Centralized professional services system
Assessor guidance for supply arrangement requirements
On this page
- Assessment process overview
- 1. Procurement strategy
- 2. Search criteria
- 3. Bid solicitation preparation
- 4. Communications during response period
- 5. Bid solicitation responses
- 6. Evaluation of proposals
- 7. Contractor selection
- 8. Contract
- 9. Contract amendments
- 10. Contract with task authorizations
- 11. Replacement/Task authorization resources
- 12. Contract splitting
Assessment process overview
In this section
- Assignment of non-conformances and other findings
- Other information
- Definition section
- Report preface
Types of findings
- Major non-conformance—policy (documentation) – Missing or incomplete documentation on file.
- Major non-conformance—policy (other) – Action taken (or lack thereof) by the Contracting Authority that:
- Results in a contravention of Treasury Board Directive on the Management of Procurement, or
- Results in a contravention of Federal or Provincial legislation.
- Major non-conformance—procedural – Action taken (or lack thereof) by the Contracting Authority that:
- Results in the improper use of the Centralized Professional Services System (CPSS) ePortal or a specific harmonized procurement tool that has a serious impact on the integrity of the procurement, or
- Has been noted in previous assessments of the same Federal Department User or area for which effective remedial action has not been taken, or
- A significant number of Minor non-conformances are noted for the same general subject area
Note
In such cases, review of the non-conformances would be done upon completion of the draft assessment and if c) above applies, the Minor non-conformances are rolled into a single Major non-conformance that refers to all occurrences of the action taken (or not taken as the case may be).
- Minor non-conformance—Action taken (or lack thereof) by the Contracting Authority that results in a contravention of the rules governing the use of the CPSS ePortal or a specific harmonized procurement tool. However, the non-conformance does not meet the criteria applicable to either type of Major non-conformance.
- Observation—This type of finding will be applied when either a Minor or Major non-conformance cannot be raised due to:
- (Insufficient information): Insufficient information available to the Assessor, or
- (Documentation): Absence of information required to determine compliance, the lack of which has already resulted in the issuance of a Major non-conformance against a related element
- (Other): The Assessor lacks the subject matter expertise to make a determination, or
- (Other): Action taken (or lack thereof) by the Contracting Authority that may result in a contravention of either TB Directive on the Management of Procurement or the rules governing the use of the CPSS ePortal or a specific harmonized procurement tool or results in or could result in additional contractual risk to Canada
Assignment of non-conformances and other findings
-
If a Major non-conformance is noted against an element that has other main elements related to it, only a single Major non-conformance will be assigned to the main element. In cases where a main element has a number of related sub-elements, if a Major non-conformance is cited against the main element the Assessor will assign the “Observation” type finding to each affected sub-element. In both cases, a note will refer the reader of the report back to the non-conformance referenced against the main element or sub-element as the case may be.
For example, Contracting Authority fails to place the search results on file. This will result in a Major – Policy (Documentation) Non-Conformance for sub-element 2.01 (Search Results - Documentation). Because the search is not on file, compliance to sub-element 2.02 (Search Results – Criteria) could not be confirmed. In this case, the finding type “Observation (Documentation)” would be assigned and a note would be added to the report referring the reader back to the non-conformance referenced in element 2.01 (Search Results - Documentation). Subsequently, the Assessor cannot determine compliance to elements 3.17 (Supplier’s List), 3.20 (Bid Solicitation Amendments), 8.05 (Category and Level) and 8.06 (Security Clearance). The same process as previously noted would apply (that is, citing of an Observation (Documentation) finding).
-
In certain situations, multiple contracts may result from a single bid solicitation document. In such cases, the assessment report will be comprised of, in essence, two parts. The first part will deal with the process that led up to the issuance of multiple contracts. Non-conformances noted for element groups 1 to 7 and 12 will be reported only once and not against each contract issued. For element groups 8 to 11, a separate assessment is done on the each contract issued. Therefore, if the assessor determines that a non-conformance exists under element 6.02 – (Evaluation Report – Mandatory Technical Evaluation Criteria (Part A)), for example, only a single non-conformance is raised, even though multiple contracts were issued. However, if the assessor determines that the same non-conformance exists for element 8.03 (Contract – Requirement Details (Part A, General)) for all contracts issued, then each contract shall be assigned its own non-conformance.
Other information
The Canada-United States-Mexico Agreement (CUSMA) which replaces the obligations of the North American Free Trade Agreement (NAFTA), entered into force on July 1, 2020. NAFTA will continue to apply to procurements commenced prior to CUSMA’s effective date of July 1, 2020, until those procurements are complete. With respect to the methods of supply, NAFTA is replaced by the Canada Korea Free Trade Agreement (CKFTA).
The Canadian International Trade Tribunal (CITT) has the authority to inquire into complaints by potential suppliers concerning federal government procurements that are covered by Canada-United States-Mexico Agreement (CUSMA), North American Free Trade Agreement (NAFTA), Canadian Free Trade Agreement (CFTA), World Trade Organization-Agreement on Government Procurement (WTO-AGP), Canada-Chile Free Trade Agreement (CCFTA) or any other applicable trade agreement. Based on the potential value of requirements for the various harmonized procurement tools, all the harmonized procurement tools (except for ProServices) were subject to CFTA and WTO. Therefore, Suppliers could submit complaints directly to the CITT. In the case of ProServices, a Supplier could submit a complaint to either CITT or to Office of the Procurement Ombudsman.
Definition section
1. Reference to "applicable taxes" in this guidance document and any resultant assessment report includes Provincial Sales Tax (PST) (Quebec only), Goods and Services Tax (GST), or Harmonized Sales Tax (HST).
Note 2
The applicability of the Quebec Sales Tax (QST) is effective April 1, 2013.
2. Rule “value at or below $40,000”: Clients may direct a contract at or below $40,000 (applicable taxes included) to Suppliers qualified in the applicable Category (ies) in accordance with the Government Contracts Regulations.
Note 3
The Governor in Council approved changes to the Government Contracts Regulations, which came into effect on June 10, 2019. As part of this set of amendments, the $25,000 threshold for not soliciting bids for services and construction contracts was increased to $40,000.
Report preface
Each assessment report shall be prefaced, where applicable, with the following notes:
- For assessment purposes:
- Identified Users/Federal Department Users are also referred to in the CPSS ePortal as “Clients”
- In the context of this guidance document, the Identified User/Federal Department User who initiates the procurement process is considered to be the Contracting Authority and is referred to as such in this guidance document
- The individual(s) who require(s) the professional services is (are) considered to be the Client. It is noted that the Federal Department User (referred to in the CPSS ePortal as the "Client") may be the client and the Contracting Authority simultaneously
- Individuals who are granted access to the CPSS ePortal to conduct searches (referred to in the CPSS ePortal as a "Purchaser") are referred to in this guidance document as the Contracting Authority
- Responses submitted by Suppliers as a result of a bid solicitation document sent to them are considered to be bids
- The assessment(s) findings detailed in this report are based on an assessment of the contract file at a specific time in the procurement process. One or more of the contracts assessed may still be active and, as a result, future actions taken by the Contracting Authority could have a material effect on the assessment findings reported herein
1. Procurement strategy
In this section
1.01 Method of supply selection
CPSS is a centralized web-based portal designed to help clients in their procurement of professional services using various Public Services and Procurement Canada (PSPC) standing offers (SO) and supply arrangements (SA).
The following methods of supply are available through the CPSS e-portal:
- Learning Services
- Professional Audits Support Services Supply Arrangement (PASS)
- ProServices
- Solutions Based Informatics Professional Services (SBIPS)
- Task Based Informatics Professional Services (TBIPS)
- Task and Solutions Professional Services (TSPS)
- Temporary Help Services (THS)
ProServices must be used for all requirements valued at below the North American Free Trade Agreement (NAFTA) threshold till June 30, 2020 and below the Canada Korea Free Trade Agreement (CKFTA) threshold, effective July 1st, 2020, where the categories required are contained either in the TBIPS SA, or in the TSPS SA.
THS – When it comes to using the THS in the National Capital Region (NCR) SA procurement personnel must first determine if their requirement meets 1 of the following 3 situations and keep the reason on file:
- When a public servant is absent for a temporary period of time
- When there is a requirement for additional staff during a temporary workload increase, in which there is an insufficient number of public servants available to meet the requirement
- A position is vacant and staffing action is being completed
These are the only 3 situations under which the SA can be used. THS for the NCR must not be used when the client is seeking a solution to a departmental business requirement or for requirements outside the NCR. Other professional services methods of supply are available for these types of requirements.
The Canada-United States-Mexico Agreement (CUSMA) which replaces the obligations of the NAFTA, entered into force on July 1, 2020. NAFTA continues to apply to procurements commenced prior to CUSMA’s effective date of July 1, 2020, until those procurements are completed. With respect to the methods of supply, NAFTA is replaced by the Canada CKFTA.
- Common business rules in the Centralized Professional Services System ePortal
- Temporary help services at a glance
Assessment guidance and notes
When determining the value of the SA requirement for the purpose of determining whether or not ProServices applies, the Contracting Authority must include all option periods (if applicable), all applicable taxes, travel and living expenses, etc.
Note: Threshold for supply arrangement requirements
- NAFTA threshold for SA requirements issued between January 1, 2020 and June 30, 2020 is $108,400
- CKFTA threshold for SA requirements issues after July 1, 2020 is $100,000
Only a contract can be issued against a SA.
Note: Temporary Help Services
- Non-competitive: $40K including applicable taxes and travel
- Competitive method 1: $400K including applicable taxes and travel (except when using right-fit)– Limit 1 resource per contract
- Competitive method 2: $1M including applicable taxes and travel (over $1M with PSPC approval)–Multiple resources possible
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | There is not enough information on file to confirm which Method of supply (MoS) was used. | Without information on file the Assessor cannot confirm which MoS was used at the time the procurement was initiated. (Treasury Board (TB) Contracting Policy, sub-section 5.2.2 and 12.3.1). |
| Major non-conformance—procedural | ProServices was not used for an SA requirement with an estimated value (inclusive of all options, travel expenses and applicable taxes) that was below the NAFTA or CKFTA threshold. | TBIPS and TSPS (Task) SAs require that ProServices be used for SA requirements valued below the NAFTA or CKFTA threshold. |
| Major non-conformance—procedural | ProServices was used to acquire professional services for a category or categories that are not covered by this SA. | ProServices SA states which categories are covered by this SA. |
| Major non-conformance—procedural | ProServices was used for an SA requirement with an estimated value (inclusive of all amendments, options, travel expenses and applicable taxes) that was above the NAFTA or CKFTA threshold. | ProServices may only be used for SA requirements valued at below the NAFTA or CKFTA threshold. |
| Major non-conformance—procedural | ProServices or THS was used for an SA requirement and a call-up was issued against a Supply Arrangement. | ProServices and THS, which has a SA component only, cannot issue a call-up against a SA. If the intent was to issue a call-up, the TSPS MoS should have been utilized |
| Major non-conformance—procedural | THS was used for an SA requirement that does not meet one of the three (3) reasons for using THS. | THS may only be used for SA requirement meeting one of the 3 reasons. If the requirement did not meet one of the 3 reasons, then another MoS should have been utilized. |
| Major non-conformance—procedural | Wrong method of supply was used for a requirement with an estimated value (inclusive of all amendments, options, travel expenses and applicable taxes) that was above the NAFTA or CKFTA threshold. | TSPS solution-based SA is used whereby a supplier defines and provides a solution to a requirement, manages the overall requirement, phase or project and accepts responsibility/risk for the outcome. TSPS Task-based is used for a specific need and is usually associated with a specified set of responsibilities. A task-based set deliverables and is usually not large projects. |
| Major non-conformance—procedural | The value of the contract was based on the wrong percentage of taxes (that is, 5% instead of 13%). | Contravention of TB Directive on the Management of Procurement sub-section 5.13) and at Government of Canada Taxes: GST/HST calculator (and rates) |
1.02 Competitive vs. non-competitive requirements
The requirement for soliciting bids may only be set aside for requirements valued at $40,000 or less.
- Government Contract Regulations (section 6)
- TB Contracting Policy (sub-section 10.2.1)
- Common business rules in the Centralized Professional Services System
- Temporary help services at a glance
Assessment guidance and notes
For requirements valued at $40,000 (inclusive of all options, amendments, applicable taxes, travel and living expenses, etc.) or less, the Contracting Authority may invoke the "does not exceed $40K" rule in accordance with Government Contract Regulations (GCRs). The Contracting Authority would still be required to perform a search but would have the option of selecting one Supplier from the search results. Contracting Authorities who wish to invoke any of the other 3 reasons for not soliciting bids under the GCRs may not use the Methods of Supply (MoSs) within the CPSS ePortal.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The Contracting Authority invoked the "does not exceed $40k" rule for a contract valued in excess of $40,000. | Exception used does not fit the criteria described in TB Contracting Policy. (TB Contracting Policy, sub-section 10.2.1 (b)) |
| Major non-conformance—procedural | The Contracting Authority invoked 1 of the other 3 reasons for not soliciting bids. | Contracting Authorities who wish to invoke any of the other 3 reasons for not soliciting bids under the GCRs may not use the Methods of Supply (MoSs) within the CPSS ePortal. |
2. Search criteria
In this section
2.01 Search results—documentation
Copy of search results to be placed on file.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
- Common business rules in the Centralized Professional Services System
- Temporary Help Services
Assessment guidance and notes
The Contracting Authority must print and save an electronic copy of the initial and final search results and place it on file. Without a copy of the search results on file, the Assessor will not be able to confirm that the CPSS ePortal common business rules have been applied. Searches conducted in the CPSS ePortal are done in two parts—the initial search results titled "Name of Methods of Supply (MoS) Supply Arrangement (SA) Search Filtering" which is a list of all potential suppliers that meet the search criteria specified and the final search results titled "(Name of MoS) Final Search Results" which is the list of suppliers that are being invited to submit a bid. For requirements valued at over North American Free Trade Agreement (NAFTA), the Contracting Authority is required to place the initial and final search results on the contract file. For all requirements, the Contracting Authority is required to place the initial and final search results on the contract file.
The following information must be provided in the initial and final search results:
- Name of MoS
- Supplier legal names
- Search criteria used (category or categories, level, number of resources, region, supplier security clearance, supplier document safeguarding, etc.
- Date search was conducted
- Purchaser information
Note
- Contracting Authorities who invoke the "does not exceed $40k" rule must still conduct a search and place a copy of the initial search results and final search results on file
- There are two possible explanations for multiple searches:
- The search criteria (including the category required, # of resources, security level, etc.) have changed
- The search criteria has not changed but the Client conducted additional search(es) to avoid sending a bid solicitation to unwanted Suppliers randomly generated by the CPSS ePortal system
- Searches conducted using ProServices will be for categories that are either Information Technology (IT) or non-IT. CPSS does not provide for the capability of conducting a search for both IT and non-IT categories simultaneously
- If multiple searches were conducted, the Assessor shall evaluate the latest search results only
- Searches conducted using Temporary Help Services (THS) are for requirement within the National Capital region (NCR) only
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the initial (if applicable) and final search results are not on file and the Contracting Authority is unable to provide it. |
Without a copy of the initial search results, the Assessor cannot verify that suppliers, who were not part of the final search results, and that requested and were sent a copy of the bid solicitation met the search criteria used. Without a copy of the final search results, the Assessor cannot:
(Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—procedural | The search on file was carried out after the publication of the bid solicitation document. | A search via CPSS is mandatory, before the publication of the bid solicitation document and the award of the contract, to confirm which suppliers have been pre-qualified in relation to the selected category and level required. |
| Observation (documentation) | Search on file is not dated. |
Without the date of the search the Assessor cannot confirm whether or not the category (ies) covered by the search were part of the Supplier's SA at the time the procurement was initiated. |
| Observation (other) | Search on file does not represent the right list of Suppliers. | Search conducted was based on a requirement valued at a specific threshold. Following contract amendment(s), the revised contract value is exceeded the specific threshold. If the Search conducted was based on a requirement representing the right threshold, a different list of suppliers would have been returned. |
2.02 Search results—criteria
The Category (ies) and level(s) selected in the search criteria must be consistent with the work described in the SOW.
- TB Contracting Policy (sub-section 16.10.3)
Assessment guidance and notes
Assessor must determine whether or not the category (ies) and level(s) selected in the search criteria are consistent with the work described in the statement of work (SOW).
Note
- Category descriptions in Task Based Informatics Professional Services (TBIPS) MoS contain reference to "Level 1", "Level 2" and "Level 3". These levels are equivalent to Junior, Intermediate and Senior levels referred to in CPSS search results for all other MoSs
- The CPSS ePortal system does not allow users to conduct a search using different regions/metropolitan areas or a mix of IT and non IT categories (applies only to ProServices)
- Searches conducted using THS are for requirement within the National Capital region only. When a JV appears on the list of selected suppliers, the identified users must remove any of the individual JV members if they are also present on the list
- In a situation where there is a discrepancy between the number of resources used to conduct the search and the number of resources stated in the bid solicitation, a finding shall not be raised. This is because, for searches conducted using an SA, the number of resources used to conduct the search will not affect the results
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The Category (ies) and level(s) used in the search criteria are not consistent with the work described in the SOW. | Use of the incorrect category (ies) and level(s) will have a direct impact on the search results returned. If the correct criteria had been used, the list of Suppliers returned would be different. (Contravention of TB Contracting Policy sub-section 16.10.3) |
| Major non conformance—policy (other) | There is significant discrepancies between the search results and the SOW. | Use of the incorrect criteria will have a direct impact on the search results returned. If the correct criteria had been used, the list of Suppliers returned would be different. (Contravention of TB Contracting Policy sub-section 16.10.3). |
| Major non-conformance—policy (other) | Searches conducted using THS was for a requirement outside the National Capital Region. | THS for the National Capital Region (NCR) must not be used when the client is seeking a solution to a departments business requirement or for requirements outside the NCR. |
| Major non-conformance—policy (procedural) | Searches conducted using THS—Individual JV members were not removed from the search list. | When a JV appears on the list of selected suppliers, the identified users must remove any of the individual JV members if they are also present on the list. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the SOW is not on file. |
If the statement of work is not on file, then a Major non-conformance will be raised against other elements (that is, element 3.01: Bid Solicitation—Documentation and/or element 8.01: Contract—Documentation). Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of neither the initial nor the final search results is on file. |
If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation). Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3. Bid solicitation preparation
In this section
- 3.01 Bid solicitation—documentation
- 3.02 Bid solicitation—parameters (search results)
- 3.03 Response period
- 3.04 Bid solicitation—content (part A—requirement details, competitive)
- 3.05 Bid solicitation—content (part A—requirement details, non-competitive)
- 3.06 Bid solicitation—content (part B—requirement details, flexible grid)
- 3.07 Mandatory technical evaluation criteria—part A
- 3.08 Mandatory technical evaluation criteria—part B
- 3.9 Mandatory technical evaluation criteria—part C
- 3.10 Point rated technical evaluation criteria—part A
- 3.11 Point rated technical evaluation criteria—part B
- 3.12 Point rated technical evaluation criteria—part C
- 3.13 Point rated technical evaluation criteria—part D
- 3.14 Point rated technical evaluation criteria—part E
- 3.15 Selection methodology—part A
- 3.16 Selection methodology—part B
- 3.17 Supplier's list
- 3.18 Notice of proposed procurement
- 3.19 Notice of proposed procurement—content
- 3.20 Bid solicitation amendments
3.01 Bid solicitation—documentation
Copy of the bid solicitation document must be on file.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
A complete copy of the bid solicitation document, including but not limited to the Statement of Work (SOW), category/categories and levels required, security requirement, mandatory and point rated criteria, basis of selection, certifications, Flexible Grid (if applicable), resultant contract clauses etc. must be on file. Without a copy of the complete bid solicitation document, it is not possible for the Assessor to confirm the information sent to the Supplier.
Competitive Requirements
For requirements that have been re-tendered due to changes in the category/categories, level, security, etc. the Assessor will assess only the latest bid solicitation document and not the bid solicitation documents from earlier round(s) of bidding. However, if multiple rounds of bidding were required due to lack of responses or bid solicitation responses that were deemed to be non-compliant, the Contracting Authority should place a copy of the bid solicitation document from all preceding rounds of bidding on the contract file.
Procurements based on the "does not exceed $40k" rule
The Contracting Authority must ensure that there is documentation on file that confirms that the Supplier has been provided all necessary information, including but not limited to the SOW, category/categories required, levels required, mandatory criteria, certifications (if applicable), Flexible Grid (if applicable), resultant contract clauses etc. Contracting Authorities should issue a formal bid solicitation document and place a copy on file. If an informal process is used, all required documentation related to the bid solicitation process must be on file.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of bid solicitation documentation is not on file and the Contracting Authority is unable to provide it. |
Without a copy of all bid solicitation documents it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Minor non-conformance | Copy of bid solicitation documentation is not dated. |
Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.02 Bid solicitation—parameters (search results)
Bid solicitation documents must be consistent with the search criteria used.
