tendering Approaches
  • 3.105.5 Texts of the National Security Exceptions
  • 3.170.5 Shipbuilding Procurement
  • 4.75.45.5 Requirements Subject to Trade Agreements
  • 5.85 Negotiations
  • 9.35.70 International Trade Agreements
  • 9.40.20 Subcontracting Plans
  • 9.30.1 Requisition Receipt

Supply Manual Synopsis - Version 2013-6.1

Inaccurate hyperlinks to the Federal Contractors Program for employment equity and Limited Eligibility to Bid List of the Human Resources and Skills Development Canada (HRSDC) – Labour website have been corrected at section 4.45 Certifications and Annex 5.1 Federal Contractors Program for Employment Equity.

Supply Manual Synopsis - Version 2013-6

  1. Federal Contractors Program (FCP) for Employment Equity
    In support of Policy Notification 50R1 - Federal Contractors Program (FCP) for employment equity (June 27 2013), the Supply Manual sections related to the FCP were reviewed and updated. The FCP is administered by Human Resources and Skills Development (HRSDC)-Labour and it is intended to address employment disadvantages for four designated groups: women, Aboriginal peoples, persons with disabilities and members of visible minorities. Its goal is to achieve equality so that no person is denied employment opportunities for reasons unrelated to ability. General information on the FCP is available on the HRSDC-Labour website.
    The affected sections are:
    • 4.45 – Certifications: The requirement for certifications must now apply to all solicitation documents; non-compliance to certification may lead to the termination of a contract; subsection b. is rewritten and is renumbered to a.; the subsections are renumbered.
    • 5.100 – Special Program Considerations: Consideration must, as applicable, be given to the FCP when evaluating bids.
    • 5.110 Communications before Contract Award: Language is clarified in subsection a.
    • Annex 5.1 – Federal Contractors Program for Employment Equity: The entire annex is rewritten to reflect changes to the FCP.
    • Annex 6.2 – Contract Request Instructions: Change in nomenclature and deletion of reference to certificate of commitment number in Part 2, Section B.a.ii. and in Section F, F6 – Method of Payment iv.B.
    • 6.5.15 – Treasury Board Submission: Paragraph c.iii. is added.
    • 7.1 Overview: Paragraph b.vi. is added.
    • 9.10.15 Construction Services: Nomenclature is updated in subsection i.
  2. Reporting and Coding
    The Supply Manual's sections related to reporting and coding were reviewed and updated to clarify the obligations of contracting officers for reporting and coding and describe the activities required to meet these obligations. All coding and reporting requirements are combined under 7.30 Procurement Reporting and Posting of Award Notices or 7.70 Coding Procedures. References directing users to the appropriate section are made in other Supply Manual sections on various topics.
    A new coding option has now been added in the Automated Buyer Environment (ABE) to enable contracting officers to report on procurements subject to Comprehensive Land Claims Agreements. See 7.70.30 Comprehensive Land Claims Agreement (CLCA) Coding.
    In May 2013 changes were made to ABE coding options for Advance Contract Award Notices (ACANs) and for Basis of Payment to update these options to correspond more accurately with acquisition policy. ABE was also updated to reflect the current Trade Agreements.
    The affected sections are:
    • 1.60.1 Green Procurement Policy: Slight change in wording in subsection e., paragraph iv. to remove the reference to reporting.
    • 3.35.1.60. Reporting of Contracts with Task Authorizations (TAs): The title is revised and the content is moved to section 7.30.35.
    • 4.10.20.1 Standing Offer Procedures: Subsections c. and d. are deleted since the value entered for standing offers is not reported on.
    • 4.70.20 Basis of Payment: "cost reimbursable with" is removed from paragraph iii. in subsection a. to properly reflect the name "fixed time rate".
    • 4.70.20.10 Fixed Time Rate: Only the title is revised. The content remains unchanged.
    • 4.75.15 Notice of Proposed Procurement: Subsection f. is merged with subsection e., and a new subsection f. is added to clarify the reporting of potential deliveries to all provinces and territories, which has been reported incorrectly in the past.
    • 7.30 Procurement Reporting and Posting of Award Notices: The previous content from this section has been separated into two distinct sections: 7.30 and 7.30.1. The text is revised to list each area where there are reporting requirements. The previous section 7.30.1 is moved to 7.30.30.

