Archived Content
Information identified as archived is provided for reference, research or recordkeeping purposes. It is not subject to the Government of Canada Web Standards and has not been altered or updated since it was archived. Please contact us to request a format other than those available.
Legal text for SACC item
Public Works and Government Services Canada
Code of Conduct for Procurement
General Information
01 Procurement Business Number
02 Standard Instructions, Clauses and Conditions
03 Definition of Offeror
04 Submission of Offers
05 Late Offers
06 Delayed Offers
07 Transmission by Facsimile
08 Customs Clearance
09 Legal Capacity
10 Rights of Canada
11 Vendor Performance
12 Communications - Solicitation Period
13 Price Justification
14 Offer Costs
15 Conduct of Evaluation
16 Joint Venture
17 Conflict of Interest - Unfair Advantage
18 Entire Requirement
19 Further Information
Code of Conduct for Procurement
To comply with the Code of Conduct for Procurement, offerors must respond
to Requests for Standing Offers (RFSOs) in an honest, fair and
comprehensive manner, accurately reflect their capacity to satisfy the
requirements stipulated in the RFSO and resulting contract, submit offers
and enter into contracts only if they will fulfill all obligations of the
contract.
To ensure fairness, openness and transparency in the bidding process,
payment of a contingency fee by any party to a contract to a person to whom
the Lobbying Act, 1985, c. 44 (4th Supplement) applies is prohibited.
By submitting an offer, the Offeror certifies that it meets the above
requirements.
Offerors further understand that the commission of certain offences may
render them ineligible to be awarded a contract. By submitting an offer,
the Offeror declares that it has never been convicted of an offence under
Section 121 (Frauds on the government and Contractor subscribing to
election fund), Section 124 (Selling or Purchasing Office), Section 380 (
Fraud committed against Her Majesty) or Section 418 (Selling defective
stores to Her Majesty) of the Criminal Code of Canada, or under paragraph
80(1)(d) (False entry, certificate or return) subsection 80(2) (Fraud
against Her Majesty) or Section 154.01 (Fraud against Her Majesty) of the
Financial Administration Act.
General Information
One method of supply used by Public Works and Government Services Canada
(PWGSC) to satisfy the requirements of departments and agencies is to
arrange with suppliers to submit a standing offer to provide goods,
services or both during a specified period. Specific departments and
agencies are then authorized by PWGSC to make call-ups against the standing
offer detailing the exact quantities of goods or level of services they
wish to order at a particular time, during the effective period of the
standing offer in accordance with the predetermined conditions.
The process normally starts with a RFSO that suppliers may obtain through
the Government Electronic Tendering Service (GETS). A RFSO is an
invitation to suppliers to provide PWGSC with a standing offer. The
quantity of goods, level of services and estimated expenditure specified in
the RFSO are only an approximation of requirements given in good faith. A
RFSO does not commit PWGSC to authorize the utilization of a standing offer
or to procure or contract for any goods, services or both. A standing
offer is not a contract. The issuance by PWGSC of a Standing Offer and
Call-up Authority to successful suppliers and to departments and agencies
authorized to make call-ups does not constitute an agreement by Canada to
order any or all of the goods, services or both offered. Departments and
agencies may make one or several call-ups against a standing offer.
01 Procurement Business Number
Canadian suppliers are required to have a Procurement Business Number (PBN)
before issuance of a standing offer. Suppliers may register for a PBN in
the Supplier Registration Information service on line at the Business
Access Canada Web site. For non-Internet registration, suppliers may
contact the Business Access Canada InfoLine at 1-800-811-1148 to obtain the
telephone number of the nearest Supplier Registration Agent.
02 Standard Instructions, Clauses and Conditions
Pursuant to the Department of Public Works and Government Services Act, S.C.
1996, c.16, the instructions, clauses and conditions identified in the RFSO,
standing offer and resulting contract(s) by number, date and title are
incorporated by reference into and form part of the RFSO, standing offer
and resulting contract(s) as though expressly set out in the RFSO, the
standing offer and the resulting contract(s).
03 Definition of Offeror
"Offeror" means the person or entity (or, in the case of a joint venture,
the persons or entities) submitting an offer to provide goods, services or
both under a call-up resulting from a standing offer. It does not include
the parent, subsidiaries or other affiliates of the Offeror, or its
subcontractors.
04 Submission of Offers
1. Canada requires that each offer, at closing date and time or upon
request from the Standing Offer Authority, be signed by the Offeror
or by an authorized representative of the Offeror. If an offer is
submitted by a joint venture, it must be in accordance with section
16.