- TB Contracting Policy (sub-section 16.10.3)
Assessment guidance and notes
The Assessor must verify that the category/categories, level of expertise, Supplier Security Clearance, Supplier Document Safeguarding and Region/Metropolitan Area stated in the bid solicitation document matches criteria used to conduct the search.
The following applies to Directed Requirements only:
- If the supplier security clearance or document safeguarding level stated in the supplier's CPSS ePortal profile are higher than that stated in the bid solicitation, a non-conformance shall not be raised. The rationale being that the supplier selected would have been returned in the search results in either case
- If the supplier security clearance or document safeguarding level stated in the supplier's CPSS ePortal profile is lower than that stated in the bid solicitation, a non-conformance will be raised if there is no documentation on file that confirms what the supplier security clearance or document safeguarding level was at the time the bid solicitation was issued
Note
- Category descriptions in Task Based Informatics Professional Services (TBIPS) Methods of Supply (MoS) contain reference to "Level 1", "Level 2" and "Level 3". These levels are equivalent to Junior, Intermediate and Senior levels referred to in CPSS search results for all other MoSs
- The longer the period of time between the date the search was conducted and the date of the bid solicitation, the higher the risk that one or more suppliers displayed in the original search results do not have an active Supply Arrangement (SA). For example, the search was conducted on January 2, 2018 and the bid solicitation was issued February 15, 2018. The SA for one of the suppliers, who was part of the original search results, was de-activated for failing to meet the terms of their SA on January 31, 2018. If the search was re-done on the date the solicitation was issued, this supplier would not have been returned
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The total estimated value, category/categories, level, Supplier Security Clearance, Supplier Document Safeguarding or Region/Metropolitan Area stated in the bid solicitation document is not consistent with search criteria used. | Use of search criteria that is not consistent with the information stated in the bid solicitation will have a direct impact on the search results returned. If the correct criteria had been used, the list of Suppliers returned would be different. (Contravention of TB Contracting Policy sub-section 16.10.3). |
| Major non-conformance—procedural | There is a significant discrepancy between the date the search was conducted and the date of the bid solicitation. | The search results on file were conducted after release of the bid solicitation. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of all bid solicitation documents are not on file. | If all bid solicitation documents are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or the final search results is not on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.03 Response period
Bid solicitation documents are to provide a minimum of 5 calendar days (requirements valued at $0 to NAFTA or the Canada Korea Free Trade Agreement (CKFTA) (after July 1st, 2020) or 15 calendar days (requirements valued at NAFTA or CKFTA to $3,750,000.00). For Temporary Help Services (THS) SA, lowest price selection are to provide a minimum of 48 hours, right fit a minimum of 96 hours and for competitive method 2, it is the identified user’s choice.
Assessment guidance and notes
Bid solicitations must provide Suppliers with a minimum period within which to respond. The minimum bid response times were developed, in consultation with suppliers and department users, to allow suppliers sufficient time to locate resources capable of completing the work. Contracting Authorities who provide a response time that is less than the requisite minimum must have written justification on file. Justification would be established through consultations with the client and possibly the identified suppliers.
When calculating the response period, the date shown on the bid solicitation document or the date the bid solicitation document was sent to the Suppliers (if different than the date shown on the bid solicitation document) is not counted. Where there are discrepancies with the date on both documents (for example date on bid solicitation document is January 7, 2020 and date of email is January 8, 2020), the date the bid solicitation document was sent to the Suppliers shall be used to determine compliance to this requirement. Where the bid solicitation document does not state the response date, the date that Suppliers are sent the bid solicitation document shall be assumed to represent the bid solicitation date and shall be used to determine compliance to this requirement.
Note
- For requirements under $40k where the exception "does not exceed $40k" has been invoked, there is no minimum bidding period.
- The above requirements also apply in the event that a requirement is re-tendered.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—procedural | Bid solicitation document provides a response time that is less than the requisite minimum amount. There is no justification on file. | Without providing sufficient time for Suppliers to provide a response, potential Suppliers may not be able to submit a response. |
| Major non-conformance—procedural | Bid solicitation document fails to specify the response due date. | Without a response due date, potential Suppliers could submit a response at any time or submit amendments to their response at any point up until the point of contract issuance. |
| Observation (insufficient information) | Bid solicitation document specifies response time that is less than the minimum required. The documented justification appears to be insufficient. | The assessor does not have the necessary subject matter expertise or information to assign a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document and/or copy of documentation that confirms who was sent the bid solicitation are not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation). If documentation that confirms who was sent the bid solicitation is not on file, then a Major non-conformance would be raised against the next element (that is, 3.17: Supplier’s List).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.04 Bid solicitation—content (part A—requirement details, competitive)
Bid solicitation documents must contain specific information.
- TB Contracting Policy (sub-section 2, 4.1.2, 4.1.4, 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 9.1.2 and 10.3.1)
- Temporary Help Services
Assessment guidance and notes
Bid solicitation documents must contain, as a minimum but not limited to, the following information:
- Standard Instructions:
- Bid submission instructions (address for submission of bids, bid closing date and time);
- Bid preparation instructions
- Bid evaluation procedures
- Basis of selection
- Financial capability (if applicable)
- Certifications
- Security Clause (if applicable)
- Complete Security Requirement Check List (SRCL), except for part D—refer note below
- Resulting contract clauses (including Task authorization (TA) clauses, travel, etc. if applicable)
- Complete description of the work (that is, SOW)
Bid solicitation documents for all MoSs, with the exception of ProServices and Temporary Help Services (THS), must use the "High Complexity Bid Solicitation and Resulting Contract Template (HC)" bid solicitation template available in the Standard Acquisition Clauses and Conditions (SACC) Manual. Bid solicitation documents issued using the ProServices MoS must use the "Medium Complexity Bid Solicitation and Resulting Contract Template (MC)" bid solicitation template available in the SACC Manual. THS must use one of the three (3) templates available on the THS Web site. The HC and MC and THS bid solicitation templates contain clauses that must appear in the bid solicitation document and clauses that are only required in specific circumstances. When determining compliance to this element, Assessors must determine whether or not all required information as identified above including all appropriate clauses have been incorporated into the bid solicitation document.
Note
- Security Requirements—The bid solicitation document may or may not require that the Supplier or the resource(s) offered or both have a specific level of security clearance
- SRCL—Part D, Authorization, provides information that the Contracting Authority may not want to publish during the solicitation period (for example name, phone number and email address of the Contract Security Program (CSP) Security Officer, the Departmental Security Officer (DSO), etc.
- Complete description of the work—May also be referred to as the Statement of Work, Statement of Requirements, etc.
- Bid Preparation Instructions—Requirements for the Technical Bid, including (if applicable) submission of resumes, academic certification(s); Financial Bid; Certifications (if applicable) and other information (if applicable)
- Bid Evaluation Procedures—This includes evaluation process including evaluation team composition and identification of mandatory technical criteria (if applicable) and point rated evaluation criteria (if applicable)
- Basis of Selection—Selection type (for example bid with the lowest evaluated price, lowest evaluated price per point, etc.)
- Basis of Payment - Annex B, Basis of Payment, of the "High Complexity Bid Solicitation and Resulting Contract Template (HC)" for the TBIPS and TSPS MoS does not include a column for level of effort. Therefore, a non-conformance shall not be raised if the Annex B, Basis of Payment does not include a level of effort
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Bid solicitation document fails to include all required components (clauses, parts, annexes, etc.). | TB Contracting Policy requires that bid solicitation documents contain all required components (clauses, parts, annexes, etc.) that ensure that the contracting process will stand up to public scrutiny and meet Canada's obligations under the various free trade agreements. (Contravention of TB Contracting Policy sub-sections 2, 4.1.2, 4.1.4, 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 9.1.2, 10.3.1.) |
| Major non-conformance—policy (other) | There are major discrepancies or inconsistencies within the bid solicitation document. | The contradictory information presented makes it impossible for Suppliers to present a compliant resource and could affect the selection process and consequently change the Supplier awarded the contract. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—procedure | SRCL attached to the bid solicitation, refer Part D, was not signed as approved by the CSP and/or the Organization Project Authority or Organization Security Authority. | TB Policy on Government Security requires that SRCL attached to the bid solicitation is approved before the solicitation document is issued. (Contravention of TB Policy on Government Security sub-section 5.9 and Appendix A.6). |
| Major non-conformance—procedure | There are significant discrepancies between the bid solicitation instructions and the instructions related to the selected MoS. | There are specific rules associated with each MoS under the CPSS ePortal. Results in the improper use of the them has a serious impact on the integrity of the procurement. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.05 Bid solicitation—content (part A—requirement details, non-competitive)
Bid solicitation documents must contain specific information.
- TB Contracting Policy (sub-section 2, 4.1.2, 4.1.4, 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 9.1.2 and 10.3.1)
Assessment guidance and notes
Bid solicitation documents must contain, as a minimum but not limited to, the following information:
- Certifications (if applicable)
- Security Clause (if applicable)
- Completed SRCL (if applicable)
- Resulting contract clauses
- Complete description of the work (that is, SOW)
Note
- Security Requirements—The bid solicitation document may or may not require that the Supplier or the resource(s) offered or both have a specific level of security clearance
- Complete description of the work—May also be referred to as the Statement of Work, Statement of Requirements, etc.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Bid solicitation document fails to include all required components (clauses, parts, annexes, etc.). | TB Contracting Policy requires that bid solicitation documents contain all required components (clauses, parts, annexes, etc.) that ensure that the contracting process will stand up to public scrutiny and meet Canada's obligations under the various free trade agreements. (Contravention of TB Contracting Policy sub-sections 2, 4.1.2, 4.1.4, 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 9.1.2, 10.3.1.) |
| Major non-conformance—procedure | SRCL attached to the bid solicitation, refer Part D, was not signed as approved by the CSP and/or the Organization Project Authority or Organization Security Authority. | TB Policy on Government Security requires that SRCL attached to the bid solicitation is approved before the solicitation document is issued. (Contravention of TB Policy on Gov't Security sub-section 5.9 and Appendix A.6). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.06 Bid solicitation—content (part B—requirement details, flexible grid)
Bid solicitation documents must contain the Flexible Grid (if applicable)
- TB Contracting Policy (sub-section 10.7.25)
- PSPC Supply Manual (sub-section 4.35.1)
- Common business rules in the Centralized Professional Services System
- Temporary Help Services
Assessment guidance and notes
The Flexible Grid applies to requirements that use either the TSPS Task Supply Arrangement or requirements for categories under Streams 8 to 12 (Non-IT Professional Services) of the ProServices MoSs only. The Flexible Grid indicates the minimum level of points required by each proposed resource to qualify for each Level of Expertise (that is, Junior, Intermediate or Senior). Various amounts of points are given for relevant education, professional certification and relevant experience. The bid solicitation document must contain the following related to use of the Flexible Grid:
- Statement indicating that the Bidder must demonstrate that each proposed resource offered meets the minimum number of points required for the relevant level and category described in the Flexible Grid(s)
- A copy of the relevant Flexible Grid(s) or a reference to the Annex "A" Requirement of the TSPS Task Supply Arrangement
Note
- The Flexible Grid provides the general requirements that a resource must meet based on specific categories and levels
- The Flexible Grid does not apply to solution-based MoSs
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | There are significant discrepancies between the Flexible Grid contained in the bid solicitation document and the Flexible Grid applicable to the category required. | The discrepancies suggest that there has been an attempt to manipulate the procurement process. (Contravention of TB Contracting Policy sub-section 10.7.25). |
| Major non-conformance—procedural | Bid solicitation document fails to include the required information related to the Flexible Grid. | Failure to provide the required items would prevent a Supplier from presenting compliant resource(s) and would prevent a third party from assessing the validity of any subsequent technical evaluation. |
| Major non-conformance—procedural | Bid solicitation document includes a Flexible Grid for a solutions based MoS. | The Flexible Grid is used to confirm the level of the resource being offered against a specific category. Solution-based MoSs do not include categories. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.07 Mandatory technical evaluation criteria—part A
Mandatory technical evaluation criteria must be consistent with the work described in the SOW and the Flexible Grid (if applicable).
- TB Contracting Policy (sub-section 10.7.25)
- PSPC Supply Manual (sub-section 4.35.1)
- Temporary Help Services
Assessment guidance and notes
Mandatory evaluation criteria identify the minimum requirements that are essential to the successful completion of the work. Significant discrepancies between the mandatory criteria, the SOW and the Flexible Grid (if applicable) suggest that:
- The work described in the SOW is inaccurate, or
- The Flexible grid (if applicable), specifically the category (ies) or stream(s) and level (if applicable) selected are inaccurate, or
- There is the appearance of an attempt to manipulate the procurement process
Discrepancies between the SOW, specifically the level of each category, and the mandatory requirements would invalidate the search conducted. In such a case, there is a high probability that, if the level of the category (ies) used matched the mandatory requirements, the search results would have been materially different. For example, the bid solicitation document required an Intermediate level (or level 2) Application/Software Architect. The experience required in the bid solicitation document was a minimum of 15 years. However, the experience requirement for this category at the specified level is 5 to less than 10 years experience. Requiring a minimum of 15 years would be consistent with the specified category at the Senior level (or level 3).
Flexible Grid
If the Flexible Grid is applicable, mandatory criterion specified in the bid solicitation document must be consistent with the minimum requirements stated in the Flexible Grid for the category and level of expertise required. In addition, the total number of points, based on the mandatory requirements for education, certification (if applicable) and experience must be consistent with the level of expertise required. Please note the following examples:
- Bid solicitation document requires a Business Analyst with an Intermediate level of expertise. The bid solicitation document states that the minimum education required is a High School Diploma. However, the minimum education requirements in the Flexible Grid applicable to the required category is either a University degree (PhD, Graduate, or Undergraduate) or College or CEGEP (Collège d'enseignement général et professionnel) Diploma/Certificate. In this case the minimum education requirement is not consistent
- Bid solicitation document requires a Human Resources Consultant with a junior level of expertise. The bid solicitation document includes the following mandatory criteria - University degree (undergraduate level), certification as a Certified Human Resources (HR) Professional (CHRP)) and minimum 10 years experience. Resources offered that meet the mandatory criteria would achieve a score of 110 points (35 points for education, 15 points for the certification and 60 points for experience) when compared to the appropriate Flexible Grid. The total number of points in this case is consistent with a consultant at the Senior and not Junior level
Temporary Help Services
If the competitive method 1 is used, a maximum of 2 additional mandatory criteria is allowed. No rated or asset criteria allowed. If competitive method 2 is used, then additional mandatory and rated criteria are allowed.
Note
- The Contracting Authority may, at their discretion include in the bid solicitation document only the mandatory requirements required by the appropriate Flexible Grid
- For categories where a minimum level of education is stipulated, evidence of completion of a higher level of education will be accepted
- Contracting Authorities may, if applicable, specify a level of education that is higher than the minimum mandatory requirements provided that the level of education required does not exceed the education requirements identified as being mandatory for the next highest level. For example, the category Strategic Learning Advisor, at the junior level, requires either an undergraduate degree or college degree in any field. The same category, at the Intermediate level, requires:
- An undergraduate degree or college degree in any field, or
- An undergraduate degree with a Major in Education, Adult Learning, Distance Learning, or eLearning, or
- A graduate degree with a Major in Education, Adult Learning, Distance Learning, or eLearning
If the Contracting Authority requires a Strategic Learning Advisor, with an undergraduate degree with a Major in Education, the Contracting Authority must request a resource at the intermediate level and not the junior level.
- The minimum requirement for each mandatory experience criterion must be consistent with the minimum experience requirement for the level of each category selected. If a category and level requires a minimum 5 years of relevant experience and the next higher level requires a minimum 10 years, each mandatory experience criterion cannot be less than the minimum 5 years (for example 2 years) or exceed the minimum for the next higher level (for example 12 years)
- The requirements stated in this element apply to competitive bid solicitations and procurements based on the "does not exceed $40k" rule
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | There are significant discrepancies between the mandatory criteria and the SOW, the search criteria used or the Flexible Grid (if applicable). | Either the search criteria used was incorrect, thus invalidating the search conducted, or there is an attempt to manipulate the procurement process. (Contravention of TB Contracting Policy sub-section 10.7.25) |
| Major non-conformance—policy (other) | There is more than 2 additional mandatory criteria for THS requirement, competitive method 1. | THS Competitive method 1 does not allow more than 2 additional mandatory criteria (Temporary help services at a glance) |
| Observation (insufficient info) | The mandatory technical evaluation criteria do not appear to be consistent with the SOW, the search criteria used or the Flexible Grid (if applicable). | The assessor does not have the necessary subject matter expertise or information to assign a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the SOW is not on file. | If the SOW was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03: Bid Solicitation—Content (Part A—Requirement Details, Competitive) or 3.04: Bid Solicitation—Content (Part A—Requirement Details, Non-Competitive)).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | The mandatory technical evaluation criteria were included in the SOW. | Mandatory criteria or requirements that could be interpreted as mandatory criteria should not be included in the SOW. The intent of the SOW is to describe the work that is required. Inclusion of mandatory criteria in the SOW could result in contradictions between the SOW and the mandatory criteria stated elsewhere in the solicitation document, failure to evaluate the additional mandatory criteria, etc. |
3.08 Mandatory technical evaluation criteria—part B
Mandatory technical evaluation criteria must be described with sufficient clarity so as to permit evaluator(s) to determine compliance on a pass/fail basis.
- TB Contracting Policy (sub-section 10.7.27)
Assessment guidance and notes
Compliance of each mandatory technical requirement must be based on a simple "yes" or "no" answer. If judgement is required by the evaluator(s) to determine compliance then the bid solicitation document should provide guidelines so that Suppliers will know how their response will be evaluated. For example, the bid solicitation document requires a secondary school diploma. This requirement is clear, either the person has it or they do not. An example of a criterion that would require judgement is the requirement for a secondary school diploma or an acceptable combination of education, training and experience. In such cases, the acceptable combination education, training and experience must be specified.
Bid solicitation documents that fail to specify the minimum requirement for experience, knowledge required, minimum number of projects, minimum project duration, etc. will force evaluators to deem a resource compliant if, for example, that resource has one day of experience in a required area. Statements such as "experience in" and "significant experience in" do not identify a specific minimum amount of experience and as such, allow for discretionary evaluation.
Bid solicitation documents that fail to specify the recentness of the experience or project will force evaluators to deem a resource compliant if, for example, the experience was gained or the project was completed 5, 10 or 20 years ago.
The Contracting Authority must, for each mandatory technical requirement state how compliance will be determined. For criterion related to projects and experience, compliance can be determined via the resume submitted. However, compliance to criterion such as security clearance, professional designation, education, etc. should be substantiated through submission of objective evidence such as certificates, copy of diploma, etc. In the absence of a clear statement as to how compliance will be determined, the Contracting Authority will be forced to accept a simple statement from the Supplier as proof. In such situations an Observation shall be cited including a note in the comments stating that the assertion made by the Supplier would have to be accepted.
Note
The requirements stated in this element apply to competitive bid solicitations and procurements based on the "does not exceed $40k" rule.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Mandatory technical evaluation criteria used lacks sufficient information to permit an evaluator to determine compliance on a pass/fail basis. | Evaluation criteria used must allow evaluators to determine compliance based on a yes or no answer. TB Contracting Policy requires that evaluation factors be clearly defined so that they may be applied equally. (Contravention of TB Contracting Policy sub-section 10.7.27.) |
| Major non-conformance—policy (other) | Mandatory technical evaluation criterion does state how compliance would be verified. | Refer rationale above. |
| Major non-conformance—procedural | Mandatory technical evaluation criteria used lacks specificity (for example fails to state minimum amount of experience required, minimum project duration, how recent the experience or project must be, etc.). | Evaluation criteria used must be of sufficient clarity so that different evaluators can come to the same conclusion. |
| Major non-conformance—procedural | Mandatory technical evaluation criteria used is too specific (for example requires an exact amount of experience required). | Evaluation criteria used must be of sufficient clarity so that evaluators are able to make decisions based on the intent of the criterion. |
| Major non-conformance—procedural | Mandatory technical evaluation criterion requires minimum amount of experience for several components but does not indicate whether the experience required is cumulative or must be demonstrated for each component. | Evaluation criterion states that, for example, minimum 10 years of experience is required in web site design, web site content management and applying metadata standards to web content.
Based on the lack of clarity contained in this example, one evaluator could declare a resource non-compliant for failing to meet the minimum experience in all three components. Just as likely, the same evaluator could add up the experience in all three components and deem the resource compliant for this criterion because the cumulative experience exceeds 10 years. Finally, it is possible that the Contracting Authority, based on the example above, may be forced to accept a resource that does not have the minimum experience in all components specified. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation Preparation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (insufficient info) | The mandatory technical requirements appear to lack sufficient information to permit an evaluator to determine compliance on a pass/fail basis. | The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.09 Mandatory technical evaluation criteria—part C
Mandatory technical evaluation criteria must not unfairly restrict competition.