    The following sections are added under 7.30 Procurement Reporting and Posting of Award Notices to clarify the procedures and provide additional details on reporting requirements:
    • 7.30.1 Award Notices on the Government Electronic Tendering Service (GETS)
    • 7.30.5 Procurement Activity Reporting to Treasury Board Secretariat
    • 7.30.10 Contract History on Buyandsell.gc.ca
    • 7.30.15 Comprehensive Land Claims Agreement (CLCA) Reporting
    • 7.30.20 Procurement Strategy of Aboriginal Business (PSAB) Reporting
    • 7.30.25 Trade Agreements Reporting
    • 7.30.35 Reporting of Contracts with Task Authorizations
    • 7.30.40 Reporting of Emergency Requirements
    • 7.30.30 Use of the National Security Indicator: This section was previously numbered 7.30.1. It is renumbered only; the content did not change.
    • 7.65 Proactive Disclosure: This section is revised slightly to clarify procedures.
    • 7.70 Coding Procedures: Subsection b. is deleted and moved to section 7.70.5 (subsection b.).
      The following sections are added under 7.70 Coding Procedures to clarify the procedures on coding requirements:
      • 7.70.5 Public Works and Government Services Canada Reporting (Common Services)
        Note: Subsection a. describes the role of the Acquisition Information Service (AIS) database.
      • 7.70.10 Coding of Advance Contract Award Notice Results: This section has been added to correct inconsistencies in ACAN reporting.
      • 7.70.15 Coding of Region of Delivery
      • 7.70.20 Coding of Call-ups
      • 7.70.25 Coding of Terminations and Conditional Amendments: Information sent out previously regarding the procedures on coding requirements related to the Vendor Performance Corrective Measure Policy has been added.
      • 7.70.30 Comprehensive Land Claims Agreement (CLCA) Coding
        Note: New coding options are added in ABE to enable contracting officers to capture information on CLCAs impacted.
      • 7.70.35 Contracts with Task Authorizations – Coding
    • 9.35.95 Procurement Reporting for Comprehensive Land Claims Agreements: The title is revised and reference is made to the content detailed in section 7.30.15.
    • 9.40.60 Procurement Reporting for Procurement Strategy for Aboriginal Business (PSAB): The title is revised and reference is made to the content detailed in section 7.30.20.
  3. Additional changes
    On 25 April 2013, Aboriginal Affairs and Northern Development Canada (AANDC) confirmed that it is now acceptable for contracting officers to notify the Yukon land claimant groups using e-mail addresses. The e-mail addresses for these groups have been added and some contact information has been updated in Annex 9.2 Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups.

Supply Manual Synopsis - Version 2013-5

On June 1, 2013, the Government of Canada is moving its Government Electronic Tendering Service (GETS) from MERX to the Tenders minisite on Buyandsell.gc.ca. Therefore, all references to MERX have been changed and updated throughout the Supply Manual. The affected sections are:

  • 3.15.5 Advance Contract Award Notice
  • 3.15.5.20 Documenting the Procurement File
  • 3.75.5 Public Works and Government Services Canada On-Line Tools/Services and Office of Small and Medium Enterprises Role
  • Annex 3.1: Treasury Board Questions for Sole Source
  • Annex 3.5: Procurement Review Committee Requirements and Approval Process (Exhibit A: Detail Document - Procurement Review Committee)
  • 4.75.10 Public Advertisement
  • 4.80.15 Assistance to Suppliers
  • 9.35.1 General Information
  • Supply Manual Glossary

In addition to these changes, the numbering in French section 10.40 Research and Development Contracts with Universities and Colleges was revised, and omitted text was inserted under English subparagraph c.E.