2. It is the Offeror's responsibility to:
(a) obtain clarification of the requirements contained in the
RFSO, if necessary, before submitting an offer;
(b) prepare its offer in accordance with the instructions
contained in the RFSO;
(c) submit by closing date and time complete offer;
(d) send its offer only to PWGSC Bid Receiving Unit specified on
page 1 of the RFSO or to the address specified in the RFSO;
(e) ensure that the Offeror's name, return address, RFSO number,
and RFSO closing date and time are clearly visible on the
envelope or the parcel(s) containing the offer; and,
(f) provide a comprehensible and sufficiently detailed offer,
including all requested pricing details, that will permit a
complete evaluation in accordance with the criteria set out
in the RFSO.
3. If Canada has provided offerors with multiple formats of a document
(for example, a document may be downloaded through the Government
Electronic Tendering Service (GETS) but may also be made available
on CD-ROM through GETS), the format downloaded through GETS will
take precedence. If Canada posts an amendment to the RFSO revising
any documents provided to offerors in multiple formats, Canada will
not necessarily update all formats to reflect these revisions. It
is the Offeror's responsibility to ensure that revisions made
through any RFSO amendment issued through GETS are taken into
account in the alternate formats it uses of RFSO documents.
4. Offers will remain open for acceptance for a period of not less than
sixty (60) days from the closing date of the RFSO, unless specified
otherwise in the RFSO. Canada reserves the right to seek an
extension of the offer validity period from all responsive offerors
in writing, within a minimum of three (3) days before the end of the
offer validity period. If the extension is accepted by all
responsive offerors, Canada will continue with the evaluation of the
offers. If the extension is not accepted by all responsive offerors,
Canada will, at its sole discretion, either continue with the
evaluation of the offers of those who have accepted the extension or
cancel the RFSO.
5. Offers and supporting information may be submitted in either English
or French.
6. Offers received on or before the stipulated RFSO closing date and
time will become the property of Canada and will not be returned.
All offers will be treated as confidential, subject to the
provisions of the Access to Information Act, R.S. 1985, c. A-1, and
the Privacy Act, R.S. 1985, c. P-21.
7. Unless specified otherwise in the RFSO, Canada will evaluate only
the documentation provided with an offeror's offer. Canada will not
evaluate information such as references to Web site addresses where
additional information can be found, or technical manuals or
brochures not submitted with the offer.
05 Late Offers
PWGSC will return offers delivered after the stipulated RFSO closing date
and time, unless they qualify as a delayed offer as described below.
06 Delayed Offers
1. An offer delivered to the specified Bid Receiving Unit after the
closing date and time but before the standing offer issuance date
may be considered, provided the offeror can prove the delay is due
solely to a delay in delivery that can be attributed to the Canada
Post Corporation (CPC) (or national equivalent of a foreign country).
Purolator Inc. is not considered to be part of CPC for the purposes
of delayed offers. The only pieces of evidence relating to a delay
in the CPC system that are acceptable to PWGSC are:
(a) a CPC cancellation date stamp; or
(b) a CPC Priority Courier bill of lading; or
(c) a CPC Xpresspost label
that clearly indicates that the offer was mailed before the RFSO
closing date.
2. For offers transmitted by facsimile, only the date, time and place
of receipt recorded by PWGSC will be accepted as evidence of a
delayed offer.
3. Misrouting, traffic volume, weather disturbances, labour disputes or
any other causes for the late delivery of offers are not acceptable
reasons for the offer to be accepted by PWGSC.
4. Postage meter imprints, whether imprinted by the Offeror, the CPC or
the postal authority outside Canada, are not acceptable as proof of
timely mailing.
07 Transmission by Facsimile
1. Unless specified otherwise in the RFSO, offers may be submitted by
facsimile. The only acceptable facsimile number for responses to
RFSOs issued by PWGSC headquarters is 819-997-9776. The facsimile
number for responses to RFSOs issued by PWGSC regional offices is
identified in the RFSO.
2. For offers transmitted by facsimile, Canada will not be responsible
for any failure attributable to the transmission or receipt of the
faxed offer including, but not limited to, the following:
(a) receipt of garbled or incomplete offer;
(b) availability or condition of the receiving facsimile
equipment;
(c) incompatibility between the sending and receiving equipment;
(d) delay in transmission or receipt of the offer;
(e) failure of the Offeror to properly identify the offer;
(f) illegibility of the offer; or
(g) security of offer data.
3. An offer transmitted by facsimile will constitute the formal offer
of the Offeror and must be submitted in accordance with section 04.
Furthermore, the Offeror must send a written confirmation of the
offer within two (2) working days after RFSO closing, unless
specified otherwise in the RFSO. All documents confirming offers
should bear the word "CONFIRMATION".