- TB Contracting Policy (sub-section 9.1.1)
Assessment guidance and notes
Mandatory technical evaluation criteria must not be construed as unduly restricting the ability of a Supplier to respond to the bid solicitation. Examples of such a situation includes, but is not limited to:
- Requiring a minimum amount of experience within a very short time period (for example 3 years within the last 4 years) given the category, level, description of the work required in the SOW, etc.
- An unreasonable number of mandatory requirements given the category, level, description of the work required in the SOW, etc.
- Experience required is unreasonable given the category, level, description of the work required in the SOW (for example requirement is for category 1.1 - Human Resources Consultant, level of expertise - junior. Minimum amount of relevant experience required is 10 years)
- Certificate(s) required is unreasonable given the category, level, description of the work required in the SOW (for example requirement is for category 2.15 Facilitator Consultant, level of expertise - junior. Certificate required Master Facilitator Certification)
Note: Master Facilitator Certification is a higher certification level than Certified Professional Facilitator.
- Specific government related experience where the work must have been performed in a particular area within the federal government (for example requirement is for category 3.2 Project Manager, level of expertise—intermediate with a minimum 10 years experience within a specific project office in National Defence)
Note
- In some cases, specific experience using software or a system or other tool that is found only in the federal government may be acceptable. Example would be minimum 3 years experience using the Financial Information System (FIS) in the federal government. Also, in some situations (for example IT Security Design Specialist), the skill sets required by a resource may be constantly evolving thus necessitating that the resource's experience be more recent than may otherwise be required for other categories
- The requirements stated in this element apply to competitive bid solicitations only
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Mandatory technical evaluation criteria fits one or more of the situations described in the Assessment Guidance and Notes section of this element and is considered to unfairly restrict the ability of a Supplier to respond to the bid solicitation. | Evaluation criteria used must not be construed as providing a single Supplier with an unfair advantage or unduly restricting the ability of a Supplier to respond to the bid solicitation. (Contravention of TB Contracting Policy sub-section 9.1.1) |
| Observation (insufficient info) | The mandatory technical evaluation criteria appear to unduly restrict the ability of a Supplier to respond to the bid solicitation. | The assessor does not have the necessary subject matter expertise or information to assign a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the SOW is not on file. | If the SOW was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03: Bid Solicitation—Content (Part A—Requirement Details, Competitive) or 3.04: Bid Solicitation—Content (Part A—Requirement Details, Non-Competitive)).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.10 Point rated technical evaluation criteria—part A
Point rated technical evaluation criteria must be consistent with the work described in the SOW and the search criteria used.
- TB Contracting Policy (sub-section 10.7.25)
- PSPC Supply Manual (sub-section 4.35)
- Temporary Help Services
Assessment guidance and notes
Point rated technical evaluation criteria are used to assist in determining which bid solicitation response represents the best value. Significant discrepancies between the point rated criteria, the SOW or the search criteria suggest that:
- The work described in the SOW is inaccurate, or
- The search criteria, specifically the category (ies) or stream(s) and level (if applicable) selected are inaccurate, or
- There is the appearance of an attempt to manipulate the procurement process
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | There are significant discrepancies between the point rated criteria and either the SOW or the search criteria used. | Either the search criteria used was incorrect, thus invalidating the search conducted, or there has been an attempt to manipulate the procurement process. (Contravention of TB Contracting Policy sub-section 10.7.25) |
| Major non-conformance—policy (other) | There is point rated criteria for THS requirement, competitive method 1. | THS Competitive method 1 does not allow point rated criteria (Temporary help services at a glance) |
| Observation (other) | The point rated criteria do not appear to be consistent with the SOW or the search criteria. | The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the SOW is not on file. | If the SOW was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03: Bid Solicitation—Content (Part A—Requirement Details, Competitive) or 3.04: Bid Solicitation—Content (Part A—Requirement Details, Non-Competitive)).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.11 Point rated technical evaluation criteria—part B
Point rated technical evaluation criteria must clearly describe the requirement.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 4.35.2)
Assessment guidance and notes
Criterion against which points are assigned must be clearly defined so that Suppliers have the information necessary to offer the best potential resource(s) and so that the Contracting Authority or Client can evaluate the resources offered and make decisions based on clearly described criteria.
The bid solicitation document must clearly describe the point rated criteria to allow those responsible for the technical evaluation to make appropriate and supportable scoring decisions. For example, if points are assigned to a post-secondary degree, the criterion must state the points assigned for each type of degree (that is, undergraduate, graduate or doctoral), if applicable, and indicate the discipline or disciplines that would qualify for the assignment of points. Failure to do so could, for example, force an evaluator to accept degrees that have little or no relationship to the work required.
Bid solicitation documents that fail to specify the minimum requirement for experience, minimum project duration, etc. will force evaluators to assign points against projects where the resource has, for example, one day of experience in a required area. In addition, bid solicitation documents that fail to specify the recentness of the experience or project will force evaluators to assign points against projects that were, for example, completed 5, 10, or 20 years ago.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Point rated technical evaluation criteria are not clearly described and would result in inconsistent application. | Evaluation criteria used must be of sufficient clarity so that different evaluators can come to the same conclusion and so that in the event that the evaluation is challenged, the criteria used can stand up to scrutiny. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—procedural | Point rated technical evaluation criteria used lacks specificity (for example fails to state minimum amount of experience required, minimum project duration, how recent the experience or project must be, etc.). | Evaluation criteria used must be of sufficient clarity so that different evaluators can come to the same conclusion. |
| Observation (other) | Point rated technical evaluation criteria states that the proposed resource(s) must meet minimum criteria specifically set out in the bid solicitation document. | The use of the word "must" together with stating a minimum requirement implies that the requirement is mandatory. If there is a minimum requirement, the criterion should be included as part of the mandatory requirements.
Finding does not meet the criteria applicable to a Major or Minor non-conformance. |
| Observation (documentation) | Observation (documentation) Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.12 Point rated technical evaluation criteria—part C
Point rated technical evaluation criteria must clearly indicate how each score will be determined.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 4.35.2)
Assessment guidance and notes
Scoring guidelines used for each point rated criterion must, when specific conditions occur, be able to return only a single value. Scoring guidelines that assign points based on multiple items such as projects must clearly indicate the number of points that will be assigned to each item or project.
For example, minimum requirement is for 2 years of experience (specified as a mandatory requirement). Scoring guide assigns 10 points for greater than 2 years experience but less than 5 years experience and 20 points for 5 or more years of experience. Suppliers know that if they offer a resource with 5 years experience they will be assigned 20 points for that criterion. However, using the same example above, the scoring guide assigns 10 points for 2 to 5 years experience and 20 points for 5 or more years of experience. How will the evaluator determine the number of points to assign a resource with exactly 5 years experience?
Use of Rating Schemes:
In some cases, the bid solicitation document may include a table that provides additional information regarding how points are assigned to a project. For example, the point rated requirement may assign points based on a description of the approach that a bidder would take to complete the required work. In such cases, points would be assigned based on degree of understanding, clarity, completeness, etc. of the bidder. How points will be assigned must be clear. For example, if points are assigned based on the bidder's understanding of the requirement, there can be no ambiguity in the description of the various levels of understanding. In addition, there can only be one score assigned for each level. For example, if a point rated criterion assigns points based on the supplier's level of understanding and the maximum number of points is 50, points can be assigned as follows:
- Level 1—10 points (Fair understanding)
- Level 2—20 points (Good understanding)
- Level 3—30 points (Excellent understanding)
Using the same example as above, a range of points are assigned as follows:
- Level 1—1 to 10 points (Fair understanding)
- Level 2—11 to 20 points (Good understanding)
- Level 3—21 to 30 points (Excellent understanding)
Based on the above, assigning a range of points for each level allows the evaluator to determine how "excellent" an understanding is.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | More than one score can be obtained based on the same information presented in the proposal submitted. | In the above example, the evaluator could assign different points to different resources all of whom have the same level of experience. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | It is not possible to assign a specific score based on the scoring guidelines proposed. | For each rated requirement, the scoring guide must clearly indicate how specific scores will be assigned. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | There is a discrepancy between the stated maximum points available for a criterion and the actual maximum number of points available. | Refer rationale above. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.13 Point rated technical evaluation criteria—part D
If a minimum total number of points or a minimum number of points per rated criterion or both are required, it must be clearly stated.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 4.35.2)
Assessment guidance and notes
Various selection methodologies that are based on points assigned to point rated requirements, may also specify that for a bid to be considered it must achieve a minimum total number of points, minimum number of points per point rated criterion or both. In such cases, the bid solicitation document must state the minimum score required (either total or individual or both). Without this information, Suppliers will not be able to determine whether or not the resource they wish to offer will meet the minimum score(s) required. The potential selection methodologies that this could apply to include:
- Best value defined as technically compliant response that has the lowest price per point, and
- Best value defined as technically compliant response that achieves the highest combined rating of technical merit and price
- Best value defined as technically compliant response that has the highest number of points
Information related to the minimum number of points or minimum percentage of the total points presented in various areas of the bid solicitation document must be consistent. Potential discrepancies include:
- Minimum number of points or minimum percentage of the total points stated in one area of bid solicitation document contradicts the minimum requirement in another
- Minimum percentage of points required stated in one area of bid solicitation document contradicts the minimum percentage of points calculated based on the minimum and maximum number of points specified elsewhere in the bid solicitation document
- Clause portion of the bid solicitation document or scoring guide requires that bidders achieve a minimum total number of points or minimum percentage of total maximum points that is different than the sum of the minimum number of points required for all rated requirement
In the event that the Assessor notes that the original bid solicitation contains conflicting information regarding the minimum points required and the issue is corrected before the deadline set for proposals to be returned, a non-conformance shall not be raised. The Assessor shall note these facts in the comments field of the assessment report.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Bid solicitation document states that a minimum number of points is required (total or individual or both) but does not state what that minimum number is. | Without stating the minimum number of points required, it is not possible to determine whether or not each bid solicitation response submitted should be deemed compliant or not. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | Discrepancies between information presented in the clause portion of the bid solicitation document related to minimum number of points or minimum percentage of the total points required and that specified elsewhere in the bid solicitation document. | The contradictory information presented makes it impossible for Suppliers to present a compliant resource and could affect the selection process and consequently change the Supplier awarded the contract. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Minor non-conformance | Clauses portion of the bid solicitation document states a minimum percentage of the total maximum points required. Neither the scoring guide nor the evaluation section of the bid solicitation document state the minimum number of points required. | Failure to indicate the minimum total score required in terms of the actual number of points could cause confusion amongst bidders.
Finding does not meet the criteria applicable to a Major non-conformance. |
| Minor non-conformance | Discrepancies related to total number of points or the minimum number of points for a point rated requirement. Discrepancy is an obvious error and would not affect the submission of bids or the evaluation conducted. | Finding does not meet the criteria applicable to a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.14 Point rated technical evaluation criteria—part E
Point rated technical evaluation criteria must not unfairly restrict competition.
- TB Contracting Policy (sub-section 9.1.1)
Assessment guidance and notes
Point rated technical evaluation criteria must not be construed as unduly restricting the ability of a Supplier to respond to the bid solicitation. Examples of such a situation includes, but is not limited to:
- An unreasonable number of point rated requirements given the category, level, description of the work required in the SOW, etc.
- Amount of experience required to gain the maximum number of points is unreasonable. Factors that can affect this conclusion include the category, level, description of the work required in the SOW, etc. For example, maximum points for a specific point rated criterion can only be achieved if the resource has a minimum of 25 years of experience
- Points are assigned for certificate(s) where the need for the certificate is unreasonable given the category, level, description of the work required in the SOW (for example requirement is for category 2.15 Facilitator Consultant, level of expertise - junior. To get points, the certificate required Master Facilitator Certification)
Note: Master Facilitator Certification is a higher certification level than Certified Professional Facilitator.
- Points are assigned for specific experience that can only be obtained within a specific organization within a department or within a specific department. For example, points are assigned based on project management experience within a specific area or in a specific type of project within National Defence
- Minimum number of projects required, the minimum duration of a project or both required to achieve the maximum score possible is unreasonable given the category, level, work described in the SOW, etc.
Note
- In some cases, specific experience using software or a system or other tool that is found only in the federal government may be acceptable. Example would be assigning points based on experience using the Financial Information System (FIS) in the federal government
- In some situations (for example IT Security Design Specialist), the skill sets required by a resource may be constantly evolving thus necessitating that the resource's experience be more recent than may otherwise be required
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Point rated technical evaluation criteria fits one or more of the situations described in the Assessment Guidance and Notes section of this element and is considered to unfairly restrict the ability of a Supplier to respond to the bid solicitation. | Evaluation criteria used must not be construed as providing a single Supplier with an unfair advantage or unduly restricting the ability of a Supplier to respond to the bid solicitation. (Contravention of TB Contracting Policy sub-section 9.1.1) |
| Observation (insufficient info) | The point rated technical evaluation criteria appear to unduly restrict the ability of a Supplier to respond to the bid solicitation. | The assessor does not have the necessary subject matter expertise or information to assign a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the SOW is not on file. | If the SOW was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03: Bid Solicitation—Content (Part A—Requirement Details, Competitive) or 3.04: Bid Solicitation—Content (Part A—Requirement Details, Non-Competitive)).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.15 Selection methodology—part A
The bid solicitation document must state how responses will be ranked and how the winning response will be selected.
- TB Contracting Policy (sub-section 9.1.3, 10.7.27, Appendix J, sub-section 1.1)
- PSPC Supply Manual (sub-section 4.40)
- Temporary Help Services
Assessment guidance and notes
Bids submitted must comply with all requirements (for example supplier certifications, insurance requirements, financial stability, etc.) of the bid solicitation to be responsive. Selection methodologies available in the High Complexity Bid Solicitation and Resulting Contract Template (HC) include:
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria (refer SACC Clause A0031T)
- Responsive bid that meets all mandatory technical evaluation criteria and has the highest combined rating of technical merit and price (refer SACC Clause A0027T)
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria and achieves the minimum total number of points, or minimum percentage of points or the minimum number of points for each point rated criterion (refer SACC Clause A0034T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the lowest price per point (refer SACC Clause A0035T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the highest number of points within the budget available for the requirement (refer SACC Clause A0036T)
Note 1: Selection methodology—Medium Complexity Bid Solicitation and Resulting Contract Template
The Medium Complexity Bid Solicitation and Resulting Contract Template (MC) does not appear to allow for a selection methodology based on combined rating of technical merit and price, but does allow all others. In addition, the MC template also allows for a selection methodology based on a bid solicitation that does not contain any technical evaluation criteria (refer SACC Clause A0069T). In such cases, the lowest cost responsive bid that complies with all bid requirements would be issued the contract.
Selection methodologies based on the highest combined rating of technical merit and price will assign a higher weighting of points to technical merit and a lower weighting to price. The higher the technical weighting, the more important the ability to perform the work is as opposed to cost. In this situation, the work or duties required, category, level, mandatory and point rated requirements all play a role in the Assessor determining whether or not the Contracting Authority was justified in using a higher combined rating.
In the event that the Assessor notes that the original bid solicitation is either missing information regarding the selection methodology or contains conflicting information regarding the selection methodology and the issue is corrected before the deadline set for responses to be returned, a non-conformance shall not be raised. The Assessor shall note these facts in the comments field of the assessment report.
Note 2: Temporary Help Services
Temporary Help Services (THS) selection methodologies based on competitive method 1 is lowest price responsive or right-fit and selection methodologies based on competitive method 2 is lowest price responsive or highest combined rating of technical merit and price or minimum point-rated or any other option except right-fit.
The rules for using the right-fit basis of selection are:
- To be declared responsive, a bid must:
- comply with all the requirements of the bid solicitation
- meet all mandatory criteria
- comply with the following pricing rules:
- A band between -20% and +20% of the median hourly rate will be used when 3 or more bids are responsive to the mandatory technical criteria. Any bids outside of this band will be considered non-responsive
- When only 2 bids are responsive to the mandatory technical criteria, the higher priced bid may be selected if the hourly rate is within 25% of the lowest priced
- Bids not meeting (a), (b), or (c) will be declared non-responsive
- The selection will be based on the following justifications only:
- Specialized education which will improve the quality of services to be provided
- Additional certifications which will improve the quality of services to be provided
- Additional experience which will improve the quality of services to be provided
- Knowledge of relevant government policies or procedures which will improve the quality of services to be provided
- Better proficiency in one or both official languages which will improve the quality of the services to be provided
- If only 1 bid is responsive to the mandatory technical criteria, the identified user should determine that the bid represents fair market value to Canada before awarding a contract
- Unsuccessful bidders must be advised of the results including the justification and the median rate used
Note 3
The requirements stated in this element apply to competitive bid solicitations only.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Clauses portion of the bid solicitation document specifies selection method to be used (for example lowest cost—only mandatory requirements) but evaluation section of bid solicitation document either explicitly states or implies, through an example, that another selection criteria will be used (for example lowest cost per point—mandatory and rated criteria). | Even though this may be an "administrative" error, the bid solicitation document cannot contain conflicting information regarding how bid responses submitted will be evaluated. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because the bid solicitation document did not indicate a selection methodology. | If the bid solicitation document does not contain the required clause related to the selection methodology, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03 Bid Solicitation—Content (Part A—Requirement Details, Competitive).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.16 Selection methodology—part B
The evaluation/selection methodology specified in the bid solicitation document must demonstrate that best value to Canada has been attained.
- TB Contracting Policy (sub-section 9.1.1)
- Temporary Help Services
Assessment guidance and notes
TB Contracting Policy (Appendix A—Definitions) defines best value as - The combination of price, technical merit, and quality, as determined by the contracting authority before the bid solicitation and set out in the bid solicitation evaluation criteria, and which forms the basis of evaluation and negotiation between buyers and sellers to arrive at an acceptable basis for a purchase and sale.
Potential selection methodologies that could be used include:
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria (refer SACC Clause A0031T)
- Responsive bid that meets all mandatory technical evaluation criteria and has the highest combined rating of technical merit and price (refer SACC Clause A0027T)
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria and achieves the minimum total number of points, or minimum percentage of points or the minimum number of points for each point rated criterion (refer SACC Clause A0034T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the lowest price per point (refer SACC Clause A0035T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the highest number of points within the budget available for the requirement (refer SACC Clause A0036T)
- Right-fit only applicable to THS and only when using competitive method 1
Demonstrating that best value has been achieved using methodology b) (that is, technically compliant response that achieves the highest combined rating of technical merit and price) can be challenging. Selection methodologies based on the highest combined rating of technical merit and price will assign a higher weighting of points to technical merit and a lower weighting to price. The higher the technical weighting, the more important the ability to perform the work is as opposed to cost and the higher the potential premium Canada would have to pay for the higher rated work. In this situation, the work or duties required, the classification, the level, the mandatory and point rated requirements all play a role in the Assessor determining whether or not the Contracting Authority was justified in using a higher combined rating. The fifth selection methodology (that is, technically compliant response that achieves the highest number of points) is commonly used for scientific work or where the outcome is based on a solution.
Note
The requirements stated in this element apply to competitive bid solicitations only.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Selection methodology does not clearly demonstrate the achievement of best value. | Work described in the SOW, or the lack of stringency in either the mandatory requirements or the rated requirements or both do not support the use of the selection methodology specified. (Contravention of TB Contracting Policy sub-section 9.1.1.) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because the bid solicitation document did not indicate a selection methodology. | If the bid solicitation document does not contain the required clause related to the selection methodology, then a Major non-conformance would already have been raised against a previous element (that is, element 3.03 Bid Solicitation—Content (Part A—Requirement Details, Competitive).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.17 Supplier's list
Documentation must be on contract file that confirms the appropriate Suppliers were sent the bid solicitation document and when it was sent.
- TB Contracting Policy (sub-section 4.1.3, 12.3.1)
- Temporary Help Services
Assessment guidance and notes
CPSS ePortal allows the Contracting Authority to save an electronic copy of the initial and final search results. Without a copy of the initial and final search results on file, the Assessor will not be able to confirm that the following harmonized business rules have been applied.
- $0 - $40k --> One supplier selected from the initial search results
- All MoS at the exception of THS - $0 - North American Free Trade Agreement (NAFTA) or Canada Korea Free Trade Agreement (CKFTA) (effective July 1st, 2020) --> Minimum of 2 suppliers must be invited from the initial search results by selecting 2 suppliers, or by selecting 1 supplier from the initial search results and allowing the CPSS Client Module to randomly select the second supplier, or allowing the CPSS Client Module to select 2 random suppliers
- All MoS at the exception of THS - Over NAFTA or CKFTA to $3,750,000.00 --> Minimum of 15 suppliers must be invited from the initial search results. The Contracting Authority (CA) should select at least 10 suppliers with the remaining 5 suppliers selected randomly from the CPSS Client Module. If the CA selects less than the minimum 10 suppliers, the CPSS Client Module will randomly select a sufficient number of suppliers to meet the minimum 15 supplier requirement. If the CA selects more than 15 suppliers, but not all Suppliers, the CPSS Client Module will still randomly select an additional 5 suppliers
- THS competitive method 1 and method 2:
- System randomly chooses 5 suppliers that are certified as diverse suppliers, 3 being low volume
- System randomly chooses another 6 suppliers
- Identified user chooses 0 to four 4 additional suppliers
- See rules for joint ventures (JV)’s
Without a copy of the documentation sent, it is not possible for the Assessor to confirm who was sent the bid solicitation document and when. Contracting Authorities (CAs) are not allowed to bypass any Supplier that has been randomly selected by the CPSS Client module. Cases of poor past performance by a Supplier must be dealt outside the bid solicitation process.