Supply Manual Synopsis - Version 2013-4

The following synopsis is a summary of the revisions made to the Supply Manual, Version 2013 4, dated April 25, 2013.

The main changes include:

  • the update of some sections to reflect the content developed in the new Directive on the Use of Cost and Price Analysis Services, Guideline on the Use of Cost and Price Analysis Services, and Directive on the Processing of Low Dollar Value Procurement (available on GCpedia - Acquisitions Program Policy Suite);
  • the addition of references to the Statement of Work Guide and the Basic Guide for Bid Evaluation Process (available on GCpedia - Acquisitions Program Policy Suite - Procurement Process);
  • the correction of outdated hyperlinks and contact information for some land claimant groups in the Procurement Strategy for Aboriginal Business and Comprehensive Land Claims Agreements related sections; and
  • the revisions pertaining to Policy Notification 91R1 - Debriefings (2013-04-25).
  • Chapter 1 - Public Procurement
    1.10.10 - Procurement Best Practices – Subsection e.: Reference to the Acquisitions Program Policy Suite was added.
  • Chapter 2 - Defining the Requirement and Requisition Receipt
    2.1 - Requirements Definition – Subsection h.: Reference to the Statement of Work Guide was added.
  • Chapter 3 – Procurement Strategy
    • 3.60 - Low Dollar Value Procurements – Some information contained in section 3.60.1 was divided and reorganized to section 3.60, and reference to the Directive on the Processing of Low Dollar Value Procurements was added.
    • 3.60.1 - Requirements – The content of this section was reorganized and changes were made to reflect the Directive on the Processing of Low Dollar Value Procurements.
    • 3.60.5 - Geographic Factors and Low Dollar Value – This section was deleted.
    • 3.5 - Annex: Procurement Review Committee Requirements and Approval Process – Paragraph h.vi. – "Contract value" was replaced by "total estimated value", as it no longer links to the latter stage of procurement and is the wording recognized by the Canadian International Trade Tribunal.
  • Chapter 4 – Solicitation Process
    • 4.30.1 - Requirement and Statement of Work – Reference to the Statement of Work Guide was added.
    • 4.40 - Evaluation Process and Method of Selection – Subsection b.: Reference to the Basic Guide for Bid Evaluation Process was added.
    • 4.70.20.50 - Types of Price Adjustments – Subsection c.: Reference to the Guideline on the Use of Cost and Price Analysis Services was added.
  • Chapter 5 - Evaluation and Selecting the Contractor
    5.1 - Overview – Subsection b.: Reference to the Basic Guide for Bid Evaluation Process was added.
  • Chapter 6 - Approvals and Authorities
    • 6.10.10 - Cost and Price Analysis Services – Title and content were changed to reflect the Directive and Guideline on the Use of Cost and Price Analysis Services. References to both tools were added.
    • 6.2 - Annex: Contract Request Instructions – Subsection i. under Contract Request, 1. General was divided into 2 subsections (i. and j.) and subsection j. is now subsection k. References to the Directive on the Use of Cost and Price Analysis Services and to section 6.10.10 of the Supply Manual were added to subsection j.
  • Chapter 7 - Award of Contracts and Issuance of Standing Offers and Supply Arrangements 7.40 - Debriefings to Unsuccessful Bidders/Offerors/Suppliers – Changes were made in support of PN91R1 – Debriefings.
  • Chapter 8 – Contract Management
    • 8.50 - Overtime – Subsection e.: Reference to the Guideline on the Use of Cost and Price Analysis Services was added.
    • 8.105 - Protecting Canada's Goods – Subsection g.: Reference to the Guideline on the Use of Cost and Price Analysis Services was added.
  • Chapter 9 - Special Procurements
    • 9.15 - United States Foreign Military Sales – Paragraph d.v.: Reference to Procurement Review Committee (PRC) was removed. Foreign Military Sales are not subject to PRC review.
    • 9.35.35 - Notification of Procurement – Wording was changed and text was added to clarify the instructions for the notification of procurements to land claimant groups.
    • 9.2 - Annex: Notification of Procurement to Comprehensive Land Claims Agreement Claimant Groups – Contact information for some land claimant groups was updated.
  • Chapter 10 - Cost and Profit
    • 10.15 - Prices for Out of Plant Services of Individuals – Subsection c.: Reference to the Guideline on the Use of Cost and Price Analysis Services was added.
    • 10.70 - Recovery and Settlement of Contract Claims – Subsection k. - Interim measure has been extended to April 1, 2014.