08 Customs Clearance
It is the responsibility of the Offeror to allow sufficient time to obtain
customs clearance, where required, before the RFSO closing date and time.
Delays related to the obtaining of customs clearance cannot be construed as
"undue delay in the mail" and will not be accepted as a delayed offer under
section 06.
09 Legal Capacity
The Offeror must have the legal capacity to contract. If the Offeror is a
sole proprietorship, a partnership or a corporate body, the Offeror must
provide, if requested by the Standing Offer Authority, a statement and any
requested supporting documentation indicating the laws under which it is
registered or incorporated together with the registered or corporate name
and place of business. This also applies to offerors submitting an offer as
a joint venture.
10 Rights of Canada
Canada reserves the right to:
(a) reject any or all offers received in response to the RFSO;
(b) enter into negotiations with offerors on any or all aspects of their
offers;
(c) authorize for utilization any offer in whole or in part without
negotiations;
(d) cancel the RFSO at any time;
(e) reissue the RFSO;
(f) if no responsive offers are received and the requirement is not
substantially modified, reissue the RFSO by inviting only the
offerors who submitted an offer to resubmit offers within a period
designated by Canada; and,
(g) negotiate with the sole responsive offeror to ensure best value to
Canada.
11 Vendor Performance
1. Canada may reject an offer where any of the following circumstances
is present:
(a) the Offeror, or any employee or subcontractor included as
part of the offer, has been convicted under Section 121 (
Frauds on the government & Contractor subscribing to election
fund), Section 124 (Selling or purchasing office), Section
380 (Fraud committed against Her Majesty) or Section 418 (
Selling defective stores to Her Majesty) of the Criminal Code
or under paragraph 80(1)(d) (False entry, certificate or
return) subsection 80(2) (Fraud against Her Majesty) or
Section 154.01 (Fraud against Her Majesty) of the Financial
Administration Act.
(b) the Offeror is subject to a Vendor Performance Corrective
Measure, under the Vendor Performance Policy, which renders
the Offeror ineligible to submit an offer for the requirement;
(c) an employee, or subcontractor included as part of the offer,
is subject to a Vendor Performance Corrective Measure, under
the Vendor Performance Policy, which would render that
employee or subcontractor ineligible to submit an offer for
the requirement, or the portion of the requirement the
employee or subcontractor is to perform;
(d) with respect to current or prior transactions with the
Government of Canada
(i) the Offeror is bankrupt or where, for whatever reason,
its activities are rendered inoperable for an extended
period;
(ii) evidence, satisfactory to Canada, of fraud, bribery,
fraudulent misrepresentation or failure to comply with
any law protecting individuals against any manner of
discrimination, has been received with respect to the
Offeror, any of its employees or any subcontractor
included as part of the offer;
(iii) Canada has exercised its contractual remedies of
suspension or termination for default with respect to
a contract with the Offeror, any of its employees or
any subcontractor included as part of the offer;
(iv) Canada determines that the Offeror's performance on
other contracts, including the efficiency and
workmanship as well as the extent to which the Offeror
performed the Work in accordance with contractual
clauses and conditions, is sufficiently poor to
jeopardize the successful completion of the
requirement being bid on.
2. Where Canada intends to reject an offer pursuant to a provision of
subsection 1, other than 1.(b), the Standing Offer Authority will so
inform the Offeror and provide the Offeror ten (10) days within
which to make representations, before making a final decision on the
offer rejection.
12 Communications - Solicitation Period
To ensure the integrity of the competitive RFSO process, enquiries and
other communications regarding the RFSO must be directed only to the
Standing Offer Authority identified in the RFSO. Failure to comply with
this requirement may result in the offer being declared non-responsive.
To ensure consistency and quality of information provided to offerors,
significant enquiries received and the replies to such enquiries will be
provided simultaneously to offerors to which the RFSO has been sent,
without revealing the sources of the enquiries.
13 Price Justification
In the event that the Offeror's offer is the sole responsive offer received,
the Offeror must provide, on Canada's request, one or more of the following
price justification:
(a) a current published price list indicating the percentage discount
available to Canada; or
(b) a copy of paid invoices for the like quality and quantity of the
goods, services or both sold to other customers; or
(c) a price breakdown showing the cost of direct labour, direct
materials, purchased items, engineering and plant overheads, general
and administrative overhead, transportation, etc., and profit; or
(d) price or rate certifications; or
(e) any other supporting documentation as requested by Canada.
14 Offer Costs
No payment will be made for costs incurred in the preparation and
submission of an offer in response to the RFSO. Costs associated with
preparing and submitting an offer, as well as any costs incurred by the
Offeror associated with the evaluation of the offer, are the sole
responsibility of the Offeror.
