PURCHASING HANDBOOK: A Guide to Acquiring Goods and Services in the Government of British Columbia January 2010 Shared Services BC Procurement CONTENTS 1 INTRODUCTION ...................................................................................................................... 1 2 CONTRACTING ENVIRONMENT ............................................................................................ 3 3 4 5 2.1 Agreement on Internal Trade (AIT) ......................................................................... 3 2.2 Contract Law................................................................................................................ 3 2.3 Environmental Issues ................................................................................................. 5 2.4 Fair Treatment of Vendors ......................................................................................... 5 ACQUIRING GOODS AND SERVICES ..................................................................................... 7 3.1 Procurement and Contract Management ................................................................ 7 3.2 Common Questions and Answers ............................................................................ 9 CORPORATE SUPPLY ARRANGEMENTS .............................................................................. 14 4.1 External Corporate Supply Arrangements (CSAs) .............................................. 14 4.2 Internal Corporate Supply Arrangements (CSAs) ............................................... 15 4.3 Accessing Corporate Supply Arrangements (CSAs)............................................ 17 4.4 Rentals and Leases .................................................................................................... 19 4.5 Vehicle Rentals, Acquisitions, Repairs, and Maintenance .................................. 19 PROCUREMENT PROCESSES AND TOOLS............................................................................ 20 5.1 Different Processes for Different Purposes............................................................ 20 5.2 Risk Assessment and the Procurement Process.................................................... 23 5.3 Request for Information (RFI) and Request for Expressions of Interest (RFEI) 26 5.4 Notices of Intent (NOI) and Direct Awards .......................................................... 28 5.5 Request for Qualifications (RFQ) ............................................................................ 29 5.6 Invitation to Quote (ITQ) ......................................................................................... 32 5.7 Request for Proposals (RFP) .................................................................................... 34 5.8 Choosing a Pre-Award Strategy ............................................................................. 41 5.9 Contract Templates ................................................................................................... 43 6 CONTACTS............................................................................................................................ 44 7 GLOSSARY AND DEFINITIONS ............................................................................................ 46 8 QUICK LINKS........................................................................................................................ 48 APPENDIX A – CONTRACT AND PROCUREMENT LAW .............................................................. 48 APPENDIX B – PROCUREMENT PROCESSES AND TOOLS ............................................................ 53 Copyright © 2005, Province of British Columbia All rights reserved This material is owned by the Government of British Columbia and protected by copyright law. It may not be reproduced or redistributed without the prior written permission of the Province of British Columbia. 1 INTRODUCTION This handbook has been designed to guide ministry employees in the use of government’s procurement processes and tools such that: the expectations of government procurement policy and trade agreements are met as efficiently as possible; the risks to the Province from inappropriate procurement practices and decisions are minimized; and the right goods and services are acquired with the best value for money and made available at the right place in a timely manner. Responsibility for procurement in government is shared between program ministries, Ministry of Management Services – Procurement and Supply Services (PSS), and the Ministry of Finance – Procurement Governance Office. This handbook identifies: who has the authority to purchase in specific circumstances; the tools that are available to simplify the procurement process and meet the expectations of policy, trade agreements, and contract law; the standard terminology for core government procurement processes and tools; and the resources available to provide assistance and advice. Links to other tools and resources are included throughout this document. In addition, there are quick links to contact numbers in PSS, where staff are available to answer questions and provide both advice and assistance with any government procurement process. The best practices section of the Procurement Services Act identifies five principles that balance the objectives