Supply Manual Synopsis - Version 2013-3

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2013-3, dated March 21, 2013.

Revisions related to Policy Notification 103 - Emergency Requirement (2013-03-31) are included in this version. Please refer to this Policy Notification to view the affected Supply Manual sections.

The following Supply Manual sections were also changed and are not related to a PN.

  • Chapter 3 – Procurement Strategy
    3.205.10 Publishing Information on the Standing Offer Index – New instructions for forwarding standing offers and supply arrangements to the Standing Offer Coordination Office were added.
  • Chapter 4 – Solicitation Process
    4.75.30. Distribution of Material Not Electronically Available - "Disquette" is removed from the choice of physical format in subsection a.
  • Chapter 8 – Contract Management
    Changes made throughout the chapter to reference to new section 10.70 Recovery and Settlement of Contract Claims and to reflect the name change of "Cost Audit Group (CAG)" to "Cost and Profit Assurance Group (CPAG)".
  • Chapter 9 - Special Procurements
    • 9.10.20. Elevator Maintenance Services – French title was changed; changes were made to French text to better reflect the English; hyperlinks were updated; and "an invitation to tender must be used […]" was changed to "a request for proposals must be used […]".
    • 9.2 Annex Notification of procurement to Comprehensive Land Claims Agreement Claimant Groups – Contact information was updated.
  • Chapter 10 - Cost and Profit
    10.70 Recovery and Settlement of Contract Claims - New section describing the recovery and settlement of contract claims adjustments process and highlighting the new sign off thresholds.

Supply Manual Synopsis - Version 2013-2

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2013-2, dated February 21, 2013.

Revisions pertaining to PN-39U4 - Advanced Contract Award Notice (ACAN) (2012-01-11) are included in this version and details regarding the Policy on the Management of Projects (formerly the Policy on the Management of Major Crown Projects) were provided in section 9.5 Major Crown Projects.

Supply Manual Synopsis - Version 2013-1

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2013-1, dated January 28, 2013.

Revisions related to Policy Notification 106 - Security Requirements in Contracting (2013-01-28) are included in this version. Please refer to the Policy Notification to view the affected Supply Manual sections.

Changes are made in a number of sections pursuant to the Code of Conduct communiqué entitled "Mise à jour importante au communiqué du 28 novembre - Code de conduite / Important Update to the November 28 Communiqué - Code of Conduct" distributed internally on December 21, 2012.

Note: The Supply Manual version 2012-5.1 reflects changes that were made to the Web interface and HTML code to meet the Web Standards for the Government of Canada. Version 2012-5.1 does not represent any substantive content changes to version 2012-5 of the Supply Manual or SACC items.