15 Conduct of Evaluation
1. In conducting its evaluation of the offers, Canada may, but will
have no obligation to, do the following:
(a) seek clarification or verification from offerors regarding
any or all information provided by them with respect to the
RFSO;
(b) contact any or all references supplied by offerors to verify
and validate any information submitted by them;
(c) request, before issuance of any standing offer, specific
information with respect to offerors' legal status;
(d) conduct a survey of offerors' facilities and/or examine their
technical, managerial, and financial capabilities to
determine if they are adequate to meet the requirements of
the RFSO;
(e) correct any error in the extended pricing of offers by using
unit pricing and any error in quantities in offers to reflect
the quantities stated in the RFSO; in the case of error in
the extension of prices, the unit price will govern.
(f) verify any information provided by offerors through
independent research, use of any government resources or by
contacting third parties;
(g) interview, at the sole costs of offerors, any offeror and/or
any or all of the resources proposed by offerors to fulfill
the requirement of the RFSO.
2. Offerors will have the number of days specified in the request by
the Standing Offer Authority to comply with any request related to
any of the above items. Failure to comply with the request may
result in the offer being declared non-responsive.
16 Joint Venture
1. A joint venture is an association of two or more parties who combine
their money, property, knowledge, expertise or other resources in a
single joint business enterprise, sometimes referred as a consortium,
to submit an offer together on a requirement. Offerors who submit
an offer as a joint venture must indicate clearly that it is a joint
venture and provide the following information:
(a) the name of each member of the joint venture;
(b) the Procurement Business Number of each member of the joint
venture;
(c) the name of the representative of the joint venture, i.e. the
member chosen by the other members to act on their behalf, if
applicable;
(d) the name of the joint venture, if applicable.
2. If the information is not clearly provided in the offer, the Offeror
must provide the information on request from the Standing Offer
Authority.
3. The offer and any resulting standing offer must be signed by all the
members of the joint venture unless one member has been appointed to
act on behalf of all members of the joint venture. The Standing
Offer Authority may, at any time, require each member of the joint
venture to confirm that the representative has been appointed with
full authority to act as its representative for the purposes of the
RFSO and any resulting standing offer. If a standing offer is
issued to a joint venture, all members of the joint venture will be
jointly and severally or solidarily liable for the performance of
any contract resulting from a call-up against the standing offer.
17 Conflict of Interest - Unfair Advantage
1. In order to protect the integrity of the procurement process,
offerors are advised that Canada may reject an offer in the
following circumstances:
(a) if the Offeror, any of its subcontractors, any of their
respective employees or former employees was involved in any
manner in the preparation of the RFSO or in any situation of
conflict of interest or appearance of conflict of interest;
(b) if the Offeror, any of its subcontractors, any of their
respective employees or former employees had access to
information related to the RFSO that was not available to
other offerors and that would, in Canada's opinion, give or
appear to give the Offeror an unfair advantage.
2. The experience acquired by an offeror who is providing or has
provided the goods and services described in the RFSO (or similar
goods or services) will not, in itself, be considered by Canada as
conferring an unfair advantage or creating a conflict of interest.
This offeror remains however subject to the criteria established
above.
3. Where Canada intends to reject an offer under this section, the
Standing Offer Authority will inform the Offeror and provide the
Offeror an opportunity to make representations before making a final
decision. Offerors who are in doubt about a particular situation
should contact the Standing Offer Authority before the RFSO closing.
By submitting an offer, the Offeror represents that it does not
consider itself to be in conflict of interest nor to have an unfair
advantage. The Offeror acknowledges that it is within Canada's sole
discretion to determine whether a conflict of interest, unfair
advantage or an apperance of conflict of interest or unfair
advantage exists.
18 Entire Requirement
The RFSO contains all the requirements relating to the request for offers.
Any other information or documentation provided to or obtained by an
offeror from any source are not relevant. Offerors should not assume that
practices used under previous contracts will continue, unless they are
described in the RFSO. Offerors should also not assume that their existing
capabilities meet the requirements of the RFSO simply because they have met
previous requirements.
19 Further Information
1. For further information, offerors may contact the Standing Offer
Authority identified in the RFSO.
2. For RFSOs issued out of PWGSC headquarters, enquiries concerning
receipt of offers may be addressed to the Bid Receiving Unit,
Procurement Operational Support Division, telephone 819-956-3370.
For RFSOs issued out of PWGSC regional offices, enquiries concerning
receipt of offers may be addressed to the Standing Offer Authority
identified in the RFSO.