of getting good value for money with a process that is fair to both ministries and vendors. The Province’s procurement framework is built around these five principles. Competition Acquisitions of goods and services are competed, wherever practical, and ministries engage in a competitive process only with the full intent to award a contract at the end of that process. Demand Aggregation Government buying power is leveraged through ministry participation in corporate supply arrangements and demand aggregation, wherever possible. Purchasing Handbook: A Guide to Acquiring Goods and Services 1 Value for Money Government receives the best value for the money spent on contracts. Also, the cost of the procurement process—to both vendors and ministries—is appropriate to the value and complexity of the contract for goods or services. Transparency Vendors have fair access to information on procurement opportunities, processes, and results. Accountability Ministries are accountable for the results of their procurement decisions and the appropriateness of the processes followed. Purchasing Handbook: A Guide to Acquiring Goods and Services 2 2 CONTRACTING ENVIRONMENT The Procurement Services Act provides the legal authority for Procurement and Supply Services (PSS) to enter into contracts for goods and services on behalf of ministries. In addition, ministryspecific statutes provide the authority for ministries to contract for services in support of their programs. Regardless of who has the authority to procure, the process of contracting for goods and services must comply with government policy as set out in the Core Policy and Procedures Manual, the Agreement on Internal Trade (AIT), and contract law. 2.1 Agreement on Internal Trade (AIT) The Province is party to the AIT, which regulates trade between the provinces to ensure equal access to government procurement for all Canadian suppliers. In British Columbia, the requirements of the AIT have applied to ministries since it came into effect in July of 1995. As of April 2002, municipalities, municipal organizations, school boards, and publicly funded academic, health and social services entities (MASH entities) have been covered by AIT Annex 502.4. Crown corporations in British Columbia have been procuring in accordance with Annex 502.3 since April 2002, almost three years before it was officially implemented in January 2005. Under the terms of the AIT, all procurement opportunities meeting or exceeding the following thresholds must be accessible to all Canadian suppliers through the use of electronic tendering systems, advertisements in daily papers, or the use of source lists. Government Ministries MASH Sector Crown Corporations Goods $25,000 $100,000 $500,000 Services $100,000 $100,000 $500,000 Construction $100,000 $250,000 $5 million 2.2 Contract Law Effective procurement in the public sector is a balance between the principles of fair, open, and transparent procurement, obligations imposed by law, and business considerations. A completed ministry Purchasing Handbook: A Guide to Acquiring Goods and Services 3 procurement cycle results in an agreement between government and a supplier for the provision of goods, services, or construction in exchange for some form of consideration. This agreement, which most often takes the form of a service contract or a purchase order, is referred to as the performance contract. The performance contract, which is referred to as a Contract B, is between the successful bidder or proponent and government. Note: In this handbook, the term bidder is used to describe vendors submitting bids, quotes, or tenders in response to an Invitation to Quote (ITQ) or an Invitation to Tender (ITT). The term proponent is used to describe vendors submitting proposals in response to a Request for Proposals (RFP). When a competitive process is used to select the best supplier for the performance contract, another type of contract is created: a bid contract. In the Province of British Columbia, an ITT, an ITQ, and an RFP are all types of solicitation documents used to invite submissions from which a successful bidder or proponent is selected. These competitive processes result in the establishment of a Contract A, or bid contract, between the government and all bidders/proponents. Common law with respect to contracts applies to both the final form of the agreement and to the competitive process that led up to the agreement. This is an important distinction for government employees to understand as both contracts that result from a competitive process—Contract A and Contract B—create legal obligations to government. The guidance provided in this handbook supports a procurement process that is both efficient and consistent with common law. Finally, contract law applies to any contract, regardless of whether it is a written or verbal contract, for the supply of goods or services. A contract results when there is the combination of an offer and an acceptance of that offer. If ministry staff do or say anything to create a verbal offer, acceptance of such an offer by a vendor can create a verbal contract on behalf of government, without the protective language found in standard contract templates. For this reason, government core policy (Section 6.3.3 a 9) explicitly states that ministry