  • Chapter 1 – Public Procurement
    n/a
  • Chapter 2 – Defining the Requirement and Requisition Receipt
    Annex 2.3 – Changes to Allocation Units contacts (Ontario and Atlantic Regions).
  • Chapter 3 – Procurement Strategy
    • 3.35.1.30 – Subsection a. "Excluding Goods and Services Tax […]" was changed to "including Goods and Services Tax […]", in accordance with SACC C9011C.
    • 3.35.1.40 – Subsection b. now makes reference to the Vendor Information Management (VIM) check.
  • Chapter 4 – Solicitation Process
    • The Standard Procurement Templates abbreviations were updated in sections 4.10.15, 4.10.20, 4.10.20.1, 4.10.25, 4.10.25.1, 4.15.1, 4.70.60, 4.75.15 and Annex 4.9.
    • 4.45.1 – New sections added for supply arrangements, standing offers and exempted government entities.
  • Chapter 5 – Evaluation and Selecting the Contractor
    • 5.16 – New sections added for VIM check and Assistant Deputy Minister (ADM) approval. Several other sections modified.
    • Annex 5.1 - The Standard Procurement Templates abbreviations were updated.
  • Chapter 6 – Approvals and Authorities
    Annex 6.4.1 – minor edit in title of 1.1.5.
  • Chapter 7 – Award of Contracts and Issuance of Standing Offers and Supply Arrangements
    n/a
  • Chapter 8 – Contract Management
    • 8.70.5 – An exception for administrative amendments has been added.
    • 8.140 – Subsections b. and c. were reversed in order.
  • Chapter 9 - Special Procurements
    n/a
  • Chapter 10 - Cost and Profit
    • Annex 10.4 – Two new non-applicable costs to government contracts were added (subsections 19. and 20.).
    • Annexe 10.5.2 – Changes and additions to definitions. Precisions given on the measure of an item of Property, Plant and Equipment for the purpose of depreciation.
  • Glossary
    n/a

Supply Manual Synopsis - Version 2012-5

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2012-5, dated December 3, 2012.

The Supply Manual sections listed below were modified to address the changes outlined in the communiqué entitled Modification aux pouvoirs d'approbation - Code de conduite / Amended Approval Authorities - Code of Conduct:

  • 3.15.2. Code of Conduct (Sole Source of Supply)
  • 3.35.1.40. Authorizing and Issuing Task Authorizations
  • 4.45.1. Code of Conduct (Certifications)
  • 5.16. Verifying Compliance with the Code of Conduct and Certification
  • 6.4.1. Annex: Approval Authorities and Additional Signing Authorities in Support of Clients' Programs Only - Other than for Canadian Commercial Corporation
  • 8.70.2. Code of Conduct and Certification
  • 8.70.5. Amending Contracts
  • 8.90. Assignment of Contracts

Supply Manual Synopsis - Version 2012-4

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2012-4, dated November 19, 2012.

The revisions related to Policy Notification 107 - Integrity Provisions (2012-11-09) are now included in this 2012-4 version. Please refer to the Policy Notification to view the affected Supply Manual sections.

The following Supply Manual sections were also changed. They are mostly related to the Reporting on Contracts with Former Public Servants in receipt of a Public Service Superannuation Act (PSSA) Pension:

Chapter 1 - Public Procurement

1.5 - About the Supply Manual

Title changed from "Supply Manual" to "About the Supply Manual".

Chapter 3 – Procurement Strategy

3.90 - Former Public Servants

3.90.g Proactive Disclosure. Changes were made to reflect the requirement to disclose information on service contracts and contract amendments over $10 000 awarded to former public servants in receipt of a PSSA Pension.

Chapter 7 - Award of Contracts and Issuance of Standing Offers and Supply Arrangements

7.65 - Proactive Disclosure

Changes were made to include the requirement to report on amendments and to include information on contracts and contract amendments over $10 000 awarded to former public servants in receipt of a PSSA Pension.

Supply Manual Synopsis - Version 2012-3

The following Synopsis is a summary of the revisions made to the Supply Manual (SM), Version 2012-3, dated October 26, 2012.

The revisions related to the following Policy Notifications (PN) are now included in this 2012-3 version. Please refer to the PNs to view the affected SM sections.