Note
For requirements valued at over NAFTA or CKFTA to $3,75M, suppliers from the initial search results list that have not been invited to bid may request a copy of the bid solicitation. The Contracting Authority has the option of not sending the bid solicitation in response to requests from a supplier not originally invited to bid if the evaluation of additional bids would cause unacceptable delays to the contracting process.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the required documentation required to confirm who was sent the bid solicitation document is not on file and the Contracting Authority is unable to provide it. | Without a copy of the documentation it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (other) | One or more Suppliers not identified in the search were sent the bid solicitation document. | The purpose of the search is to identify a list of Suppliers who have resource(s) that have specific skills and experience required to perform the work. Suppliers that were not returned as a result of a search, presumably, should not be able to provide resources that meet the requirements (Contravention of TB Contracting Policy sub-section 4.1.3.). |
| Major non-conformance—policy (other) | One or more Suppliers identified in the final search results was not sent the bid solicitation. | Bypassing one or more Suppliers would result in some Suppliers not being provided an equal opportunity to propose resource(s) that could meet the requirements of the bid solicitation document. (Contravention of TB Contracting Policy 4.1.3.) |
| Observation (other) | Compliance to this requirement cannot be determined because it could not be determined who the response to request for clarification or question was sent to. | This situation occurs when, for example, the email addresses of the suppliers invited to bid were placed in the bcc field of the email. In such cases, the printed copy of the email will not display the email addresses.
The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or final search results is not on file. | If either the initial or final search results were not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.18 Notice of proposed procurement
Copy of the notice of proposed procurement (NPP) (if applicable) must be on file.
- TB Contracting Policy (sub-section 10.3.1 and 12.3.1)
- PSPC Supply Manual (sub-section 3.25)
- Temporary Help Services
Assessment guidance and notes
For Requirements valued over NAFTA or CKFTA, an NPP must be posted on the government electronic tendering service (GETS). For requirements above $400K for Temporary Help Services (THS) only, an NPP must be posted on GETS. The NPP alerts qualified suppliers who were not invited to request a copy of the bid solicitation.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the required documentation is not on file and the Contracting Authority is unable to provide it. | Without a copy of the documentation it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
3.19 Notice of proposed procurement—content
NPPs must contain, as a minimum, specific information.
- TB Contracting Policy (sub-section 10.7.36)
- PSPC Supply Manual (sub-section 4.75.15)
Assessment guidance and notes
The following items, common to all harmonized MoSs in the CPSS ePortal, must be included in all NPPs where applicable.
- Bid Solicitation Number
- Organization Name
- Publication Date
- Bid Closing Date
- Proposed contract period
- Number of Contracts
- List of SA holders invited
- Requirement Description
- Estimated level of effort
- Category (ies) required
- Number of resources required for each category
- Minimum corporate security required
- Minimum resource security required (if applicable)
Sample NPPs for SBIPS, TBIPS and TSPS are available to federal government users. When determining compliance to this element, Assessors must determine whether or not all required information as identified above have been incorporated into the NPP.
Note
Bid solicitation date (that is, NPP posting date) and closing date does not have to be in the body of the NPP. This information is part of the header information required by Buy and Sell to post an NPP.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | NPP fails to include all required information. | TB Contracting Policy requires that, wherever practical, an equal opportunity must be provided to all firms to compete to ensure that Canada meets its obligations under the various free trade agreements. Failure to provide all required information could give the Suppliers specifically invited an unfair advantage. (Contravention of TB Contracting Policy sub-section 4.1.3.) |
| Major non-conformance—policy (other) | There are significant discrepancies between the NPP and the bid solicitation document. | Refer rationale above. |
| Minor non-conformance | There are minor discrepancies between the NPP and the bid solicitation document. | While the discrepancies are minor in nature and likely would not have impacted on the contracting process, such discrepancies could cause concern regarding the fairness of the process.
Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Minor non-conformance | There are minor elements missing from the NPP. | The missing elements would not likely have impacted the decision of a supplier to request a solicitation.
Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the NPP is not on file. | If the NPP is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.18: Notice of Proposed Procurement (NPP)).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
3.20 Bid solicitation amendments
Amendments to the bid solicitation document must be provided to all Suppliers invited to submit a response.
- TB Contracting Policy (sub-section 10.7.2 (b), 12.3.1)
- PSPC Supply Manual (sub-section 4.80.10)
Assessment guidance and notes
Contracting Authority may, during the response period, need to amend the bid solicitation document. Reasons for amending the bid solicitation document include changing the response closing date, revisions to the SOW, revisions to the technical evaluation criteria (mandatory or point-rated criteria or both), etc. Amendments to the bid solicitation document must be provided to all Suppliers including any Suppliers who may have previously indicated that they were not going to bid and all qualified suppliers not on the final search results but who requested, as a result of the posting of an NPP, and were sent a copy of the bid solicitation document. Suppliers have the right to amend their decision to respond or not respond up to the point in time when the response period closes. It is possible that, based on the new or amended information provided, a Supplier may change its mind and elect to submit a response.
Amendments to the bid solicitation document may not change any element of the original bid solicitation document that would invalidate the search conducted. Such changes include revisions to the category (ies), level, supplier security requirement, region/metropolitan area, etc.
Note
- Since an amendment to a solicitation will not likely result in an amendment to the NPP, the Contracting Authority must retain on file a copy of documentation that confirms that all suppliers initially invited and any suppliers that were part of the initial search results, who requested a copy of the bid solicitation were sent all amendments to the solicitation
- In some cases, the Contracting Authority may receive a request from a supplier that results in a change to the bid solicitation (for example extension to the closing date, change to the evaluation criteria, etc.). The Contracting Authority may respond to all suppliers via email as opposed to issuing a formal bid solicitation amendment. This email shall be treated as an amendment to the bid solicitation
- If suppliers are sent the bid solicitation amendment(s), and there is no documentation on file (refer element 3.17) that confirms that suppliers were sent the original bid solicitation document, the Assessor will assume that these suppliers were also sent the original bid solicitation. In such situations, the appropriate Major non-conformance will be raised in 3.17 and the appropriate Observation raised in this element
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the amendment to the bid solicitation document is not on file and the Contracting Authority is unable to provide it. | Without a copy of the amendment to the bid solicitation document it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (documentation) | Copy of the bid solicitation amendment is on file but the documentation (that is, email) required to confirm who was sent the bid solicitation amendment(s) is not on file and the Contracting Authority is unable to provide it. | Refer rational above. |
| Major non-conformance—policy (other) | Amendment to the bid solicitation document was not provided to all Suppliers. | TB Contracting Policy requires that all potential Suppliers be provided the same information. (Contravention of TB Contracting Policy sub-section 10.7.2 (b)) |
| Major non-conformance—policy (other) | One or more Suppliers not identified in the search or that did not request the bid solicitation were sent the amendment to the bid solicitation document. | The purpose of the search is to identify a list of Suppliers who have resource(s) that have specific skills and experience required to perform the work. Suppliers that are not part of the initial search results, presumably, should not be able to provide resources that meet the requirements (Contravention of TB Contracting Policy sub-section 4.1.3.). |
| Major non-conformance—procedural | Amendment to the bid solicitation document revised the category (ies), level, supplier security requirement or region/metropolitan area. | Amending the requirements (category (ies), level, supplier security requirement, region/metropolitan area, etc.) used to conduct the search either invalidates the search conducted or gives the appearance of an attempt to manipulate the procurement process. |
| Observation (other) | Copy of the bid solicitation amendment and covering email is on file. However, compliance to this requirement cannot be determined because it could not be determined who the bid solicitation amendment was sent to. | This situation occurs when, for example, the email addresses of the suppliers invited to bid were placed in the bcc field of the email. In such cases, the printed copy of the email will not display the email addresses.
The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or final search results is not on file. | If either the initial or final search results were not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation").
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
4. Communications during response period
4.01 Requests for clarification/responses
All requests for clarification and questions submitted by potential Suppliers and the subsequent responses must be supplied to all Suppliers invited to respond to the bid solicitation.
- Treasury Board (TB) Contracting Policy (sub-section 10.7.2(b))
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 4.80.5)
Assessment guidance and notes
The Contracting Authority may, during the response period, receive requests for clarification or questions from potential Suppliers. If the response to such requests could have an impact on the offer submitted or affect the decision of a Supplier to respond to the bid solicitation, the request for clarification/question itself along with the response must be provided to all Suppliers or, if applicable, issued directly to the Suppliers as an addendum/amendment to the bid solicitation. The Contracting Authority must retain on file documentation that confirms that all suppliers initially invited and any suppliers, which were part of the initial search results, who requested a copy of the bid solicitation were sent all requests for clarification or questions and the corresponding responses.
Note
- In some cases, the response to a clarification request/question would not have an impact on offers submitted and, therefore, the response does not need to be provided to all Suppliers. An example of this is a request by a Supplier to extend the response period
- The Contracting Authority shall not provide information that could jeopardize the bid solicitation process nor shall it impart information about the Supplier who initiated the request
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the documentation (email) that confirms that a response to requests for clarification was sent is not on file and the Contracting Authority is unable to provide it. | Without a copy of the required documentation it is not possible for the Assessor to confirm whether or not all suppliers were sent the clarification responses. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (documentation) | Response to request for clarification or question was not provided to all Suppliers. Clarification or answer provided could have impacted on the response process. | TB Contracting Policy requires that all potential Suppliers be provided the same information. (Contravention of TB Contracting Policy sub-section 10.7.2(b)) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or the final search results is not on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results - Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | One or more Suppliers not identified in the search were sent the response to clarification requests. | A Major non-conformance has already been raised against a previous element (that is, element 3.17—Supplier’s list).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | Requests for clarification from the suppliers invited to bid are not on file. Based on the complexity of the file being assessed, it is extremely unlikely that no requests for clarification were received. | The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | Copy of the response to a request for clarification and covering email is on file. Compliance to this requirement cannot be determined because it could not be determined who the response to a request for clarification was sent to. | This situation occurs when, for example, the email addresses of the suppliers invited to bid were placed in the bcc field of the email. In such cases, the printed copy of the email will not display the email addresses.
The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance. Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (insufficient info) | Request for clarification or question was not provided to all Suppliers. It is not clear whether or not the clarification or answer provided would have impacted on the bid solicitation document. | The Assessor does not have the necessary subject matter expertise or information to assign a Major or Minor non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
5. Bid solicitation responses
In this section
- 5.01 Bid solicitation responses—documentation (competitive)
- 5.02 Bid solicitation responses—documentation (non-competitive)
5.01 Bid solicitation responses—documentation (competitive)
Copy of the bid solicitation response from all qualified Suppliers must be maintained on file inclusive of all attachments.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
Responses from all Suppliers must be maintained on either the contract file with the Contracting Authority or with their "Client" or a combination of the two. Responses from Suppliers must include, as a minimum, a Technical component, Financial component, Certifications, Additional Information component (if applicable), detailed information (for example resume) that will allow for the evaluation of each resource being offered against all evaluation requirements including the Flexible Grid (if applicable) and any other information/documentation required by the bid solicitation document.
Note
Suppliers that respond to a bid solicitation document that includes Standard Acquisition Clauses and Conditions (SACC) clause A3010T, Education and Experience, are not obligated to provide a copy of proof of education or professional designation for each resource offered unless specifically required in the bid solicitation.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the bid solicitation response from all suppliers, inclusive of all required components and supporting documents, are not on file and the Contracting Authority is unable to provide it. | Failure to maintain a copy of all responses prevents a third party from assessing compliance to a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (other) | Copy of the bid solicitation response is missing the resume of the proposed resources (or missing required documentation). | Failure to maintain a copy of the resume of the proposed resources prevents a third party from assessing compliance to a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (other) | Copy of the bid solicitation response from one or more non-qualified suppliers (that is, suppliers that were not part of the filtered (that is, initial) search results or the final search results were accepted. | The purpose of the search is to identify a list of Suppliers who have resource(s) that have specific skills and experience required to perform the work. Suppliers that were not returned as a result of a search, presumably, should not be able to provide resources that meet the requirements. (Contravention of TB Contracting Policy sub-section 4.1.3.). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the documentation required to confirm who was sent the bid solicitation document is not on file. | If the documentation required to determine who was sent the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.17: Supplier's List").
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the search results is not on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
5.02 Bid solicitation responses—documentation (non-competitive)
Copies of the bid solicitation response from the Supplier must be documented on file inclusive of all attachments.
- TB Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
Non-competitive requirements are ones where the Contracting Authority has invoked the "does not exceed $40,000" rule. The response from the sole Supplier invited must be maintained on either the contract file with the Contracting Authority or with their "Client" or a combination of the two. The response from the sole Supplier invited must contain, as a minimum, the following information:
- Security information for the Supplier and resource(s) (if applicable)
- Technical bid including detailed information (for example resume) that will allow for the evaluation of each resource being offered against all evaluation requirements including the Flexible Grid (if applicable)
- Financial bid including firm price for the work or estimated level of effort, number of resources required, per diem rate for each category and level (if applicable), etc.
- Certifications
For assessment purposes, the Contracting Authority must provide complete bid solicitation response documentation submitted by the Supplier issued the contract.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the bid solicitation response from the sole Supplier, inclusive of all required components and supporting documents, are not on file and the Contracting Authority is unable to provide it. | Failure to maintain a copy of all components of a response prevents a third party from assessing compliance to a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (other) | Copy of the bid solicitation response is missing the resume of the proposed resources (or missing required documentation). | Failure to maintain a copy of the resume of the proposed resources prevents a third party from assessing compliance to a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Major non-conformance—policy (other) | Copy of the bid solicitation response from a non-qualified supplier (that is, supplier that was not part of the filtered (that is, initial) search results or the final search results was accepted. | The purpose of the search is to identify a list of Suppliers who have resource(s) that have specific skills and experience required to perform the work. Suppliers that were not returned as a result of a search, presumably, should not be able to provide resources that meet the requirements (Contravention of TB Contracting Policy sub-section 4.1.3.). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the search results is not on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6. Evaluation of proposals
In this section
- 6.01 Evaluation reports—documentation
- 6.02 Evaluation report—mandatory technical evaluation criteria (part A)
- 6.03 Evaluation report—mandatory technical evaluation criteria (part B)
- 6.04 Evaluation report—point rated technical evaluation criteria (part A)
- 6.05 Evaluation report—point rated technical evaluation criteria (part B)
- 6.06 Evaluation report—point rated technical evaluation criteria (part C)
6.01 Evaluation reports—documentation
Evaluation report(s), covering the review of Supplier, all resources proposed and the minimum requirement indicated within each MoS for the category and level required, including any clarifications requested and all notes taken during the evaluation, must be on file.
- Treasury Board (TB) Contracting Policy (sub-section 10.7.27, 12.3.1)
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 5.105)
Assessment guidance and notes
The technical evaluation report forms the basis for the contract(s) issued. Without it, there is no way to verify whether or not all resources offered were evaluated and whether or not the resource(s) offered were evaluated in accordance with the terms set out in the bid solicitation document. The evaluation report must cover all Suppliers who submitted a proposal as well as all resources offered.
Note
- Evaluation reports on file can be individual or consensus or both. There is no requirement that both need to be on file. A consensus evaluation report on file is ideal as the consensus evaluation report would resolve any differences between individual evaluation reports
- Mandatory requirements beyond those identified in the flexible grid represent additional mandatory requirements
- In cases where the Contracting Authority invokes the "does not exceed $40k" rule and directs the requirement to a Supplier, there will still be mandatory criteria including, if applicable, the Flexible Grid. Therefore, the requirements stated in this element apply
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Complete evaluation report or other supporting documentation (clarifications requested including Supplier response and notes taken by evaluators) for all Suppliers (refer Assessor Guidance and Notes section above) or all resources offered or both is not on file and the Contracting Authority is unable to provide it. | Failure to confirm compliance against the requirements described in the bid solicitation document may result in the issuance of a contract to the wrong Supplier and potentially a Canadian International Trade Tribunal (CITT) complaint or court challenge. (Contravention of TB Contracting Policy sub-sections 10.7.27 and 12.3.1) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6.02 Evaluation report—mandatory technical evaluation criteria (part A)
Evaluation report must confirm whether or not resource(s) were evaluated against the requirements of the Flexible Grid (if applicable) and/or the minimum indicated within each MoS for the category and level required and the mandatory technical evaluation criteria.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.105)
Assessment guidance and notes
- Confirm that each resource was evaluated against the requirements of the Flexible Grid (if applicable) and all other mandatory requirements
- State the score achieved by each resource offered as a result of the evaluation conducted against the requirements of the Flexible Grid (if applicable), and
- Confirm whether or not compliance was determined against the requirements of the Flexible Grid (if applicable) and all other mandatory requirements for each resource offered
The "Flexible Grid" applies to procurements using the Task and Solutions Professional Services (TSPS) Supply Arrangement (SA) and non-IT categories in the ProServices SA. The "Flexible Grid" must be completed for each resource offered and once completed, the "Flexible Grid" provides a total score for each resource offered. This score is used to determine whether or not each resource offered meets the minimum score required for the category and level required. Assessors shall refer to the example provided in the Supply Arrangement for Task-Based Professional Services Annex "A" Streams and Categories or ProServices—Flexible Grid for further guidance.
Please note the following scenarios:
- Scenario #1:
- The sole mandatory requirement is compliance to the Flexible Grid. A statement that the resource(s) offered meet the requirements of the Flexible Grid is insufficient. The evaluator(s) must state, in a formal evaluation report, email, etc., the total number of points assigned to each resource, how the total number of points was achieved, and whether or not each resource offered complies with the requirements of the Flexible Grid applicable to the category and level required.
- Scenario #2:
- The sole mandatory requirement is a minimum amount experience specific to the level and category selected and the Flexible Grid does not apply. The evaluator(s) must state, in a formal evaluation report, email, etc., whether or not each resource offered complies with the minimum experience requirement applicable to the category and level required. A statement that the resource(s) meet the minimum experience requirements is sufficient in this case.
- Scenario #3:
- The Flexible Grid does not apply to the requirement and there are multiple mandatory requirements. A blanket statement that the resource(s) offered meet all the mandatory requirements is insufficient. The evaluator(s) must address, in a formal evaluation report, email, etc., whether or not each resource offered complies with each mandatory criterion.
- Scenario #4:
- The Flexible Grid applies to the requirement and there are multiple mandatory requirements. A blanket statement that the requirements of the Flexible Grid have been met or not met; or that all mandatory requirements have been met or not met; or both is insufficient. The evaluator(s) must address, in a formal evaluation report, email, etc., whether or not each resource offered complies with requirements of the Flexible Grid applicable to the category and level required and each mandatory criterion.
Note
- The requirements stated in this element apply to competitive requirements and requirements where the "does not exceed $40k" rule has been invoked
- If the evaluation conducted indicates that one or more resources fail to meet a mandatory requirement, the evaluation process may, at the discretion of the Contracting Authority, stop at that point
- Scenario #1—The bid solicitation has 5 mandatory evaluation criteria. The resource offered by Bidder A is deemed to be non-compliant with the first mandatory criterion. Evaluation of the remaining 4 mandatory criteria is not required because the resource offered by Bidder A must comply with all mandatory criterion.
- Scenario #2—The bid solicitation requires 2 resources (for example Procurement Specialist—Intermediate level and Procurement Specialist—Senior level) and states that only one contract will be issued. There are 5 mandatory evaluation criteria associated with each resource. The resource offered by Bidder A for the category Procurement Specialist (Intermediate level) is deemed to be non-compliant with the first mandatory criterion. Evaluation of the remaining 4 mandatory criteria for the category Procurement Specialist (Intermediate level) is not required nor is evaluation of the resource offered for the category Procurement Specialist (Senior level) required because Bidder A must comply with the mandatory criteria applicable to both resources required.