staff must not do or say anything to create a verbal contract on behalf of the government. Appendix A provides more detailed information on the relationship between contract law and procurement and, in particular, the law of competitive processes. For specific legal advice, contact Legal Services Branch, Ministry of Attorney General. Purchasing Handbook: A Guide to Acquiring Goods and Services 4 2.3 Environmental Issues The Procurement Governance Office (PGO) has established procurement guidelines designed to encourage ministries to consider environmentally responsible products and services as part of their purchasing decisions. The objectives of these guidelines are: to provide an environmental role model for government procurement by making it a priority to use environmentally responsible products and services, where feasible and cost effective; to increase demand for environmentally responsible products and services, which may ultimately enhance their quality and cost competitiveness; and to continue to increase government's conservation of resources through the use of more reusable products, and products and services that require less energy and materials to produce or use. These guidelines are accessible through the Purchasing Services Branch website. 2.4 Fair Treatment of Vendors Vendor relationship management is an integral part of all phases in any procurement process. Therefore, fair treatment of vendors is an important consideration for ministries from the planning stage of a procurement through to the post-contract evaluation. The following points are issues that ministry staff should keep in mind to ensure that all potential suppliers to government are treated in a fair and unbiased manner. In any procurement process, only one individual should be the contact person. This can be a ministry employee or a contact at PSS. This person will answer, or arrange to answer, all questions from vendors and may distribute the answers to all vendors who have expressed interest in the process. In this way, all parties will receive identical information. Only questions in writing should be accepted and answers should be given in writing to maintain an accurate historical record. If verbal questions are received by the contact person, both the question received and the answer provided should be recorded in writing. Purchasing Handbook: A Guide to Acquiring Goods and Services 5 If one of the potential suppliers has previously done the required work for the ministry, the ministry should ensure that the existence of an incumbent supplier is disclosed to all potential suppliers. As well, all potential suppliers should receive the same information that the incumbent supplier has received. Fair and consistent disclosure of ministry information related to the procurement process ensures a leveling of the playing field for all potential suppliers. PSS is available to provide assistance and advice throughout this process. The requirements in the solicitation document should not be drafted in such a way, or be so specific, that only one bidder or proponent would be able to qualify. Ministries are responsible for establishing and managing an accessible and fair process for responding to vendor complaints. Vendors who feel they have not been treated fairly must first raise their concerns with the ministry responsible for the procurement. If the concern cannot be resolved at the ministry level, the complaint is referred to the Vendor Complaint Review Process managed by the Procurement Governance Office. Information on the Vendor Complaint Review Process is available in Chapter 6 – Core Policy and Procedures Manual and from the Procurement Governance Office. For advice on how you can ensure fair treatment of vendors, bidders, proponents, and suppliers in your specific procurement process, contact PSS. Purchasing Handbook: A Guide to Acquiring Goods and Services 6 3 ACQUIRING GOODS AND SERVICES 3.1 Procurement and Contract Management The procurement and contract management process, as presented in Figure 1, consists of seven inter-related components that influence how goods and services are acquired in government. Figure 1: Procurement and Contract Management Process Planning – identifying needs, identifying options, and developing the business case. Pre-Award and Solicitation – determining what is available to meet identified needs, who is available to provide the goods or services, and the appropriate solicitation process and strategies. Contract Award – negotiating outstanding contract elements with highest-ranking proponent. Administration and Monitoring – ensuring deliverables are received in accordance with the contract and any issues are dealt with appropriately. Purchasing Handbook: A Guide to Acquiring Goods and Services 7 Post-Contract Evaluation – evaluating deliverables/outcomes, evaluating contractor performance, and evaluating the internal team and process. Corporate Reporting – collecting and analyzing data and generating reports. Vendor Relationship Management – communications and information management, vendor complaint review process, supplier development, and issues management. Two key branches within Procurement and Supply Services (PSS) have the authority to acquire goods and services on behalf of ministries: the Purchasing