  • PN-11R2 Vendor Performance Policy (now the Vendor Performance Corrective Measure Policy) (promulgated June 29, 2011)
  • PN-11R3 Vendor Performance Corrective Measure Policy (promulgated October 25, 2012)
  • PN-104 Implementation of New Processes for Basic and Standard Procurements (promulgated October 4, 2011)

The following SM sections were also changed and are not related to a PN.

Chapter 3 – Procurement Strategy

3.5.1 - Mandatory Standing Offers and Supply Arrangements

3.5.1. b. Changes were made to reflect the updated listing of mandatory standing offers and supply arrangements on the Standing Offer Index (SOI) Website.

3.6 - Annex: Canadian Content Policy

Paragraph 7.a. was changed to make it clear that the application of Canadian Content Policy to PSAB procurements is not optional.

Chapter 5 – Evaluation and Selecting the Contractor

5.45.2 - Provincial Taxes

Wording was reviewed ("excluding legislated exceptions" was changed to "except as provided by law").

Supply Manual Synopsis - Version 2012-2

The following Synopsis is a summary of the revisions made to the Supply Manual, Version 2012-2, dated July 16, 2012.

Please note that the sections relating to the Code of Conduct (sections 4.45, 5.16, 7.1 and 8.70.2) reflect the new process effective July 11, 2012.

Chapter 1 – Public Procurement

1.5 Supply Manual

This section was rewritten to more clearly define the role and scope of the Supply Manual and its principle target audience. A new paragraph was also added to help delineate between the roles of Acquisition Branch common services and PWGSC internal contracting activities.

1.25.5 - North American Free Trade Agreement (NAFTA)

Section was updated to reflect new Canadian dollar thresholds effective January 1, 2012.

1.25.10 - World Trade Organization Agreement on Government Procurement (WTO-AGP)

Section was updated to reflect new Canadian dollar thresholds effective January 1, 2012.

Chapter 2 – Defining the Requirement and Requisition Receipt

2.16 Aboriginal Consultation and Accommodation

This new section resulted in a change on form 195 (Requisition Checklist): a checkbox was added to remind clients of their obligations prior sending requisitions to PWGSC.

Annex 2.3. List of PWGSC Allocation Units

Email address was corrected.

Chapter 3 – Procurement Strategy

Annex 3.6 Canadian Content Policy

Wording was added to explicitly indicate that procurement subject to the IRB Policy is not subject to the Canadian Content Policy.

Annex 3.7 National Security Exception Request Letter – Template

Wording was reviewed to include more relevant and supportable information for current Trade Agreements.

Chapter 4 – Solicitation Process

4.35.1. Mandatory Criteria

Slight change in French wording to more precisely reflect the English.

4.45 Certifications

A new requirement for Code of Conduct and Certifications has been added to paragraph f) which requires wording in solicitations, as well as new actions by contracting officers. See also new sections 5.16 and 8.70.2.

4.70.35.5 Cost Reimbursable Contracts – Certification and Audit

Section was updated to match the cost reimbursable basis of payments identified in section 4.70.20.

Chapter 5 – Evaluation and Selecting the Contractor

5.45.1. Provincial Taxes

English wording modified for precision and accuracy and concordance with the French.

5.85. Negotiations

French subsection e) has been corrected to match the English.

Chapter 6 – Approvals and Authorities

n/a

Chapter 7 – Award of Contracts and Issuance of Standing Offers and Supply Arrangements

n/a

Chapter 8 – Contract Management

8.140. Disputes

This section was updated to reflect the new name for DOB’s Business Dispute Management Program (formerly Contract Conflict Management (CCM)), information regarding the Business Dispute Management Program’s revised mandate, scope and key functions. French terminology was changed ("résolution des règlements" was changed to "règlement des différends").

8.145 Contract Settlement Board

Section removed. The dispute process is replaced as per section 8.140 Disputes.

8.150. Contract Dispute Advisory Board

Section removed. The dispute process is replaced as per section 8.140 Disputes.