- In cases where the Flexible Grid applies, the Contracting Authority should determine if the minimum score required in the Flexible Grid for the category and level required is met. If the minimum points required is not met, the bid must be deemed non-compliant and the Contracting Authority may stop the evaluation at that point
- In cases where the Contracting Authority invokes the "does not exceed $40k" rule and directs the requirement to a Supplier, a formal evaluation report is not required. An email that provides the information noted in this section is sufficient
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The evaluation report on file does not address compliance to the requirements of the Flexible Grid for each category and level required. | The absence of this information could affect the outcome of the bid evaluation process. TB Contracting Policy requires that evaluation factors be strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | The evaluation report on file does not clearly indicate that all resources offered were evaluated against all mandatory requirements referenced in the bid solicitation document. The absence of which could affect the outcome of the bid solicitation process. | Refer rationale above. |
| Major non-conformance—policy (other) | Resource(s) offered by Supplier(s) were evaluated against mandatory requirements that were not referenced in the bid solicitation document. | TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Minor non-conformance | Evaluation report identifies the wrong Supplier name. However, information contained within the evaluation report is identical to that found in the correct Supplier's bid solicitation response. | Finding does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Minor non-conformance | Evaluation report indicates the name of each Supplier being evaluated but fails to identify the name of the resource being evaluated. However, each Supplier offered a single resource. | Finding does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6.03 Evaluation report—mandatory technical evaluation criteria (part B)
The rationale for the compliance or non-compliance of each mandatory technical evaluation criterion must be documented and supportable.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.30 5.40.1, 5.105)
Assessment guidance and notes
Evaluation reports must document the rationale used to determine compliance or non-compliance of each mandatory technical evaluation criterion. In files where the Flexible Grid is used, the evaluation report must provide the rationale for the points assigned to education, certifications and experience. Where minimum amounts of experience or minimum number of projects are required, the evaluation report must provide the rationale (for example page ref numbers, project ref numbers, etc.) used to determine compliance. In some cases, such as education and professional designations or certificates, the rationale is self-evident (for example copy of the certificate confirming the level of education achieved). Simply stating that one or more mandatory technical evaluation criterion have been met or not met is insufficient. In all cases, the rationale used must be supportable.
Assessors shall not question the rationale provided by the evaluator regarding the mandatory criteria except in the following circumstances:
- If the rationale is based on a mandatory technical evaluation criterion that is not consistent with the category or level selected, or
- If there is an obvious error made by the evaluato, or
- Other circumstances that cause the Assessor to be concerned that the decision made was done so in error.
Under such circumstances, the Assessor should review only those resumes where the evaluation of the resource is being questioned.
Note
- There may be cases where the rationale for determining compliance of a resource was based on a requirement that was unclear. For example the minimum education level required was an undergraduate degree in business, accounting or "related field". The supplier offered a resource offered with an undergraduate degree in engineering. The decision made by the evaluator was based on the evaluator's opinion as to what was considered to be a related field. However, what was meant by a "related field" was not clear
- Compliance to mandatory work experience or other information contained in the resume of the resource(s) submitted may be validated through either an interview or by contacting the references provided in the resume(s) submitted. There may be cases where the résumé submitted by the supplier indicates compliance but the interview confirmed that the minimum amount of experience required was not met. This must be documented in the evaluation report
- If the bid document contains the certification clause for education, unless stipulated otherwise in the bid solicitation document, a statement in the technical proposal or the resume of the resource(s) offered that the resource(s) have obtained a specific level of education, professional designation or certificate is sufficient. Bidders are not required to provide a copy of the diploma, professional designation or certificate
- Unless stipulated otherwise in the bid solicitation document, if the bid solicitation document required that Suppliers provide proof of education, certifications, professional designation, etc. with their bid, the Contracting Authority cannot request that the Supplier provide missing information after bid closing
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The rationale for compliance of the resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was not documented. | TB 6.0 requires that evaluation factors be strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | The rationale for compliance of the resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was documented but not supportable. | TB Contracting Policy requires that evaluation factors be strictly adhered to. Therefore, determinations that a mandatory requirement was met or not met must be supportable. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Minor non-conformance | The decision regarding the compliance of the resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was done in error. However, the error(s) would not have affected the outcome of the bid evaluation process as, overall, the resource(s) offered failed to comply with at least one mandatory criterion. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | The decision regarding the compliance of the resource(s) offered by Supplier(s), with the mandatory requirements (other than the Flexible Grid), was based on criteria described in the requirement that was unclear. | There was insufficient information available to the Assessor to raise a minor or major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6.04 Evaluation report—point rated technical evaluation criteria (part A)
Evaluation report must indicate the points assigned to each point-rated technical evaluation criterion, sub-total score (if applicable) and the total score (if applicable) for each resource evaluated.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.40.5)
Assessment guidance and notes
In order for the Contracting Authority or client to select the Supplier and resource(s) in accordance with the selection methodology specified in the bid solicitation document, the points assigned to each point rated technical evaluation criterion must be stated. Where determination of compliance is based on a minimum sub-total score or minimum total score or both for each resource evaluated, the minimum score (sub-total or total as applicable) must be stated. Any party reviewing a contract awarded as a result of a bid solicitation, must be able to re-create the circumstances that led to the selection made.
Note
If there is a minimum score required for each point rated criterion, and the evaluation conducted indicates that a resource fails to meet the minimum score for any point rated criterion, the evaluation process may, at the discretion of the Contracting Authority, stop at that point. For example, the bid solicitation has 5 point rated evaluation criteria. Bidder A fails to meet the minimum score required for the first point rated criterion and is deemed to be non-compliant. Evaluation of the remaining 4 point rated evaluation criteria is not required because Bidder A must comply with the minimum score required for all point rated criterion.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Points were not assigned to one or more point rated technical evaluation criteria for resource(s) evaluated. | Failure to assign points to any point rated technical criterion, except in cases where each point rated evaluation criteria requires a minimum score (refer comments in Assessor Guidance and Notes section above), calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | A sub-total or total score for one or more resources evaluated was stated but, based on the score assigned to each point rated technical criterion, either the sub-total score or the total score or both could not be recreated. | Failure to determine the sub-total or total score calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27)
Note: This finding does not apply in situations where the total score could not be recreated because a score has not been assigned to one or more point rated technical criterion. In such cases, a Major non-conformance (specifically the one above) would already have been raised. |
| Minor non-conformance | There is no indication in the evaluation report that the resource(s) offered by Supplier(s) were evaluated against all point-rated technical evaluation criterion. The evaluation report confirms that the resource(s) evaluated failed to comply with the minimum score required for at least one point rated technical criterion. In this case, failure to evaluate all point rated technical evaluation criterion would not affect the outcome of the bid solicitation process. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Minor non-conformance | The total score for resource(s) evaluated was not stated in the evaluation report but a score was assigned to each point rated technical evaluation criterion. Additional documentation on file confirmed the total score arrived at, which was verified by the Assessor. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6.05 Evaluation report—point rated technical evaluation criteria (part B)
Points assigned to each point-rated technical evaluation criterion must be done so in accordance with the scoring guide stated in the bid solicitation document.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.40.5)
Assessment guidance and notes
Each point rated technical evaluation criterion will describe how points are to be assigned. Various methods for assigning points include, but are not restricted to, the following:
- Points per project or assignment—Points are typically assigned based on each project or assignment. Unless specified otherwise, partial points cannot be assigned
- Points for experience—Points are typically assigned for ranges of experience levels. For example, 5 points for 5-7 years of experience, 10 points for 7+ to 10 years of experience, 20 points for 10+ years of experience
- Points for a professional designation or certification—Points may be assigned for a relevant certification. For example, 15 points may be assigned for a PMP (Project Management Professional) certification
- Points for education—Points can be assigned based on the degree. For example, 10 points may be assigned for a graduate degree, 25 points for a doctoral degree
In all cases, evaluators must follow the guide provided. For example, under a) and b) above, if 10 points are assigned per project, then an evaluator can only assign values of 0 or 10 (nothing in between). Under b) above, the evaluator can only assign 5, 10 or 20 points.
Note
There may be situations where points were assigned based on a scoring guide that is unclear. For example, scoring guide assigns points for 1 to less than 2 years of experience and points for more than 2 years of experience. In this example, it is not clear how many points would be assigned for exactly 2 years of experience. In such cases, an Observation only would be raised.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Points assigned to one or more point rated technical evaluation criterion were not done so in accordance with the scoring guide stated in the bid solicitation document. | Failure to assign points in accordance with the scoring guide described in the bid solicitation document calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Observation (other) | Compliance to this requirement cannot be determined because the scoring guide was unclear. | There is insufficient information for the Assessor to assign a Major or Minor non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
6.06 Evaluation report—point rated technical evaluation criteria (part C)
Evaluation report must state the rationale for the points assigned to each specific point rated technical evaluation criterion and determine compliance to the minimum total score or minimum score for each point rated requirement as applicable.
- TB Contracting Policy (sub-section 10.7.27, sub-section 12.3.1)
- PSPC Supply Manual (sub-section 5.105)
Assessment guidance and notes
Under the selection methodologies involving point rated requirements, the manner in which the points are assigned can cause:
- A resource to be declared non-responsive (that is, response referring to that resource could not be considered for contract award) as a result of failing to meet the minimum total score or sub-total required, or
- A resource to be declared non-responsive for failure to meet the minimum score for each point rated criterion, or
- A Supplier to not be issued a contract because the total score assigned to the resource(s) evaluated was too low resulting in a higher cost per point, lower total score based on a combination of technical merit and price, or lower total score based solely on technical merit
Therefore, evaluation reports must document the rationale used to determine the number of points assigned to each point-rated technical evaluation criterion. Simply stating the number of points assigned to each point-rated evaluation criterion is insufficient. In all cases, the rationale used to determine the score assigned must be documented and supportable. In some cases, the rationale for the points assigned (or not assigned as the case may be) is evident even though there is no documented rationale. For example, if points are assigned based on level of education (5 points for high school diploma, 10 points for undergraduate degree, 20 points for Masters degree), and 20 points are assigned to a resource who has proven that he/she holds a Masters degree, then the rationale is evident. Assessors shall not question the evaluator's rationale for the points assigned except in the following circumstances:
- If the rationale is based on a point-rated technical evaluation criterion that is not consistent with the category or level selected, or
- If there is an obvious error made by the evaluator, or
- Other circumstances that cause the Assessor to be concerned that the decision made was done so in error
The Assessor shall review only those resumes that meet the above criteria.
Note
- There may be cases where the résumé describes experience gained that is applied to specific point rated technical evaluation criterion but the interview confirmed that the experience, described in the resume, did not meet the requirements required for points to be assigned. This must be documented in the evaluation report
- There may be cases where the rationale for points assigned was based on a requirement that was unclear. For example the minimum education level required to achieve a specific number of points was an undergraduate degree in business, accounting or "related field". A resource was assigned zero points because their undergraduate degree was in marketing, which was considered by the evaluator to not be a related field. However, what was meant by an undergraduate degree in a "related field" was not clear. In such cases, an Observation shall be raised
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (Other) | The documented rationale for the points assigned to point rated technical evaluation criterion for resource(s) was not supportable. | TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (Other) | The evaluation report, for resource(s) offered by Supplier(s), did not include a rationale for the points assigned to point rated technical evaluation criterion. | Failure to document the rationale makes it impossible for the Assessor to determine whether or not the evaluation criteria were strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27 and 12.3.1) |
| Minor non-conformance | Rationale in support of the points assigned to point rated technical evaluation criterion was in error. However, the error was minor in nature and would not have affected the score assigned. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (other) | The documented rationale for the points assigned was based on criteria described in the requirement that was unclear. | There is insufficient information for the Assessor to assign a non-conformance.
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
7. Contractor selection
In this section
- 7.01 Basis of selection—documentation
- 7.02 Basis of selection
- 7.03 Document safeguarding verification—supplier
- 7.04 Security clearance verification—resources
7.01 Basis of selection—documentation
Basis of selection report which summarizes the results of the evaluation and forms the basis for the selection of the winning supplier must be on file.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
- Temporary Help Services
Assessment guidance and notes
The Contracting Authority must document how compliant bids received were ranked and demonstrate that the selection methodology, stated in the bid solicitation document, was applied correctly.
Note
- This requirement does not apply to non-competitive procurements
- This requirement does not apply to competitive procurements where only one responsive bid has been received
- Temporary Help Services (THS) requirements using Right-Fit, file must include which of the 5 justifications were used to make their selection and must be retained in the file for audit purposes
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of documentation that shows how compliant bids received were ranked and demonstrates that the selection methodology, stated in the bid solicitation, document was applied correctly is not on file and the Contracting Authority is unable to provide it. | Without a copy of the required documentation it is not possible for the Assessor to confirm compliance with a subsequent element. (Contravention of TB Contracting Policy sub-section 12.3.1.) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
7.02 Basis of selection
The basis for selecting the winning bid must be done in accordance with the terms and conditions of the bid solicitation.
- TB Contracting Policy (sub-section 10.7.27)
- Temporary Help Services
Assessment guidance and notes
The potential selection methodologies available include:
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria (refer Standard Acquisition Clauses and Conditions (SACC) Clause A0031T)
- Responsive bid that meets all mandatory technical evaluation criteria and has the highest combined rating of technical merit and price (refer SACC Clause A0027T)
- Responsive bid with lowest price that meets all mandatory technical evaluation criteria and achieves the minimum total number of points, or minimum percentage of points or the minimum number of points for each point rated criterion (refer SACC Clause A0034T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the lowest price per point (refer SACC Clause A0035T)
- Responsive bid that meets all mandatory technical evaluation criteria and achieves the highest number of points within the budget available for the requirement (refer SACC Clause A0036T)
- Applicable to THS only—Responsive bid that meets all mandatory criteria and proposed resource meets one of the 5 pre-established justifications allowing them to select a higher priced bid within a +/-20% median band when using right fit
Errors made in the evaluation of bids submitted can affect the ranking of the bids and, ultimately, which supplier was awarded the contract. For example, if the bid solicitation required a minimum level of education and proof of education was not provided, then the conclusions drawn in the evaluation report were not based on objective evidence. Therefore, the resource offered should have been deemed to be non-compliant and the contract should not have been awarded to the supplier in question.
Note
The requirements stated in this element apply to competitive bid solicitations only.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance (documentation) | THS requirements using Right-Fit—the file does not include which of the 5 justifications were used to make their selection. | One or more of the 5 justifications must be used to determine the successful bidder and the justification for the selection must be retained in the file for audit purposes. (Contravention of THS rules—The “right-fit” selection method). |
| Major non-conformance—policy (other) | Major discrepancies or errors were made in determining the ranking of suppliers which could have resulted in the issuance of the contract to a different Supplier. | TB Contracting Policy requires that the selection process be strictly adhered to and that there have been successful legal challenges to the contractor selection process. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | Compliance of the supplier awarded the contract was based on statements made by the supplier related to experience, education, professional designations/certifications, etc. of the resource(s) offered. Objective evidence such as resume of the resource(s) offered, proof of education, proof of professional designation/certification, etc. was not on file. | Refer rationale above. |
| Minor non-conformance | Discrepancies or errors in the ranking were not resolved by the Contracting Authority, the resolution of which would not have resulted in the issuance of a contract to a different Supplier. | In such cases the discrepancy or error(s) may have resulted in a change in ranking for lower ranked suppliers but would not have caused a change to the highest ranked supplier. Since the award process has not been affected, there would be no basis for a challenge to the award. For this reason, a Major - Policy non-conformance shall not be cited. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the report detailing how the selection was done is not on file. | If the report detailing how the selection was done is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 7.01: Basis of Selection—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a complete copy of one or more evaluation reports are not on file. | If one or more evaluation reports are not on file or are incomplete, a Major non-conformance would already have been raised against a previous element (that is, element 6.01: Evaluation Reports—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
7.03 Document safeguarding verification—supplier
Validity of the document safeguarding of the Supplier (if applicable) must be confirmed and documented before contract award.
- TB Contracting Policy (sub-section 11.3 and 12.5.2)
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 5.15, 1.65)
- Common business rules in the Centralized Professional Services System
- Temporary Help Services
Assessment guidance and notes
The Contracting Authority must verify that the document safeguarding (if applicable) of the Supplier is valid before contract award. Documentation confirming the document safeguarding (if applicable) of the Supplier must include: name of the Supplier and the current security level Refer Assessment Guidance and Notes section under element 8.06 Security Clearance.
Note
- Certifications made by the Contractor regarding the security clearance of the company itself is insufficient. Information pertaining to the security clearance must come from CSP, PSPC
- The requirements stated in this element apply to competitive procurements and those that invoke the "does not exceed $40k" rule
- TB Security policy (section 6.1.6) requires that the security screening be performed before commencement of the work to make sure of any security breaches involving the Contractor
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Contract file contains no documentation that confirms validity of document safeguarding of the Contractor. Contracting Authority is unable to provide the required documentation. | TB Policy on Government Security requires that individuals be security screened at the appropriate level before starting the work (Contravention of TB Policy on Gov't Security sub-section 6.1.6) |
| Major non-conformance—policy (other) | Document safeguarding of the Supplier was confirmed as NOT being valid at the time of contract issuance. | Refer rationale above. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance will be raised against another element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
7.04 Security clearance—verification—resources
Validity of the security clearance of the resource must be confirmed and documented before commencement of the assignment.
- TB Contracting Policy (sub-section 11.3 and 12.5.2)
- PSPC Supply Manual (sub-section 5.15)
- PSPC Supply Manual (sub-section 1.65)
- Common Security Requirement Checklists
- Temporary Help Services
Assessment guidance and notes
The Contracting Authority must verify that the security clearance of the resource offered is valid not only at the time the assignment begins but also during the period of the entire assignment. Documentation confirming the security clearance of each resource must include: name of the resource or company (as applicable), current security level, current status (validity) of the security clearance and date the security clearance expires or date that it became valid. Refer Assessment Guidance and Notes section under element 8.06 Security Clearance.
Security Clearance Duplication
The security clearance of a resource remains with that resource. However, the security clearance of an individual may be duplicated among multiple organizations providing the following criteria have been met:
- The security clearance is still valid
- The security clearance is not due for updating; and
- The organization requesting the duplication is registered and in good standing in the CSP
Supplier Security Clearance
A resource can only hold as high a security clearance with a Supplier as that Supplier has. For example, a resource has Top Secret security clearance. If Firm A wishes to offer this resource and has a security clearance at the Secret level, then Firm A can only offer the resource against bid solicitations that require a security clearance of Secret or less. Further to the previous example, if the resource has a Top Secret clearance with Firm A and the resource is offered by Firm B, who is cleared to North Atlantic Treaty Organization (NATO) Top Secret as verified by PSPC security, then the security clearance from Firm A can be applied to Firm B for assessment purposes. If CSP, PSPC confirms the validity of a resource's security clearance at a specific level, then the Supplier must also have the same level of security. Therefore, confirmation of the validity of a resource's security clearance with a specific Supplier is acceptable proof of the security clearance held by that Supplier.
Note
- Certifications made by the Contractor regarding the security clearance of the resource offered are insufficient. Information pertaining to the security clearance must come from CSP, PSPC or, for the resource offered, from CSP, PSPC or the Contracting Authority's security unit
- The requirements stated in this element apply to competitive procurements and those that invoke the "does not exceed $40k" rule
- TB Security policy (section 6.1.6) requires that the security screening be performed before commencement of the work to make sure of any security breaches involving the Contractor
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Contract file contains no documentation that confirms validity of security clearance of the resource(s) named in the contract. Contracting Authority is unable to provide the required documentation. | TB Policy on Government Security requires that individuals be security screened at the appropriate level before starting the work (Contravention of TB Policy on Gov't Security sub-section 6.1.6) |
| Major non-conformance—policy (documentation) | Contract file contains documentation that confirms the “pending” status of the transfer or duplication of the security clearance. However, the contract file does NOT contain confirmation of the successful transfer or duplication of the security clearance. | Documentation on file must state the successful transfer or duplication of the resource's security clearance. The absence of such documentation makes it impossible for the Assessor to confirm that validity of the security clearance for the resource(s). (Contravention of TB Policy on Gov't Security sub-section 6.1.6) |
| Major non-conformance—policy (other) | Security clearance of the resource offered was confirmed as NOT being valid at the time of contract issuance. | Refer rationale above. |
| Major non-conformance—policy (other) | Security clearance of the resource covered by the contract was confirmed as being lower (for example Reliability) than that stated in the bid solicitation (for example Secret). | Response offering the resource in question was deemed to compliant incorrectly. TB Contracting Policy requires that evaluation factors be established beforehand and be strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—procedural | Security clearance of the resource offered was confirmed as being valid before the commencement of the work. However, validity period of the security clearance expired before completion of the work and there is no documentation on file that confirms that the security clearance validity period was extended. | The security clauses, covered by each of the Common SRCLs, require that the supplier personnel have a minimum security clearance which must be in place during the entire period of the contract. |
| Major non-conformance—procedural | Documentation on file confirms that the security clearance of the resource is valid but fails to provide the information required to determine the expiry date of the security clearance. | Documentation on file must state either the expiration date of the security clearance or the date that the clearance was issued and that it is currently valid. The absence of this information makes it impossible for the Assessor to confirm that validity of the security clearance for the resource(s). |
| Minor non-conformance | Security clearance of the resource covered by the contract was not validated until after commencement of the work. | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance will be raised against another element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
8. Contract
In this section
- 8.01 Contract—documentation
- 8.02 Contract—maximum value
- 8.03 Contract—requirement details (general)
- 8.04 Statement of work/work description
- 8.05 Category and level
- 8.06 Security clearance
- 8.07 Security requirement—contract
8.01 Contract—documentation
Executed copy of the contract must be on file.