Services Branch (PSB) and the Strategic Acquisitions and Technology Procurement Branch (SATP). The PSB is responsible for procuring goods valued at over $5,000, establishing Corporate Supply Arrangements (CSAs), operating BC Bid, and providing advice and support to ministry procurement efforts. Section 6.0 includes PSB contact information. The SATP is responsible for managing and delivering strategic procurement planning, advice, and implementation services for major and complex acquisitions across government. Section 6.0 includes SATP contact information. All procurement efforts, whether undertaken by ministries directly or by PSS on behalf of ministries, are governed by the same rules. Government’s procurement policy Chapter 6 – Core Policy and Procedures Manual, which defines those rules, is designed to help ministries follow procurement practices that: achieve best value for government; minimize the risks to government; and treat vendors fairly. Although all steps of the procurement process are important, the preaward phase normally involves the greatest effort and the greatest risks. The pre-award phase involves a combination of information gathering, pre-qualification, solicitation, and selection activities. This phase of the procurement process can be the most complex, the most variable, and—if not managed correctly—the most likely to result in onerous obligations (e.g., legal and financial) on the part of the Province. The solicitation activities (the competitive process) undertaken during the pre-award phase create the greatest risks to the Province as legal obligations result from the establishment of bid contracts between government and interested vendors. Consequently, most procurement rules, including those set out in the AIT and Purchasing Handbook: A Guide to Acquiring Goods and Services 8 common law, govern solicitation processes. PSS can help ministries successfully navigate these requirements. Depending on the nature and circumstances of each procurement opportunity, the pre-award phase can range from being a simple process (e.g., issuing an Invitation to Quote for fire extinguishers) to a complex process involving several stages (e.g., gathering background information, pre-qualifying suppliers, and then issuing a Request for Proposals). Procurement policy requires a pre-award process that ensures a level of rigour and thoroughness necessary to match the complexity of the business situation, as the associated risks increase proportionately with the complexity of a procurement transaction. Again, PSS has the experience to help ministries develop appropriate procurement strategies to meet their business requirements. PSS has worked with staff from Legal Services Branch, the Procurement Governance Office, and Risk Management Branch to develop standard procurement processes and tools to support pre-award activities that are successful and consistent with the expectations of core policy. Policy requires ministries to follow these processes, as they support a fair and legal procurement process when used correctly. Section 5.0 describes these procurement processes and tools, including how and when they should be used, and the risks of using them incorrectly. Assistance is Available The pre-award process is complex, so good advice on how to manage your unique procurement can save time and effort for both you and the vendor community, and it can help you avoid unnecessary risks. Advice is available from experienced staff at PSB and SATP. These procurement experts can answer questions, assist you with your procurement process, and even manage it on your behalf. If you are unsure of which branch to contact, call any branch in PSS and you will be quickly forwarded to the appropriate area. 3.2 Common Questions and Answers When can I buy goods directly? Government policy assigns responsibility and authority for acquiring goods to PSS in the Ministry of Management Services. Consolidation of this activity achieves best value to government through demand aggregation. However, to support ministry operational requirements, policy does allow ministries to directly acquire goods valued at less than $5,000 through a pre-existing CSA (through Oracle iProcurement), or directly Purchasing Handbook: A Guide to Acquiring Goods and Services 9 from suppliers through the use of a Purchase Order or purchasing cards. Requests for goods valued at $5,000 or more, which are not available through a pre-existing CSA, need to be directed to PSS. When is my ability to contract for services limited? Ministries have full authority to contract for services in a manner that complies with applicable government policy. The legislation administered by each ministry that provides the authority to deliver programs also provides the authority to contract for the services required to meet those program objectives. However, Section 6.3.2 of Treasury Board’s core policy states that if services are available through a CSA, ministries must acquire them through that arrangement. The Procurement Services Act authorizes PSS to contract for services and construction on behalf of ministries, when ministries request assistance. What is a Corporate Supply Arrangement (CSA)? A CSA is any arrangement where a supplier has offered to provide goods or services to one or more