Annex 8.3: Termination for Convenience Process

Various updates were brought throughout the Annex to incorporate process changes. Changes include the areas of responsibility, form titles, Crown Assets processes, Departmental Oversight Branch process changes, and grammar corrections.

Chapter 9 - Special Procurements

9.34. Aboriginal Consultation and Accommodation

This section was added.

9.35.1 - General Information

References to Indians and Northern Affairs (INAC) was changed to Aboriginal Affairs and Northern Development Canada (AANDC) to represent the department’s new name.

9.40 Procurement Strategy for Aboriginal Business

The Definition of Mandatory set-aside was reworded; links were added; parts of the text was reworded for clarity; references to Indians and Northern Affairs (INAC) was changed to Aboriginal Affairs and Northern Development Canada (AANDC) to represent the department’s new name; and Section 9.40.10c) has been moved to section 9.40.1c).

9.40.15. Procurement Strategy for Aboriginal Business and Canadian Content

Change was made to make it clear that the application of Canadian Content Policy to PSAB procurement is not optional.

Chapter 10 - Cost and Profit

10.50.1. Non-competitive Requirements of Commercial Goods and/or Services

French wording was corrected to accurately reflect the English.

Annex 10.5.7: Cost Interpretation Bulletin - Number 07 Research and Development Expenses

French definition of "Product Development and/or Improvement" was missing and was translated to accurately reflect the English.

Glossary

The below definition was updated. It now reads as follows:

cost reimbursable contract
Contract where the contractor is reimbursed the applicable, allocable, reasonable direct and indirect costs incurred by the contractor. There are five general types of cost reimbursable contract basis of payment as follows: cost reimbursable with fixed time rate; cost reimbursable with incentive fee; cost reimbursable with fixed fee; cost reimbursable with fee based on actual costs; and cost reimbursable with no fee. (2012-06-11) (contrats à frais remboursables)

The existing definition for “cost reimbursable” (frais remboursables) was inaccurate and was replaced.

Supply Manual Update - Version 2012-1

Chapter 6 of the Supply Manual has been updated as per Policy Notification (PN) 105. PN-105, Chapter 6 Approvals and Authorities: Changes further to the New Processes for Basic and Standard Procurements was promulgated on 5 April 2012.

Supply Manual Synopsis - Version 2011-1

The following Version 11-1 Synopsis (V. 11-1), dated May 2011, is a summary of the revisions made to the Supply Manual. Many of the changes were due to the incorporation of changes made through PNs.

Chapter 1 – Public Procurement

1.25.10 h) (iv)(B) WTO-AGP

The erroneous reference to Annex 4.1 was removed, as the annex being referred to was removed in Version 10-2.

Chapter 2 – Defining the Requirement and Requisition Receipt

2.30 Requisition Receipt

New text was added (a to c), as per PN-99, December 10, 2010, to describe the requisition receipt process, to highlight an optional requisition checklist for clients, and to add a service standard for acknowledgement of requisition receipt.

2.30.5 c) (viii) Requisition Allocation within PWGSC

Text was deleted, as per PN-99, to remove inconsistency with the rest of the section.

Annex 2.1 Requisition Checklist

A new note was added to paragraph 15, as per PN-99, directing contracting officers to ensure that GSINs submitted by client departments are accurate.

Annex 2.3 List of PWGSC Allocation units

A new annex was added, as per PN-99, to provide contact information for PWGSC Allocations Units in Canada.

Chapter 3 – Procurement Strategy

3.21 Managing Urgent Acquisitions

A new section was added, as per PN-102, December 20, 2010, providing guidance to contracting officers on acquiring goods and services for an urgent requirement.

3.30 Methods of Supply to 3.35.1.60 Reporting

A major rewrite of this section was incorporated, as per PN-75R1, December 15, 2010, in order to provide new direction to procurement personnel regarding contracts with tasks authorizations. The revision also introduces new tools and guidelines that were included in Annex 3.4.1 A Guide to Preparing and Administering Task Authorization for PWGSC Clients and Annex 3.4.2:Record of Agreement Template for PWGSC Clients.