- Financial Administration Act (section 32)
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
Without a copy of the contract, it is not possible for the Contracting Authority to determine what work was to be performed and by whom, what the rate to be charged was, how payment was to be made, etc. In addition, without a contract, the Contracting Authority or the client (if applicable) cannot certify that the work was performed in accordance with the terms of the contract under section 32 of the Financial Administration Act (FAA).
Note
Contracts are considered to be executed if they are signed by the person authorized to do so by the department/agency that originated the contract. The assessor shall assume that the person who signed the contract has the authority to do so.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the contract is not on file and the Contracting Authority is unable to provide it. | Without a copy of the contract it is impossible to enforce the terms of the requirement and certify payment of any invoices (Contravention of Section 32 of the FAA and TB Contracting Policy sub-section 12.3.1) |
| Major non-conformance—procedural | Copy of the executed contract on file is unsigned. | Failure to sign the contract calls into question whether or not the contract has been executed. |
| Minor non-conformance | Copy of the executed contract is signed but not dated. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
8.02 Contract—maximum value
Contract value, inclusive of all amendments, applicable taxes, travel and living expenses, travel status time to be paid, options, etc. must be consistent with the requirement value selected in the search criteria. Therefore, the contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time to be paid, options, etc.) cannot exceed $40k if the "does not exceed $40k" rule has been invoked; the North American Free Trade Agreement (NAFTA) threshold or the Canada Korea Free Trade Agreement (CKFTA) (effective July 1st, 2020) if ProServices Methods of Supply (MoS) has been used; or $3,75M for all requirements using all other MoSs (unless otherwise indicated herein). For Temporary Help Services (THS) if competitive method 1—lowest cost is used, contract value cannot exceed $400K. Competitive method 1—right-fit is used, contract value cannot exceed $105,700K. Competitive method 2, no limit but anything over $1M must be reviewed by Public Services and Procurement Canada (PSPC) THS Team.
- Government Contract Regulations (section 6)
- TB Contracting Policy (sub-section 2d, 10.2.1, 10.2.7, Schedule 3 of Appendix C)
- Common business rules in the Centralized Professional Services System
- Temporary Help Services
Assessment guidance and notes
The Assessor must determine whether or not the requirement value used to conduct the search is consistent with the value of the contract(s) awarded inclusive of all amendments, applicable taxes, travel and living expenses, travel status time to be paid, options, etc. The Contracting Authority must, when issuing contract amendments, monitor the total revised value of the contract so as to not exceed the applicable maximum value threshold.
If the search was conducted based on the total value being less than $3,75M and the total value of all contract awarded exceeds $3,75M, the procurement should have been managed by Public Services and Procurement Canada (PSPC) because the total value of the requirement exceeds the client department's authority as stipulated in Schedule 3, Appendix C of the Treasury Board Contracting Policy.
Note
Certain departments (Shared Services Canada, Transport Canada and Fisheries and Oceans) have a higher delegated authority (refer Schedule 3, Appendix C of the Treasury Board Contracting Policy). Certain organizations (for example Office of the Chief Electoral Officer) are exempt from the limitations stated in Schedule 3, Appendix C of the Treasury Board Contracting Policy.
If the search was conducted based on the total value of all contracts awarded being less than NAFTA or CKFTA threshold and the total value of the contracts exceeded the NAFTA or CKFTA threshold, different business rules governing the procurement should have been applied (that is, number of suppliers invited, minimum bidding period, requirement for an NPP, etc.).
If the search was conducted based on the total value of the contract being less than $40k and the contract value exceeded this amount, the procurement should have been done competitively. This also could give the appearance that the use of the fourth exception (that is, requirements valued at under $40,000) in the Government Contracting Regulations (GCRs) to set aside the competitive bidding process was used, which contravenes the CPSS ePortal business rules.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time, options, etc.) exceeded $3,75M.
Search results were based on the value of the requirement being between the NAFTA or CKFTA threshold and $3,75M. |
Use of the incorrect requirement value will have a direct impact on the search results returned. If the correct criteria had been used, the list of Suppliers returned would be different. (Contravention of TB Contracting Policy sub-section 16.10.3) |
| Major non-conformance—policy (other) | Contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time, options, etc.) exceeded the NAFTA or CKFTA threshold applicable at the time the contract was awarded.
Search results were based on value of the requirement not exceeding the NAFTA or CKFTA threshold. |
Contracts whose value exceeds the NAFTA or CKFTA threshold represents a failure to comply with Canada's obligations under NAFTA or CKFTA. (TB Contracting Policy, sub-sections 2 d. and 10.2.7) |
| Major non-conformance—policy (other) | Contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time, options, etc.) exceeded $40k.
Search results were based on client invoking the "Does not exceed $40k" rule. |
Exception used does not fit the criteria described in TB Contracting Policy. (TB Contracting Policy, sub-section 10.2.1 (b)) |
| Major non-conformance—policy (other) | Contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time, options, etc.) exceeds the contracting limits for the organization. | Contract value (inclusive of all amendments, applicable taxes, travel and living expenses, travel status time, options, etc.) exceeds the Basic Contracting Limits for the organization as set out in TB Contracting Policy. (TB Contracting Policy, Appendix C, Schedule 3) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of all contract amendments is not on file. | If all contract amendment documents were not on file, then a Major non-conformance will be raised against another element (that is, element 9.01: Contract Amendments—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of neither the initial nor the final search results is on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
8.03 Contract—requirement details (general)
Contract documents must contain all required components and must be consistent with the resultant contract clauses stated in the bid solicitation document.
- TB Contracting Policy (sub-section 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 12.1.2, 12.4.1, 12.5.3, 12.11.10 and 12.12.1)
- PSPC Supply Manual (sub-section 3.35)
- Temporary Help Services
Assessment guidance and notes
Contract documents for all Methods of Supply (MoS)s, with the exception of ProServices and THS, must use Part 7—Resulting Contract Clauses from the "High Complexity Bid Solicitation and Resulting Contract Template (HC)" bid solicitation template available in the Standard Acquisition Clauses and Conditions (SACC) Manual. Contract documents issued using the ProServices MoS must use Part 6—Resulting Contract Clauses from the "Medium Complexity Bid Solicitation and Resulting Contract Template (MC)" bid solicitation template available in the SACC Manual. Part 7 and 6 from the HC and MC bid solicitation templates respectively, contain clauses that must appear in the contract document and clauses that are only required in specific circumstances. When determining compliance to this element, Assessors must determine whether or not all required components of the contract, including but not limited to all required clauses (including the Task authorization (TA) clause if applicable), annexes, Security Requirement Checklist (SRCL), etc., have been included in the contract. Clients are directed to use THS request for proposal templates at Templates (available on Government of Canada network only). .
Note
- Basis of Payment - Annex B, Basis of Payment, of the "High Complexity Bid Solicitation and Resulting Contract Template (HC)" for the Task Based Informatics Professional Services (TBIPS) and Task and Solutions Professional Services (TSPS) MoS does not include a column for level of effort. Therefore, a non-conformance shall not be raised if the Annex B, Basis of Payment does not include a level of effort
- Task authorizations (TAs) are used when all of the work or a portion of the work will be performed on an “as and when requested basis”. 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 categories 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
- The TA form referred to in the PSPC Supply Manual (form PWGSC-TPSGC 572) does not include a space for calculating the value including applicable taxes
- If travel is required, the requirement must be included in the contract and must be paid in accordance with the Treasury Board travel policy. The National Joint Council Travel Directive applies to travel costs incurred by contractors when these costs are a specific element of the contract
- Travel status time is defined as the time spent by resource(s) travelling to and from specific pre-authorized work assignments but does not cover commuting time spent by resource(s). The provision for travel time status must be in the bid solicitation document and be incorporated into the contract. The provision must define the rate that travel status time is being paid, the minimum distance between the pre-authorized work assignment and the resource’s work location (if applicable) and how travel time for partial days is calculated (if applicable)
In accordance with the CPSS ePortal Common Business Rules, travel status time is calculated based on a maximum of 50% of the all-inclusive per diem rate.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Contract document fails to include all required components (clauses, parts, annexes, etc.). | TB Contracting Policy requires that contract documents contain all required components (clauses, parts, annexes, etc.) that ensure that the contracting process will stand up to public scrutiny and meet Canada's obligations under the various free trade agreements. (Contravention of TB Contracting Policy sub-sections 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 12.1.2, 12.4.1, 12.5.3, 12.11.10, 12.12.1). |
| Major non-conformance—policy (other) | Contract document includes clauses, Annexes, etc. that contradict those stated in the bid solicitation document. | Refer above rationale |
| Major non-conformance—procedural | Contract document fails to provide all required information related to the category (or categories) or level or both including name of category, level, per diem rate, etc. | Payment of invoices against a contract that does not provide complete information regarding the category or categories calls into question the certification done under Section 34 of the Financial Administration Act (FAA). (Contravention of Section 34 of the FAA) |
| Major non-conformance—procedural | SRCL attached to the contract, refer Part D, was not signed as approved by the CSP, PSPC and/or the Organization Project Authority, Organization Security Authority or Procurement Officer. | TB Policy on Government Security requires that an SRCL attached to the bid solicitation is approved before the solicitation document is issued. (Contravention of TB Policy on Gov't Security sub-section 5.9 and Appendix A.6) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
8.04 Statement of work/work description
Statement of work (SOW) or work description stated in the contract must match that specified in the bid solicitation document.
- TB Contracting Policy (sub-section 10.8.19)
- Financial Administration Act (sub-section 34)
Assessment guidance and notes
Changes to the SOW or work description between the bid solicitation issued and the contract awarded could result in changes to the category (ies) or level(s) or both used in the search conducted, the evaluation criteria used, the resource(s) offered by the Supplier in response to the bid solicitation, the evaluation results and ultimately a change to the contract awarded.
Note
Such a situation results in a non-conformance even if the Contractor agrees to the changes.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Significant modifications (additions or deletions) to the SOW were incorporated into the contract in comparison to the SOW specified in the bid solicitation. | Significant modifications include ones that could have resulted in any of the changes noted above, which, in all cases, could have resulted in a change to the contract(s) awarded. (Contravention of TB Contracting Policy sub-section 10.8.19) |
| Major non-conformance—policy (documentation) | Contract document does not contain a SOW. | Payment of invoices against a contract that does not describe the work to be performed calls into question the certification done under Section 34 of the FAA. (Contravention of Section 34 of the FAA) |
| Minor non-conformance | Minor modifications (additions or deletions) to the SOW, contained in the bid solicitation, were incorporated into the contract. Modifications made would not have had an impact on decision by the supplier to respond nor would have had a material effect on any responses submitted. | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
8.05 Category and level
Category and level specified in the contract must match that specified in the search conducted and the bid solicitation issued (if applicable).
- Financial Administration Act (sub-section 34)
- TB Contracting Policy (section 2(a), sub-section 10.8.19)
Assessment guidance and notes
The category or the level or both cannot be changed once the bid solicitation document is issued. A change to the level or category would invalidate the original search conducted.
Note
This element applies to competitive requirements and requirements where the "does not exceed $40k" rule has been invoked.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Category or level stated in the contract differs from either the bid solicitation sent to Suppliers or the initial or final search results or both. | Changing either the level or the category would invalidate the search conducted and would, almost certainly, result in a different list of potential Suppliers being returned from a search. In addition, the criteria used to determine compliance of the resource offered would also change significantly. (Contravention of TB Contracting Policy sub-section 10.8.19 and section 2(a)) |
| Observation (other) | Contract document does not contain reference to the category or levels required. |
If contract document fails to provide all required information related to the category (ies) or level or both including name of category, level, per diem rate, etc., then a Major non-conformance would already have been raised against a previous element (that is, element 8.03: Contract—requirement details (general)). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation is not on file. | If the bid solicitation was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or final search results is not on file. | If the bid solicitation was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
8.06 Security clearance
Security clearance specified in the contract must match that specified in the search conducted and the bid solicitation issued (if applicable).
- TB Contracting Policy (section 2(a), sub-section 10.8.19)
Assessment guidance and notes
The security clearance required cannot be changed once the bid solicitation is issued. In the event that the security clearance specified was determined to be in error, the bid solicitation must be cancelled, a new search conducted based on the correct security clearance required and a new bid solicitation document issued. For example, if the original search was conducted based on the security clearance being "Secret", a change to "None" would result in different search results. This would have a domino effect in terms of affecting the Suppliers responding, resources being proposed and potentially change the award process.
The security clearance of a resource remains with that resource. However, a resource can only hold as high a security clearance with a Supplier as that Supplier has. For example, a resource has Top Secret security clearance. If Firm A wishes to offer this resource and Firm A only has a security clearance at the Secret level, then Firm A can only offer the resource against a bid solicitation that requires a security clearance of Secret or less. Also, in the example above, if the resource has a Top Secret clearance with Firm A and the resource is offered by Firm B, who is cleared to NATO Top Secret as verified by PSPC security, then the security clearance from Firm A can be applied to Firm B for assessment purposes.
Note
Contract clauses in the bid solicitation templates—High Complexity and Medium Complexity require that the SRCL (which states the security clearance required) be attached to the contract. Therefore, as long as the SRCL is attached to the contract and the security clearance stated matches that stated in the bid solicitation document, this requirement will be met.
- Documentation on file from PSPC security that confirms a request to "duplicate" the security clearance of a resource from one Offeror to another is sufficient proof that a resource has the required security clearance. The Assessor shall assume that the Offeror in question has a security clearance level at least at the level specified in the duplication request
- The requirements stated in this element apply to competitive requirements and those that invoke the "does not exceed $40k" rule
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—procedural | Security clearance stated in the contract differs from the initial search results or the bid solicitation document sent to Suppliers. | Change to the security clearance level required would invalidate the search conducted and would, almost certainly, result in a different list of potential Suppliers being returned from a search and could result in a change to the Supplier issued the contract. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because the contract on file does not contain the required security clauses. | If the contract document does not contain the required clauses, a Major non-conformance would already have been raised against a previous element (that is, element 8.03: Contract Requirement Details (general).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of either the initial or final search results is not on file. | If either the initial or final search results are not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 2.01: Search Results—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
8.07 Security requirement—contract
Client departments and contracting authorities must submit copies of resulting contractual documentation (call-up, contract, etc.) containing security requirements resulting from contract award to CSP, PSPC, at tpsgc.ssicontrats-isscontracts.pwgsc@tpsgc-pwgsc.gc.ca.
- TB Contracting Policy s.s. 4.2.10, 11.3
- Security requirements for contracting with the Government of Canada (chapter 2)
Assessment guidance and notes
The Contracting Authority
- Reviews Security Requirement Check List (SRCL) submitted by the Departmental client
- Ensures client signed box 13 & 14
- Signs Box 16 of the SRCL
- Includes security requirements in contracting documentation using appropriate security clauses
- Verifies the suppliers meet contract security requirements by contacting the Contract Security Program's client service centre
- Provides the CSP with copies of the SRCLs, Security classification guides and all awarded contracts, even when using the common (pre-approved) SRCLs
- Reminds clients of the need for security classification guides or IT security plan when multiple security levels apply
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of the required documentation (email) to confirm that the contract was send to CSP is not on file. |
Copy of the required documentation (email) to confirm that the contract was sent to CSP is not on file and the Contracting Authority is unable to provide it. (Contravention of TB Contracting Policy sub-section 4.2.10 and 11.3) |
9. Contract amendments
In this section
- 9.01 Contract amendment—documentation
- 9.02 Contract amendment—date
- 9.03 Contract amendment—requirement details (general)
- 9.04 Changes to statement of work/work description
- 9.05 Category and level
9.01 Contract amendment—documentation
Copy of all contract amendments must be placed on file.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
Without a copy of all contract amendments, it is not possible for the Contracting Authority to determine whether changes were made to the work to be performed, was there a change in milestone dates stated in the contract, etc. However, based on documentation on file, amendments to contracts may have been issued that were for administrative purposes only.
Examples of contract amendments that are of an administrative nature include, but are not limited to:
- Amendment(s) raised to change a funding code
- Amendment(s) raised to reduce the value of the contract to reflect the actual amount of work done (that is, days or hours spent)
- Amendment(s) raised to correct an error in the original contract or previous contract amendment
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of contract amendment(s) that affect the contract value or that significantly change the scope of the work required are not on file and the Contracting Authority is unable to provide it. | Without a copy of these specific contract amendments, it is not possible to enforce the terms of the requirement and certify payment of any invoices. And it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1) |
| Major non-conformance—procedural | Copy of the executed contract amendment on file is unsigned by the Contracting Authority or the Supplier or both. | Failure to sign the contract calls into question whether or not the contract amendment has been executed. |
| Major non-conformance procedural | Each time a Task authorization or an amendment to a TA was issued, an amendment to the contract was issued. | The intent of the TA process is to issue a contract, with a total value based on the expected usage to be covered by the TAs. Contract amendments are intended to change the terms of the contract (for example, exercising an option period). |
| Minor non-conformance | Contract file does not contain a copy of all contract amendments. However, based on other documentation on file, the missing amendment(s) were administrative in nature only. | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of the finding related to lack of documentation on file, in either future assessments or during the assessment of a specific contract, may result in the issuance of a major non-conformance. |
| Observation (documentation) | Based on file documentation provided for assessment purposes herein it appears that no amendment was issued to exercise the option period(s). | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance. Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
| Observation (other) | Amendment form used does not include a section which will allow the supplier to sign the amendment. | Failure to comply with the requirement does not meet the criteria to raise a minor or major non-conformance.
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
9.02 Contract amendment—date
The date that the amendment goes into effect must be before the expiry date of the contract.
Assessment guidance and notes
The amendment date shall be the date that the amendment was executed (that is, the date that the amendment was signed).
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—procedural | Amendment was issued after the contract expired. | Amendments issued after the contract has expired represent an attempt to amend a legal document that does not exist. |
| Minor non-conformance | Copy of the executed contract amendment is signed by both parties but not dated. | Amendments that are not dated may not be legally enforceable. Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
9.03 Contract amendment—requirement details (general)
Contract amendment documents must contain all required components and must be consistent with the clauses stated in the contract.
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 6.3 - Annex)
- Temporary Help Services
Assessment guidance and notes
When determining compliance to this element, Assessors must determine whether or not the all clauses and Annexes, stated in the contract, affected by the amendment have been updated appropriately. Examples of such a situation includes, but is not limited to:
- Contract includes specific clause for contract period and also includes Annex B, Basis of Payment includes a reference to the contract period. The amendment revises the contract period in the specific clause but fails to revise the Annex or vice versa
- Amendment changes the value of the contract. Annex B, Basis of Payment is revised appropriately but the Limitation of Expenditure clause is not revised
Temporary Help Services
PSPC does not have to approve the amendment. However, copy of the amendment must be send within 2 working days to tpsgc.pasat-apths.pwgsc@tpsgc-pwgsc.gc.ca for administration purposes. Contracts can be amended to extend up to a maximum of 24 consecutive weeks beyond the limit of 48 consecutive weeks.
Note
In the event of a discrepancy in the contract, such as one caused by a contract amendment that fails to update all clauses and Annexes appropriately, the clause “Priority of Documents” applies. In such cases, the Articles of Agreement (that is, contract clauses) will supersede, for example, any changes made to an Annexe via a contract amendment.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | There is a discrepancy between the clauses or Annexes stated in the contract amendment and the contract. | Payment of invoices against a contract where there are discrepancies between the contract and the contract amendment calls into question the certification done under Section 34 of the FAA. (Contravention of Section 34 of the FAA). |
| Major non-conformance—policy (other) | Temporary Help Services (THS) Contract was amended to extend contract period by more than 24 consecutive weeks beyond the limit of 48 consecutive weeks. | Documentation on file confirms that the extension required was significant. Such a change could have resulted in a new search being required, different responses from Suppliers (that is, new resource being offered, responses being provided by Suppliers that did not previously respond, etc.), different evaluation results and different award. (Contravention of THS rules available at Temporary help services at a glance) |
| Major non-conformance—policy (other) | THS Contract amendment(s) fail to update all required clauses. | TB Contracting Policy requires that contract documents contain all required components (clauses, parts, annexes, etc.) that ensure that the contracting process will stand up to public scrutiny and meet Canada's obligations under the various free trade agreements. (Contravention of TB Contracting Policy sub-sections 4.2.11, 4.2.12, 4.2.23, 5.2.1, 8.4.1, 12.1.2, 12.4.1, 12.5.3, 12.11.10, 12.12.1). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract amendment(s) is (are) not on file. | If the contract amendment was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 9.01: Contract Amendment—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) |
Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
9.04 Changes to statement of work / work description
The rationale for contract amendments that significantly changes the Statement of work (SOW) or work description specified in the original contract must be documented on file and be supportable.
