ARCHIVED Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements

Attention! We're Moving! This fall, the Supply Manual will be moving to the CanadaBuys website. Check out the new landing page for the Supply Manual.

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

General Information
01     Code of Conduct for Procurement
02     Procurement Business Number
03     Standard Instructions, Clauses and Conditions
04     Definition of Offeror
05     Submission of Offers
06     Late Offers
07     Delayed Offers
08     Transmission by Facsimile
09     Customs Clearance
10     Legal Capacity
11     Rights of Canada
12     Rejection of Offer
13     Communications - Solicitation Period
14     Price Justification
15     Offer Costs
16     Conduct of Evaluation
17     Joint Venture
18     Conflict of Interest - Unfair Advantage
19     Entire Requirement
20     Further Information


General Information

One method of supply used by Public Works and Government Services Canada 
(PWGSC) to satisfy the requirements of departments and agencies is to 
arrange with suppliers to submit a standing offer to provide goods, 
services or both during a specified period. Specific departments and 
agencies are then authorized by PWGSC to make call-ups against the standing 
offer detailing the exact quantities of goods or level of services they 
wish to order at a particular time, during the effective period of the 
standing offer in accordance with the predetermined conditions.

The process normally starts with a Request for Standing Offer (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     Code of Conduct for Procurement

1.     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, the following 
       activities are prohibited:

       (a)    payment of a contingency fee by any party to a contract to a 
             person to whom the Lobbying Act (1985, c. 44 (4th Supp.)) 
             applies; 

       (b)    corruption, collusion, bid-rigging or any other 
             anti-competitive activity in the bidding process for contracts 
             for the provision of goods or services.

2.     By submitting an offer, the Offeror certifies that neither the 
       Offeror nor any of the Offeror's Affiliates has ever been convicted 
       of a criminal offence in respect of the activities stated in (a) or 
       (b) above or is the subject of outstanding criminal charges in 
       respect of such activities filed subsequent to September 1, 2010.

3.     Offerors further understand that the commission of certain offences 
       will render them ineligible to be issued a contract.  By submitting 
       an offer, the Offeror certifies that neither the Offeror nor any of 
       the Offeror's Affiliates has ever been convicted or is the subject 
       of outstanding criminal charges in respect of an offence under any 
       of the following provisions: 

       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.

4.     For the purpose of this section, business concerns, organizations or 
       individuals are Offeror's Affiliates if, directly or indirectly, 1) 
       either one controls or has the power to control the other, or 2) a 
       third party has the power to control both.  Indicia of control, 
       include, but are not limited to, interlocking management or 
       ownership, identity of interests among family members, shared 
       facilities and equipment, common use of employees, or a business 
       entity created following the charges or convictions contemplated in 
       this section which has the same or similar management, ownership, or 
       principal employees as the Offeror that is charged or convicted, as 
       the case may be.

5.     Except in the limited circumstances set out in subsection 6 below, 
       the Standing Offer Authority will declare non-responsive any offer 
       in respect of which the information contained in the certifications 
       contemplated above is determined to be untrue in any respect by the 
       Standing Offer Authority.

6.     Subsection 5 has no application in the circumstances where an 
       offeror has pled guilty of an offence contemplated in Section 01, 1. 
       (b) and the Offeror has provided with its offer an assurance from 
       the Competition Bureau of Canada indicating that the Offeror has 
       been granted leniency, or in the circumstances where the Offeror 
       provides documentation from the National Parole Board that the 
       Offeror has obtained a criminal pardon in relation to such offence.

7.     The Offeror acknowledges and agrees that the certifications 
       contemplated must remain valid during the period of any resulting 
       standing offer arising from this RFSO and any call-up made under the 
       Standing Offer.


02     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 system, on the Contracts Canada Web 
site. For non-Internet registration, suppliers may contact the nearest 
Supplier Registration Agent .

03     Standard Instructions, Clauses and Conditions

Pursuant to the Department of Public Works and Government Services Act (S.C. 
1996, c.16), the instructions, clauses and conditions identified in the 
RFSO, standing offer and resulting contract(s) by number, date and title 
are incorporated by reference into and form part of the RFSO, standing 
offer and resulting contract(s) as though expressly set out in the RFSO, 
the standing offer and the resulting contract(s).

04     Definition of Offeror

"Offeror" means the person or entity (or, in the case of a joint venture, 
the persons or entities) submitting an offer to provide goods, services or 
both under a call-up resulting from a standing offer. It does not include 
the parent, subsidiaries or other affiliates of the Offeror, or its 
subcontractors.

05     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 
       17.

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.

06     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.

07     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.

08     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 05. 
       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".

09     Customs Clearance

It is the responsibility of the Offeror to allow sufficient time to obtain 
customs clearance, where required, before the RFSO closing date and time. 
Delays related to the obtaining of customs clearance cannot be construed as 
"undue delay in the mail" and will not be accepted as a delayed offer under 
Section 07.

10     Legal Capacity

The Offeror must have the legal capacity to contract. If the Offeror is a 
sole proprietorship, a partnership or a corporate body, the Offeror must 
provide, if requested by the Standing Offer Authority, a statement and any 
requested supporting documentation indicating the laws under which it is 
registered or incorporated together with the registered or corporate name 
and place of business. This also applies to offerors submitting an offer as 
a joint venture.

11     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.

12     Rejection of Offer

1.     Canada may reject an offer where any of the following circumstances 
is present:

       (a)    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;

       (b)    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;

       (c)    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. (c), 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.

13     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.

14     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.

15     Offer Costs

No payment will be made for costs incurred in the preparation and 
submission of an offer in response to the RFSO. Costs associated with 
preparing and submitting an offer, as well as any costs incurred by the 
Offeror associated with the evaluation of the offer, are the sole 
responsibility of the Offeror.

16     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.

17     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.

18     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 appearance of conflict of interest or unfair 
       advantage exists.

19     Entire Requirement

The RFSO contains all the requirements relating to the request for offers. 
Any other information or documentation provided to or obtained by an 
offeror from any source are not relevant. Offerors should not assume that 
practices used under previous contracts will continue, unless they are 
described in the RFSO. Offerors should also not assume that their existing 
capabilities meet the requirements of the RFSO simply because they have met 
previous requirements.

20     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.