3.105.5 (e) Texts of the National Security Exceptions

New text was added directing contracting officers to insert a new mandatory statement on all notifications and tender documents when the National Security Exception has been invoked.

Chapter 4 – Solicitation Process

4.10.25.1 (g) Supply Arrangement Procedures

New text was added confirming that identified users authorized to use supply arrangements could include any government department, agency or Crown corporation listed in Schedule I, Schedule II, Schedule III of the Financial Administration Act.

4.30.5 Solicitation Checklist

The section on Solicitation Checklist was deleted, as per PN-100, November 8, 2010, thereby removing the requirement from the procurement process.

4.30.10 Industrial Security in Contracts

The text was revised to clarify procedures when utilizing the SRCL in contracting.

4.40 (b) Evaluation Process and Method of Selection

For the basis of selection, new SACC clause A0027T was added for contracting officers' use as required.

4.50.5(b) Bid Financial Security

Two new SACC clauses E0005C and E0008C were added for use when a contract financial security is required under the resulting contract.

4.70.1 Security Requirement

This section was deleted as the topic is addressed in the Supply Manual at 4.30.10.

Chapter 6 – Approvals and Authorities

6.15 Solicitation Checklist

The section was deleted, as per PN-100.

6.25.40 Contract with Task Authorizations

The section was deleted, as per PN-75R1, as the topic is now addressed in The Supply Manual at 3.30 Method of Supply.

Annex 6.4.2 Basic Contracting Limits

As per PN-87U, March 24 2011, the Contract Approval and Signing Authority Limit tables were updated for both Construction and A&E.

Chapter 7 – Award of Contracts and Issuance of Standing Offers and Supply Arrangements

7.30 Procurement Reporting and Posting of Award Notices

The section was updated, as per PN-98, January 6, 2011 to clarify the reporting requirements for procurement activities.

7.30.1 Use of the National Security Indicator

The section was added to clarify the usage of the National Security Indicator in ABE.

Chapter 8 – Contract Management

8.70.20 Administration of Contracts with Task Authorizations

The text was significantly revised, as per PN-75R1, to update the procedures used in the administration of these contracts.

Annex 8.1 Guidelines on File Organization and Make-up

The reference to Bid Solicitation Checklist was removed as per PN-100.

Chapter 9 - Special Procurements

9.5.1 General

The text was updated to better reflect Treasury Board requirements regarding approval and management of Major Crown Projects.

9.50 (b) Communication Procurement

The text was revised to update the list of services offered on a cost recovery basis by the Communication Procurement Directorate.

Glossary

The below definitions were updated. They now read as follows:

former public servant
Any former member of a department as defined in the Financial Administration Act, former member of the Canadian Armed Forces or former member of the Royal Canadian Mounted Police. (2011-05-16) (ancien fonctionnaire)
task authorization
A TA is a structured administrative tool enabling PWGSC or a client to authorize work by a contractor on an "as and when requested" basis in accordance with the conditions of the contract. TAs are not individual contracts. (2011-01-11) (autorisation de tâches) (PN-75R1, Dec 15, 2010).
task authorization contracts
A contract with task authorizations (TAs), is a method of supply for services under which all of the work or a portion of the work will be performed on an “as and when requested basis” through predetermined conditions including an administrative process involving task authorizations. Contracts with TAs are used in service contracting situations when there is a defined need by a client to rapidly have access to one or more category of service(s) that are expected to be needed on a repetitive basis during the period of the contract. Under contracts with TAs, the work to be carried out can be defined but the exact nature and timeframes of the required services, activities and deliverables will only be known as and when the service(s) will be required during the period of the contract. (2011-01-11) (contrats avec autorisation de tâches) (PN-75R1, Dec 15, 2010).