- TB Contracting Policy (sub-section 10.8.19 and 12.9.1)
Assessment guidance and notes
If the SOW included in the bid solicitation document and subsequently in the contract requires significant changes, the Contracting Authority must cancel the contract and start a new contract process (conduct a new search, issue new bid solicitation document, etc.). The only exception to the above rule is a case where the Contracting Authority included an incorrect SOW or work description in the original contract. In this case, the amendment is administrative in nature and was raised to correct an error in the original contract.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Amendment was issued that significantly changed the work required or the duties to be performed. | Documentation on file confirms that the change in work required was significant. Such a change could have resulted in a new search being required (based on a new category or level or both), different responses from Suppliers (that is, new resource being offered, responses being provided by Suppliers that did not previously respond, etc.), different evaluation results and different award. (Contravention of TB Contracting Policy sub-section 10.8.19) |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract amendment(s) is (are) not on file. | If the contract amendment was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 9.01: Contract Amendment—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because the contract on file does not contain a copy of the SOW. | If the contract on file does not contain a copy of the SOW, then a Major non-conformance would already have been raised against a previous element (that is, element 8.03: Contract—requirement details—general).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
9.05 Category and level
Contracting Authority must not change the category (ies) or level(s) or both as stated in the original contract.
- TB Contracting Policy (section 2(a), sub-section 10.8.19)
Assessment guidance and notes
A change to the level(s) or category (ies) or both would have invalidated the original search conducted.
The only exception to the above rule is a case where the original contract refers to the wrong category or level. In this case, the amendment is administrative in nature and was raised to correct an error in the original contract.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Amendment(s) issued that change the category (ies) or level(s) or both stated in the contract. | Changing the category (ies) or levels in the contract invalidate the search conducted and would, almost certainly, result in a different list of potential Suppliers being returned from a search. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract amendment(s) is (are) not on file. | If the contract amendment(s) is (are) not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 9.01: Contract Amendment—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (other) | Compliance to this requirement cannot be determined because the contract on file does not contain reference to the category or level required. | If the contract on file does not contain reference to the category or level required, then a Major non-conformance would already have been raised against a previous element (that is, element 8.03: Contract – Requirement Details (General)).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
10. Contract with task authorizations
In this section
- 10.01 Task authorizations—documentation
- 10.02 Task authorizations—date
- 10.03 Task authorizations—details
- 10.04 Task authorizations—scope
- 10.05 Task authorizations—value
10.01 Task authorizations—documentation
Copy of all Task authorization (TA) forms, including amendment to TAs, must be on file.
- Treasury Board (TB) Contracting Policy (sub-section 12.3.1)
Assessment guidance and notes
Work covered under a TA is authorized through the issuance of one of the following forms:
- Non-Department of National Defence (DND) contracts—Form Public Works and Government Services Canada (PWGSC)-Travaux publics et Services gouvernementaux Canada (TPSGC) 572 Task authorization or other developed task authorization form that meets the requirements noted herein
- DND contracts—Form DND 626 Task authorization
In some cases, a TA issued must be amended due to minor changes to the work required, to increase the total estimated cost of a TA, etc.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Copy of all Task authorization (TA) forms including amendements to TA forms are not on file and the Contracting Authority is unable to provide it. | Without a copy of all the TA and TA amendment forms it is not possible for the Assessor to confirm compliance with a number of subsequent elements. (Contravention of TB Contracting Policy sub-section 12.3.1) |
10.02 Task authorizations—date
The date that the TA forms goes into effect must be inside the period of the contract. The date that the TA amendment goes into effect must be prior to the expiry date of the TA forms.
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 3.35.1 and 8.70.20)
Assessment guidance and notes
The TA date and/or TA amendment (if applicable) shall be the date that the TA and/or TA amendment was executed (that is, the date that the TA and/or TA amendment was signed).
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—procedural | TA was issued after the contract expired. | TA issued after the contract has expired represent an attempt to issue a legal document that does not exist. |
| Major non-conformance—procedural | TA Amendment was issued after the TA expired. | TA amendments issued after the TA has expired represent an attempt to amend a legal document that does not exist. |
| Major non-conformance—procedural | TA and/or TA amendment period is covering the same period of the contract. | The issuance of a single TA and then the subsequent issuance of an amendment to that TA to extend the period of the TA and increase the level of effort fail to meet the intent of the TA process. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the TA is not on file. | If the TA was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 10.01: Task authorizations (TAs)—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
10.03 Task authorizations—details
Duly completed TA form, including amendment to a TA, and all supporting documentation must be on file.
- TB Contracting Policy (sub-section 12.3.1)
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 3.35.1.25)
Assessment guidance and notes
TA form must contain all required components and must be consistent with the clauses stated in the contract. TA amendments (if applicable) must contain all required components and must be consistent with the clauses stated in the original TA form. TA form must include, as a minimum, the following information:
- Contract Number
- Contractor name and address
- Task authorization (TA) number
- Title of Task (Minor)
- Total Estimated cost of task (applicable taxes extra)
- Security requirements
- Description of the work
- Basis and method of payment
- Cost of task
- Name, title and signature of "Client" (if different than the Contracting Authority)
- Name and signature of Contracting Authority
- Name, title and signature of authorized representative of the Contractor
Supporting documentation to the TA includes, but is not limited to, the Contractor's response to the TA request. The Contractor's response should include start and end date of the work, proposed changes to the work (if applicable), estimated cost (per diem rate(s), level of effort, travel and living, etc.), etc.
- The Contracting Authority must document the rationale for amending the TA. Such rationale can be included in the amended TA form or documented on file separately
- It is sufficient, in some cases (for example security requirements, method of payment, basis of payment, etc.), for the TA to state "refer to contract" or something to that effect
- Amendment to a TA must clearly identify the changes to the TA
- In the PSPC TA Form (PWGSC-TPSGC 572 Task authorization):
- Field titled "Task Description of the Work Required" must include the start and end date for the work
- Field titled "Cost of task" allows for the inclusion of a detailed break-down of the costs associated with the task including per diem rate(s), level of effort, travel and living, etc.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Minimum information that defines the exact nature, timeframes of the required services/deliverables, cost, etc. is not contained in the TA form and/or TA amendment. | Failure to provide the required information would prevent a third party from determining whether or not the work covered by the TA and/or TA amendment was consistent with the terms of the original contract and/or the original TA. (Contravention of TB Contracting Policy sub-section 12.3.1) |
| Major non-conformance—policy (documentation) | Supporting documentation (for example Contractor's response to the TA request) is not on file and the Contracting Authority is unable to provide it. | Refer rationale above. |
| Major non-conformance—policy (other) | There are major discrepancies or inconsistencies between the contract and the TA form (for example different security clearance, travel and living expenses, additional resources, etc.). | The contradictory information between the TA and/or TA amendment and the terms of the contract, could have resulted in a change to the Supplier issued the contract. (Contravention of TB Contracting Policy sub-section 10.8.19) |
| Major non—conformance policy (procedural) | Options period were included in the TA and/or TA amendment. | The issuance of a single TA and then the subsequent issuance of an amendment to that TA to extend the period of the TA and increase the level of effort fail to meet the intent of the TA process. |
| Major non-conformance—policy (procedural) | Copy of the TA and/or TA amendment on file is unsigned. | Failure to sign the TA and/or TA amendment calls into question whether or not the TA and/or TA amendment has been executed. |
| Minor non-conformance | TA form failed to include all necessary information, the absence of which would not cause significant contractual risk to Canada. | Failure to provide certain required items (for example Contractor name and address) would not impair Canada's ability to ensure completion of the work covered under the TA. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the TA and/or TA amendment is not on file. | If the TA and/or TA amendment was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 10.01: Task authorizations (TAs)—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
10.04 Task authorizations—scope
Work described in the TA and/or TA amendment form(s), including deliverables and schedule, must be within the scope of the contract.
- TB Contracting Policy (10.8.19)
- PSPC Supply Manual (sub-section 3.35.1.40)
Assessment guidance and notes
The work described in the TA and/or TA amendment must be consistent with the Statement of work (SOW) contained in the contract. If the Contracting Authority or the Client determines that there were significant omissions in the description of the scope of the work covered under the contract, the contract should be cancelled and a new procurement issued.
Each TA must be completed on or before the expiry date of the contract. If the task cannot be completed before the expiry of the contract, the contract must be amended to extend the contract period before the TA is issued. TA amendment must be completed on or before the expiry date of the original TA. If the task cannot be completed before the expiry of the original TA, a TA amendment must be issued on or before the expiry date of the original TA.
Note
- It is possible that, in certain situations, the TA was expected to be completed before the expiry of the contract. However, due to unforeseen circumstances the schedule for completion of the work required under the TA may need to be extended past the original expiry date of the contract. In such situations, it is acceptable to extend the period of the contract (via a contract amendment) provided that the amendment is issued before the expiry date of the contract
- TAs and/or TA amendments must include a description of the task including details of the activities to be performed and not a copy of the SOW included in the contract
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Work covered by TAs and/or TA amendments are not consistent with the scope of the work described in the SOW. | Major discrepancies between the work covered by the TA and/or TA amendment and the SOW in the contract which, if identified during the bidding period, could have resulted in a change to the Supplier issued the contract. (Contravention of TB Contracting Policy sub-section 10.8.19) |
| Major non-conformance—procedural | Work described in the TAs and/or TA amendments duplicated the original SOW stated in the contract. The specific task(s), including details of the activities to be performed, required under the TA and/or TA amendments were not described. | Intent of the TA process is to allow for TAs to be raised to cover specific tasks. Without a description of the specific tasks, it is not clear how a third party could determine what work was actually done under the TA. |
| Major non-conformance—procedural | Work covered by TAs was (were) not or will not be completed before the expiry of the contract. | There are no contract amendments on file that extend the period of the contract to coincide with the completion date of the TAs. TAs represent a description of the work to be completed under the contract. Once the contract has expired, there is no legal basis to complete the work covered by the TA. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the TA and/or TA amendment is not on file. | If the TA and/or TA amendment was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 10.01: Task authorizations (TAs)—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because the copy of the TA and/or TA amendment on file does not include a description of the work required. | If the TA and/or TA amendment does not include a description of the work required, then a Major non-conformance would already have been raised against a previous element (that is, element 10.03: Task authorizations (TAs)—Details). |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
10.05 Task authorizations—value
Total value of each TA, including applicable taxes, travel and living expenses (if applicable), travel status time to be paid (if applicable), etc., cannot exceed the limitation(s) set out in the contract.
- Financial Administration Act (section 33, sub-section (3)(b))
- PSPC Supply Manual (sub-section 3.35.1.40)
Assessment guidance and notes
The contract may allow for either all of the work to be performed through TAs or only a portion of the work. In both cases, the value of the TA cannot exceed the limitation(s) set out in the contract for each individual TA. For contracts where all of the work will be performed by TAs, the total value of all TAs cannot exceed the limitation(s) set out in the contract cannot exceed the total value of the contract cannot exceed the limitation(s) set out in the contract. For contracts where only a portion of the work will be performed by TAs, the total value of all TAs plus the total value of the work not covered by TAs, cannot exceed the limitation(s) set out in the contract cannot exceed the limitation(s) set out in the contract.
Note
- Wherever reference is made to "total value" in this element, total value means the value including applicable taxes, travel and living expenses (if applicable), travel status time to be paid (if applicable), etc. unless specified otherwise in this element
- The TA form referred to in the PSPC Supply Manual (form PWGSC-TPSGC 572) does not include a space for calculating the value including applicable taxes. Therefore, for assessment purposes, the Assessor will add the value of the applicable taxes to each TA to determine compliance to this element
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Total value of the work performed under all TAs exceeded, including the total value of work not covered under TAs, exceeded the contract value. | Payment of invoices in excess of the total value of the contract would result in expenditures in excess of the committed funds. (Contravention of Section 33 of the FAA). |
| Major non-conformance—procedural | Total value of the work performed under a TA exceeded the limitation in value placed on individual TAs stated in the contract. | Exceeding the value limitation set out in the contract is a contradiction of the terms of the contract. |
| Major non-conformance—procedural | TA was issued for all the work covered under the contract or for all the work to be performed by each category required in the firm portion of the contract or each option period. | The issuance of a TA for all the work covered under the contract fails to meet the intent of the TA process. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the TA is not on file. | If the TA was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 10.01: Task authorizations (TAs)—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
11. Replacement/Task authorization resources
In this section
- 11.01 Replacement/Task authorization resource—evaluation report documentation
- 11.02 Replacement/Task authorization resource—evaluation report, mandatory technical evaluation criteria (part A)
- 11.03 Replacement/Task authorization resource—evaluation report, mandatory technical evaluation criteria (part B)
- 11.04 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part A)
- 11.05 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part B)
- 11.06 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part C)
- 11.07 Replacement/Task authorization resource—security clearance verification
11.01 Replacement/Task authorization resource—evaluation report documentation
Evaluation report(s), covering the review of replacement/task authorization (TA) resources proposed or resources covered by a TA, including any clarifications requested and all notes taken during the evaluation, must be on file.
- Treasury Board (TB) Contracting Policy (sub-section 10.7.27, 12.3.1)
- Public Services and Procurement Canada (PSPC) Supply Manual (sub-section 5.105)
Assessment guidance and notes
If the Supplier is unable to provide the services of any specific resource identified in the contract, the Supplier must provide a replacement/TA resource with similar qualifications and experience as the original resource. The acceptance of the replacement/TA resource(s) must not affect the Supplier selection process.
If resources other than those stated in the contract are being offered under a TA, the resource(s) proposed under the TA must have similar qualifications and experience as the resources as the original resource(s) offered.
The technical evaluation report forms the basis for the contract(s) issued. Without it, there is no way to verify whether if the replacement/TA resources proposed were evaluated in accordance with the terms set out in the bid solicitation document. The evaluation report must cover all replacement/TA resources offered and must include the evaluation conducted against the Flexible Grid (if applicable), all mandatory technical evaluation criteria and point rated technical evaluation criteria (if applicable).
Note
- Evaluation reports on file can be individual or consensus or both. There is no requirement that both need to be on file. A consensus evaluation report on file is ideal as the consensus evaluation report would resolve any differences between individual evaluation reports
- Mandatory requirements beyond those identified in the Flexible Grid represent additional mandatory requirements
- Requirements valued at less than $40k - In cases where the Contracting Authority invokes the "does not exceed $40k" rule and directs the requirement to a Supplier, there will still be mandatory criteria including, if applicable, the Flexible Grid. Therefore, the requirements stated in this element apply
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Evaluation report or other supporting documentation (clarifications requested including the Supplier's response and notes taken by evaluators) for all replacement/TA resources offered is not on file and the Contracting Authority is unable to provide it. | Failure to confirm that the replacement/TA resource(s) have similar qualifications and experience as the original resource(s) may result in work being performed by a Supplier who would have been deemed to be non-compliant based on the requirements of the original bid solicitation document. In such cases, the contract should be terminated and a new procurement process started. (Contravention of TB Contracting Policy sub-sections 10.7.27 and 12.3.1) |
| Observation (insufficient information) | Compliance to this requirement cannot be determined because the contract does not include name of resource that will be performing the work. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
11.02 Replacement/Task authorization resource—evaluation report, mandatory technical evaluation criteria (part A)
Evaluation report must confirm whether or not replacement/TA resource(s) were evaluated against the Flexible Grid (if applicable) and the mandatory technical evaluation criteria.
- TB Contracting Policy (sub-section10.7.27)
- PSPC Supply Manual (sub-section 5.105)
Assessment guidance and notes
All evaluation reports on file must:
- Confirm that each replacement/TA resource was evaluated against the requirements of the Flexible Grid (if applicable) and all other mandatory requirements
- State the score achieved by each replacement/TA resource offered as a result of the evaluation conducted against the requirements of the Flexible Grid (if applicable), and
- Confirm whether or not compliance was determined against the requirements of the Flexible Grid (if applicable) and all other mandatory requirements for each replacement/TA resource offered
The "Flexible Grid" is used for procurements that are based on the TSPS Task Based SA or procurements that are based on the ProServices (for non-IT categories). The "Flexible Grid" must be completed for each replacement/TA resource offered and once completed, the "Flexible Grid" provides a total score for each resource offered. This score is used to determine whether or not each replacement/TA resource offered meets the minimum score required for the category and level required. Assessors shall refer to the example provided in Supply Arrangement for Task-Based Professional Services Annex "A" Streams And Categories or the ProServices - Flexible Grid.
Please note the following scenarios:
- Scenario #1:
The sole mandatory requirement is compliance to the Flexible Grid. A statement that the replacement/TA resource(s) offered meet the requirements of the Flexible Grid is insufficient. The evaluator(s) must state, in a formal evaluation report, email, etc., the total number of points assigned to each replacement/TA resource, how the total number of points was achieved, and whether or not each replacement/TA resource offered complies with the requirements of the Flexible Grid applicable to the category and level required. - Scenario #2:
The sole mandatory requirement is a minimum amount experience specific to the level and category selected and the Flexible Grid does not apply. The evaluator(s) must state, in a formal evaluation report, email, etc., whether or not each replacement/TA resource offered complies with the minimum experience requirement applicable to the category and level required. A statement that the replacement/TA resource(s) meet the minimum experience requirements is sufficient in this case. - Scenario #3:
The Flexible Grid does not apply to the requirement and there are multiple mandatory requirements. A blanket statement that the replacement/TA resources offered meet all the mandatory requirements is insufficient. The evaluator(s) must address, in a formal evaluation report, email, etc., whether or not each replacement/TA resource offered complies with each mandatory criterion. - Scenario #4:
The Flexible Grid applies to the requirement and there are multiple mandatory requirements. A blanket statement that the replacement/TA resources met or did not meet the requirements of the Flexible Grid and all mandatory requirements or both is insufficient. The evaluator(s) must address, in a formal evaluation report, email, etc., whether or not each replacement/TA resource offered complies with requirements of the Flexible Grid applicable to the category and level required and each mandatory criterion.
Note
- The requirements stated in this element apply to competitive requirements and requirements where the "does not exceed $40k" rule has been invoked
- If the evaluation conducted indicates that a resource fails to meet a mandatory requirement, the evaluation process may, at the discretion of the Contracting Authority, stop at that point. For example, the original bid solicitation had 5 mandatory evaluation criteria. The replacement/TA resource offered by the Supplier is deemed to be non-compliant with the first mandatory criterion. Evaluation of the remaining 4 mandatory criteria is not required because the replacement/TA resource offered must comply with all mandatory criterion
- In cases where the Flexible Grid applies, the Contracting Authority should determine if the minimum score required in the Flexible Grid for the category and level required is met. If the minimum points required is not met, the replacement/TA resource offered must be deemed non-compliant and the Contracting Authority may stop the evaluation at that point
- In cases where the Contracting Authority invokes the "does not exceed $40k" rule and directs the requirement to a Supplier, a formal evaluation report is not required. An email that provides the information noted in this section is sufficient
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The evaluation report on file does not address compliance to the requirements of the Flexible Grid for each category and level required. | The absence of this information may result in work being performed by a Supplier who would have been deemed to be non-compliant based on the requirements of the original bid solicitation document. In such cases, the contract should be terminated and a new procurement process started. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | The evaluation report on file does not clearly indicate that all mandatory requirements referenced in the bid solicitation document were evaluated. | Refer rationale above. |
| Minor non-conformance | Evaluation report fails to identify the name of the replacement/TA resources being evaluated. Supplier offered multiple replacement/TA resources for a single position or replacement/TA resources for multiple categories or levels or both. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the complete evaluation report is not on file. | If the complete evaluation report was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 11.01: Replacement/TA Resource—Evaluation Reports Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
11.03 Replacement/Task authorization resource—evaluation report, mandatory technical evaluation criteria (part B)
The rationale for the compliance or non-compliance of each mandatory technical evaluation criterion must be documented and supportable.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.30 5.40.1, 5.105)
Assessment guidance and notes
Evaluation reports must document the rationale used to determine compliance or non-compliance of each mandatory technical evaluation criterion. In files where the Flexible Grid is used, the evaluation report must provide the rationale for the points assigned to education, certifications and experience. Where minimum amounts of experience or minimum number of projects are required, the evaluation report must provide the rationale (for example page ref numbers, project ref numbers, etc.) used to determine compliance. In some cases, such as education and professional designations or certificates, the rationale is self-evident (for example copy of the certificate confirming the level of education achieved).
Simply stating that one or more mandatory technical evaluation criterion have been met or not met is insufficient. In all cases, the rationale used must be supportable.
Assessors shall not question the rationale provided by the evaluator regarding the mandatory criteria except in the following circumstances:
- If the rationale is based on a mandatory technical evaluation criterion that is not consistent with the category or level selected, or
- If there is an obvious error made by the evaluator, or
- Other circumstances that cause the Assessor to be concerned that the decision made was done so in error
Under such circumstances, the Assessor should review only those resumes where the evaluation of the resource is being questioned.
Note
- There may be cases where the rationale for determining compliance of a replacement/TA resource was based on a requirement that was unclear. For example the minimum education level required was an undergraduate degree in business, accounting or "related field". The supplier offered a replacement/TA resource offered with an undergraduate degree in engineering. The decision made by the evaluator was based on the evaluator's opinion as to what was considered to be a related field. However, what was meant by a "related field" was not clear
- Compliance to mandatory work experience or other information contained in the resume of the replacement/TA resource(s) submitted may be validated through either an interview or by contacting the references provided in the resume(s) submitted. There may be cases where the résumé submitted by the supplier indicates compliance but the interview confirmed that the minimum amount of experience required was not met. This must be documented in the evaluation report
- If the bid document contains the certification clause for education, unless stipulated otherwise in the bid solicitation document, a statement in the technical proposal or the resume of the replacement/TA resource(s) offered that the replacement/TA resource(s) have obtained a specific level of education, professional designation or certificate is sufficient. Bidders are not required to provide a copy of the diploma, professional designation or certificate
- Unless stipulated otherwise in the bid solicitation document, if the bid solicitation document required that Suppliers provide proof of education, certifications, professional designation, etc. with their bid, the Contracting Authority cannot request that the Supplier provide missing information after bid closing
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The rationale for compliance of the replacement/TA resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was not documented. | TB Contracting Policy requires that evaluation factors be strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | The rationale for compliance of the replacement/TA resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was documented but not supportable. | TB Contracting Policy requires that evaluation factors be strictly adhered to. Therefore, determinations that a mandatory requirement was met or not met must be supportable. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Minor non-conformance | The decision regarding the compliance of the replacement/TA resource(s) offered by Supplier(s), with the mandatory requirements stated in the Flexible Grid (if applicable) and all other mandatory requirements, was done in error. However, the error(s) would not have affected the outcome of the bid evaluation process as, overall, the resource(s) offered failed to comply with at least one mandatory criterion. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (other) | The decision regarding the compliance of the replacement/TA resource(s) offered by Supplier(s), with the mandatory requirements (other than the Flexible Grid), was based on criteria described in the requirement that was unclear. | There was insufficient information available to the Assessor to raise a minor or major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of one or more evaluation reports are not on file. | If the evaluation report was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 11.01: Replacement/TA Resource - Evaluation Report Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Observation (documentation) Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
11.04 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part A)
Evaluation report must indicate the points assigned to each point-rated technical evaluation criterion, sub-total score (if applicable) and the total score (if applicable) for each replacement/TA resource evaluated.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.40.5)
Assessment guidance and notes
The evaluation report, for each replacement/TA resource, must state:
- The points assigned to each point rated technical evaluation criterion
- Sub-total score or total score (if applicable)
Note
If there is a minimum score required for each point rated criterion, and the evaluation conducted indicates that the replacement/TA resource fails to meet the minimum score for any point rated criterion, the evaluation process may, at the discretion of the Contracting Authority, stop at that point. For example, the original bid solicitation has 5 point rated evaluation criteria. The replacement resource/TA offered fails to meet the minimum score required for the first point rated criterion and is deemed to be non-compliant. Evaluation of the remaining 4 point rated evaluation criteria is not required because the replacement/TA resource offered must comply with the minimum score required for all point rated criterion.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Points were not assigned to one or more point rated technical evaluation criterion for the replacement/TA resource(s) evaluated. | Failure to assign points to any point rated criterion calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | A sub-total or total score for one or more replacement/TA resources evaluated was stated but, based on the score assigned to each point rated technical evaluation criterion, either the sub-total score or the total score or both could not be recreated. | Failure to determine the sub-total or total score calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27)
Note: This finding does not apply in situations where the total score could not be recreated because a score has not been assigned to one or more rated criterion. In such cases, a Major non-conformance (specifically the one above) would already have been raised. |
| Minor non-conformance | The total score for replacement/TA resource(s) evaluated was not stated in the evaluation report but a score was assigned to each point rated technical evaluation criterion. Additional documentation on file confirmed the total score arrived at, which was verified by the Assessor. | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the evaluation report is not on file. | If the evaluation report was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 11.01: Replacement/TA Resource—Evaluation Reports Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a major non-conformance. |
11.05 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part B)
Points assigned to each point-rated technical evaluation criterion must be done so in accordance with the scoring guide stated in the bid solicitation document.
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.40.5)
Assessment guidance and notes
The scoring guide outlined in the original bid solicitation describes how points are to be assigned. Various methods for assigning points include, but are not restricted to, the following:
- Points per project or assignment—Points are typically assigned based on each project or assignment. Unless specified otherwise, partial points cannot be assigned
- Points for experience—Points are typically assigned for ranges of experience levels. For example, 5 points for 5-7 years of experience, 10 points for 7+ to 10 years of experience, 20 points for 10+ years of experience
- Points for a professional designation or certification—Points may be assigned for a relevant certification. For example, 15 points may be assigned for a Project Management Professional (PMP) certification
- Points for education—Points can be assigned based on the degree. For example, 10 points may be assigned for a graduate degree, 25 points for a doctoral degree
In all cases, evaluators must follow the guide provided. For example, under a) and b) above, if 10 points are assigned per project, then an evaluator can only assign values of 0 or 10 (nothing in between). Under b) above, the evaluator can only assign 5, 10 or 20 points.
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Points assigned to one or more point rated technical evaluation criterion were not done so in accordance with the scoring guide stated in the original bid solicitation document. | Failure to assign points in accordance with the scoring guide described in the bid solicitation document calls into question the validity of the evaluation conducted. TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Observation (other) | Compliance to this requirement cannot be determined because the evaluation report does not clearly indicate the points assigned to each point rated technical evaluation criterion. | There is insufficient information for the Assessor to assign a Major or Minor non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the evaluation report is not on file. | If the evaluation report was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 11.01: Replacement/TA Resource—Evaluation Reports Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
11.06 Replacement/Task authorization resource—evaluation report, point rated technical evaluation criteria (part C)
Evaluation report must state the rationale for the points assigned to each specific point rated technical evaluation criterion and determine compliance to the minimum total score or minimum score for each point rated requirement as applicable.
- TB Contracting Policy (sub-section 10.7.27, sub-section 12.3.1)
- PSPC Supply Manual (sub-section 5.105)
Assessment guidance and notes
Under the selection methodologies involving point rated requirements, the manner in which the points are assigned can cause:
- A replacement/TA resource to be declared non-responsive (that is, response referring to that replacement/TA resource could not be considered for contract award) as a result of failing to meet the minimum total score or sub-total required, or
- A replacement/TA resource to be declared non-responsive for failure to meet the minimum score for each point rated criterion, or
- A Supplier to not be issued a contract because the total score assigned to the replacement/TA resource(s) evaluated was too low resulting in a higher cost per point, lower total score based on a combination of technical merit and price, or lower total score based solely on technical merit
Therefore, evaluation reports must document the rationale used to determine the number of points assigned to each point-rated technical evaluation criterion. Simply stating the number of points assigned to each point-rated evaluation criterion is insufficient. In all cases, the rationale used to determine the score assigned must be documented and supportable. In some cases, the rationale for the points assigned (or not assigned as the case may be) is evident even though there is no documented rationale. For example, if points are assigned based on level of education 5 points for high school diploma, 10 points for undergraduate degree, 20 points for Master degree), and 20 points are assigned to a replacement/TA resource who has proven that he/she holds a Master degree, then the rationale is evident. Assessors shall not question the evaluator's rationale for the points assigned except in the following circumstances:
- If the rationale is based on a point-rated technical evaluation criterion that is not consistent with the category or level selected, or
- If there is an obvious error made by the evaluator, or
- Other circumstances that cause the Assessor to be concerned that the decision made was done so in error
The Assessor shall review only those resumes that meet the above criteria.
Note
- There may be cases where the résumé describes experience gained that is applied to specific point rated technical evaluation criterion but the interview confirmed that the experience, described in the resume, did not meet the requirements required for points to be assigned. This must be documented in the evaluation report
- There may be cases where the rationale for points assigned was based on a requirement that was unclear. For example the minimum education level required to achieve a specific number of points was an undergraduate degree in business, accounting or "related field". A replacement/TA resource was assigned zero points because their undergraduate degree was in marketing, which was considered by the evaluator to not be a related field. However, what was meant by an undergraduate degree in a "related field" was not clear. In such cases, an Observation shall be raised
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | The documented rationale for the points assigned to point rated technical evaluation criteria for replacement/TA resource(s) was not supportable. | TB Contracting Policy requires that evaluation factors be strictly adhered to and that the bid criteria be applied equally to all bidders. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—policy (other) | The evaluation report, for replacement/TA resource(s) offered by Supplier(s), was missing the rationale for the points assigned to point rated technical evaluation criteria. | Failure to document the rationale makes it impossible for the Assessor to determine whether or not the evaluation criteria were strictly adhered to. |
| Minor non-conformance | Rationale in support of the points assigned to point rated technical evaluation criterion was in error. However, the error was minor in nature and would not have affected the score assigned. | Failure to comply with the requirement does not meet the criteria applicable to a Major non-conformance.
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (other) | The documented rationale for the points assigned was based on criteria described in the requirement that was unclear. | There is insufficient information for the Assessor to assign a non-conformance.
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the evaluation report is not on file. | If the evaluation report was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 11.01: Replacement/TA Resource—Evaluation Reports Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation response from one or more Suppliers are not on file. | If one or more responses to the bid solicitation document is not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 5.01: Bid Solicitation Responses—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the bid solicitation document is not on file. | If the bid solicitation document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 3.01: Bid Solicitation—Documentation).
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
11.07 Replacement/Task authorization resource—security clearance verification
Validity of the security clearance of each replacement/TA resource must be confirmed and documented before commencement of the assignment.
- TB Policy on Government Security (sub-section 6.1.6)
- TB Contracting Policy (sub-section 10.7.27)
- PSPC Supply Manual (sub-section 5.15)
Assessment guidance and notes
The Contracting Authority must verify that the security clearance of each replacement/TA resource offered is valid not only at the time the assignment begins but also during the period of the entire assignment. Documentation confirming the security clearance of each resource must include: name of the replacement/TA resource, current security level, current status (validity) of the replacement/TA resource's security clearance and date the security clearance expires or date that it became valid. Refer Assessment Guidance and Notes section under element 8.06: Security Clearance.
Security Clearance Duplication:
The security clearance of a resource remains with that replacement/TA resource. However, the security clearance of an individual may be duplicated among multiple organizations providing the following criteria have been met:
- The security clearance is still valid
- The security clearance is not due for updating, and
- The organization requesting the duplication is registered and in good standing in the Contract Security Program (CSP).
Supplier Security Clearance:
A replacement/TA resource can only hold as high a security clearance with a Supplier as that Supplier has. If CSP, PSPC confirms the validity of a replacement/TA resource's security clearance at a specific level, then the Supplier must also have the same level of security. Therefore, confirmation of the validity of a replacement/TA resource's security clearance with a specific Supplier is acceptable proof of the security clearance held by that Supplier.
Note
- Certifications made by the Contractor regarding the security clearance of the replacement/TA resource offered are not acceptable. Information pertaining to the security clearance of the replacement/TA resource must come from CSP, PSPC or the Contracting Authority's security unit
- The requirements stated in this element apply to competitive procurements and those that invoke the "does not exceed $40k" rule
- TB Security policy (section 6.1.6) requires that the security screening be performed before commencement of the work
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (documentation) | Contract file contains no documentation that confirms validity of security clearance of the replacement/TA resource(s) named in the contract. Contracting Authority is unable to provide the required documentation. | TB Policy on Government Security requires that individuals be security screened at the appropriate level before starting the work (Contravention of TB Policy on Gov't Security sub-section 6.1.6) |
| Major non-conformance—policy (documentation) | Contract file contains documentation that confirms the "pending" status of the transfer or duplication of the security clearance. However, the contract file does not contain confirmation of the successful transfer or duplication of the security clearance. | Documentation on file must state the successful transfer or duplication of the replacement/TA resource's security clearance. The absence of such documentation makes it impossible for the Assessor to confirm that validity of the security clearance for the resource(s). (Contravention of TB Policy on Gov't Security sub-section 6.1.6) |
| Major non-conformance—policy (other) | Security clearance of the replacement/TA resource offered was confirmed as not being valid before the commencement of the work. | Refer rationale above. |
| Major non-conformance—policy (other) | Security clearance of the replacement/TA resource covered by the contract was confirmed as being lower (for example Reliability) than that stated in the contract (for example Secret). | Response offering the replacement/TA resource in question was deemed to compliant incorrectly. TB Contracting Policy requires that evaluation factors be established beforehand and be strictly adhered to. (Contravention of TB Contracting Policy sub-section 10.7.27) |
| Major non-conformance—procedural | Security clearance of the replacement/TA resource offered was confirmed as being valid before the commencement of the work. However, validity period of the security clearance expired before completion of the work and there is no documentation on file that confirms that the security clearance validity period was extended. | Allowing a replacement/TA resource to continue working without a valid security clearance is no different than the replacement/TA resource not having a security clearance in the first place. |
| Major non-conformance—procedural | Documentation on file confirms that the security clearance of the replacement/TA resource is valid but fails to provide the information required to determine the expiry date of the security clearance. | Documentation on file must state either the expiration date of the security clearance or the date that the clearance was issued and that it is currently valid. The absence of this information makes it impossible for the Assessor to confirm that validity of the security clearance for the Supplier or replacement/TA resource(s). |
| Minor non-conformance | Security clearance of the replacement/TA resource covered by the contract was not validated until after commencement of the work. | Failure to comply with the requirement does not meet the criteria applicable to a major non-conformance.
Note: Recurrence of this finding may result in the issuance of a Major non-conformance. |
| Observation (documentation) | Compliance to this requirement cannot be determined because a copy of the contract is not on file. | If the contract document was not on file, then a Major non-conformance would already have been raised against a previous element (that is, element 8.01: Contract—Documentation).
Note: Recurrence of this finding may result in the issuance of a non-conformance. |
12. Contract splitting
In this section
12.01 Circumventing approval / Contract splitting
The Contracting Authority must not issue either multiple contracts or amendments to contracts against a single requirement or back-to-back contracts to the same supplier in order to avoid obtaining the approval required by statute, the Treasury Board (TB) Contracts Directive, or appropriate management approval within the department or agency.
- Government Contract Regulation (section 6)
- TB Contracting Policy (sub-section 4.1.3, 10.2.1b, 11.2.7) (sub-section 10.2.1, 11.2.7, 11.2.11)
Assessment guidance and notes
The Contracting Authority may only award contracts that are within their legal authority. For example:
- Requirements over $3.75M, for all departments except for Fisheries and Oceans, National Defence, Shared Services Canada and Transport Canada must be referred to Public Services and Procurement Canada (PSPC) for procurement
- Requirements under $3.75M must be referred to PSPC for procurement if the value of the requirement exceeds the client department's delegated authority
- Contracting Authority may have an approval level for contracts that is less than that delegated to their department
It is not possible for an Assessor to determine whether or not the Contracting Authority has or does not have the delegated authority to approve (that is, sign) the contract(s). Given the sensitivity of this issue, guidance shall be sought by the Assessor before requesting confirmation of a Contracting Authority's delegation of authority.
Circumventing approval
The following are examples of behaviors that could be interpreted as an attempt to circumvent appropriate management approval levels within the department or agency:
- Issuance of multiple contracts for the same or similar work in order to invoke the “does not exceed $40k” rule
- For example, 2 contracts (each valued at $40,000) are issued for the same or similar work. The issuance of these 2 contracts gives the appearance that the requirement has been split in order set aside the competitive bidding process
- Splitting up a large requirement or braking up a project into phases so as to reduce the value of the requirement so that a specific Supply Arrangement (SA) could be used or a smaller number of supplier invited
- Example #1—A requirement is valued at $150,000, which means that a minimum of 15 suppliers would need to be invited because the value of the requirement exceeds the North American Free Trade Agreement (NAFTA) threshold or the Canada Korea Free Trade Agreement (CKFTA) (effective July 1st, 2020). If that same requirement was split and one contract for $75k was issued in March and the second contract issued in November (after completion of the first contract) for $75k, the contracting authority (using the ProServices SA) would only be required to invite two (2) suppliers for each requirement
- Example #2—A project requires work covered by several different categories. A procurement is done for each category and the aggregate value of all resulting contracts either exceeded the NAFTA or CKFTA threshold or the $3.75M limitation for most departments
- Example #3—Issuing two contracts (each valued at $75,000) using the ProServices SA for the same or similar work so as to avoid using the Task and solutions professional services (TSPS) or the Task based informatics professional services (TBIPS) SAs
- Example #4—Issuing two contracts (each valued at $3.75M) using the PASS SA or Learning Services SA for the same or similar work to avoid sending the requirement to PSPC for procurement.
- Issue back-to-back contracts for the same or similar work
- Example #1—The Contracting authority issues a contract to a supplier and, at the end of the contract (or within a very short period of time) issues another contract to the same supplier for the same or similar work. If the procurement process is centralized, the contracting authority may receive the same or similar requirement from different "clients". In such cases, the contracting authority may argue that they could not anticipate that requirements for the same or similar work would be received from different "clients". This argument can be accepted when there is no history of such periodic requirements. However, once this issue has been raised with the contracting authority, if future assessments reveal similar findings, the assessor cannot accept the argument that the need could not be anticipated. The assessor must take into account that, while the work is required periodically, the requirement may be sporadic (that is, it may occur once one year, several times the next year but not at all the year after). In such situations, the assessor must accept the argument that the contracting authority user could not anticipate or forecast future requirements for the same work
- Example #2—The contracting authority issues a contract to a supplier and, at the end of the contract (or within a very short period of time) issues another contract to the same supplier or a different supplier for different work but, after closer examination, the assessor determines that the covered under each contract represents a different phase of a project. Contracting authorities may argue, for example, that the initial contract was issued to define the scope of future work required and that, based on the results of the initial contract, a decision was made that a second contract was required. If there is a possibility that additional phase(s) of the work may be required, the initial requirement should include options for each additional phase of the work
| Type | Description | Rationale |
|---|---|---|
| Major non-conformance—policy (other) | Non-competitive requirements: Multiple contracts were issued against either a single requirement or a single contract was issued against each of multiple requirements (for the same or similar work) each valued at less than $40,000 and the total value of all contracts issued exceeded $40,000. |
Requirement has been split to set aside the competitive procurement process. (Contravention of TB Contracting Policy sub-section 11.2.7). |
| Major non-conformance—policy (other) | Non-competitive requirements: Back-to-back contracts were issued for the same or similar work each valued at less than $40,000 and the total value of all contracts issued exceeded $40,000. |
Requirement has been split to set aside the competitive procurement process. (Contravention of Government Contract Regulation section 6 and TB Contracting Policy sub-section 10.2.1b). |
| Major non-conformance—policy (other) | Competitive requirements: Multiple contracts were issued against either a single requirement or a single contract was issued against each of multiple requirements, for the same or similar work, where the total value of all contracts issued exceeded the maximum allowable threshold. |
Requirement has been split to reduce the number of Suppliers to be invited would result in Suppliers not being provided an equal opportunity to meet the requirements of the bid solicitation document. (Contravention of TB Contracting Policy sub-section 4.1.3). |
| Major non-conformance—policy (other) | Competitive requirements: Back-to-back contracts were issued for the same or similar work where the total value of all contracts issued exceeded the maximum allowable threshold. |
Requirement has been split to reduce the number of Suppliers to be invited would result in Suppliers not being provided an equal opportunity to meet the requirements of the bid solicitation document. (Contravention of TB Contracting Policy sub-section 4.1.3). |
| Observation (insufficient info) |
Non-competitive requirements: |
There is insufficient information for assessor to assign a higher level of non-conformance. |
| Observation (insufficient info) | Compliance to this requirement cannot be determined because there is insufficient information on file. | Without a complete file, compliance to the requirement cannot be determined. |
12.02 Employer-Employee Relationship
With respect to contracting for services, contracting authorities must ensure that an employer-employee relationship will not result when contracting for the services of individuals in accordance with criteria established by the Canada Customs and Revenue Agency and pertinent court rulings
- PSPC Supply Manual, section 2.55, 8.80
- TB Contracting Policy (sub-section 4.1.9, 16.2, 16.3)
Assessment guidance and notes
- Criteria for assessing an employer-employee relationship have been established by the Canada Revenue Agency (CRA) and pertinent court rulings. For guidance, seek legal advice or consult the CRA publication RC 4110, Employee or Self-Employed. If there is any uncertainty, the contract should be signed at a level higher than the individual who would normally approve the initial entry into the contract
- Legal advice should be sought where it is not feasible for contracting officers to determine whether a contract is a contract for services or a contract of employment (that is, employment status is not easily identifiable). It is ultimately the responsibility of the contracting officer to ensure that contracts do not create employer-employee relationships
| Type | Description | Rationale |
|---|---|---|
| Observation (other) | Bid solicitation process confirmed that there were incumbents performing the required work and bid response from supplier(s) confirmed that it is the same resource(s). There is the appearance that an employer-employee relationship can exist. | Without copy of the previous contract or documentation, there is insufficient information for the assessor to assign a higher level of non-conformance. |
| Observation (insufficient info) | Compliance to this requirement cannot be determined because there is insufficient information on file. | Without a complete file, compliance to the requirement cannot be determined. |