government or public sector entities for a defined period of time with pre-determined terms and conditions, and at a negotiated price. There are two main categories of CSAs: external and internal. External CSAs are arrangements established with external suppliers, which can be accessed by one or many government entities. Internal CSAs are arrangements where a branch internal to government is identified as the supplier or coordinator of specific goods or services for ministries. PSB is responsible for establishing CSAs for commonly used goods and services for use by ministries and other public sector organizations. Why does government use CSAs? CSAs are used to aggregate the demand for certain goods and services that can be used to leverage government’s buying power. CSAs provide value to government as the pricing is typically much lower than a supplier’s ‚list‛ pricing or lower than a single user could negotiate on their own. CSAs also eliminate the need to conduct many separate competitions for frequently acquired goods and services, and streamline the procurement process for buyers and sellers. Do I need to acquire goods and services through a CSA even when I find a better price elsewhere? Yes. Core policy requires that ministries not use any procurement or solicitation instrument to acquire goods or services that are available through a CSA. CSAs must be used, where available, to maximize the value achieved through demand aggregation. Most CSAs are established for use by all ministries, regardless of their location within the province. The best provincial price for all users may not be the lowest price available in a particular region. For example, the price may be very competitive for offices in rural areas but not as competitive to users in urban centres. However, if urban-based users Purchasing Handbook: A Guide to Acquiring Goods and Services 10 buy off-contract, it reduces the ability of government to negotiate best overall prices (with lower volumes) and may result in an increased total cost to government. In addition, goods available through CSAs often include more support than ministries can purchase for the same off-contract price, so a comparison based strictly on price is not valid. If you have concerns or questions with respect to achieving best value through a CSA, contact PSB. How do I know if the goods or services I need are available through a CSA? PSB and Oracle iProcurement provide catalogues of current CSAs. Directions on how to acquire goods and services available through a CSA are included in Section 4.3. When can I use my corporate purchasing card? Ministries may use their corporate purchasing card to directly acquire goods or services valued at less than $5,000, including goods and services ordered through external CSAs. Detailed information on purchasing cards is available in the Purchase Card Manual. Government procurement policy applies to all purchasing transactions, regardless of the method of payment. The corporate purchasing card is simply an instrument that facilitates payment. Can I use my corporate purchasing card to acquire goods and services valued at more than $5,000? The standard transaction limit for the corporate purchasing card is $5,000. A higher limit may be authorized for corporate card holders in special circumstances, such as the limit negotiated for Ministry of Forests’ staff during fire season. If ministries do not have a higher limit, then their requests for goods valued at more than $5,000 must be directed to PSB. The process for requisitioning goods through PSB is described in Section 4.3. What about emergency purchases? In an emergency situation (e.g., when there is not time to requisition the goods through PSB or when a direct award is necessary), policy allows ministries to directly acquire goods and services. Ministries are responsible for supporting the emergency nature of any procurement that does not comply with standard policy. What are the dollar thresholds for competing service contracts? Treasury Board policy requires that all service contract opportunities valued at $25,000 or more be awarded using a competitive process, except where one of the conditions for directly awarding a contract is met. For potential service contracts valued at over $100,000, the opportunity must be competed using BC Bid and standard government solicitation tools. For potential service contracts valued between $25,000 and $100,000, ministries should are to obtain at least three Purchasing Handbook: A Guide to Acquiring Goods and Services 11 quotes. Opportunities for service contracts valued between $25,000 and $100,000 should also be posted on BC Bid. For service contract opportunities valued at less than $25,000, policy recommends a competitive process to the extent reasonable and costeffective. What is a reasonable and cost-effective competitive process for service contracts under $25,000? A reasonable and cost-effective competitive process is one that supports the principles of fair and open procurement without creating excessive effort and process for either the ministry or potential contractors. This often means a less formal and less extensive process and, in certain circumstances, a direct award may be appropriate. The approach to competing small dollar contracts will be influenced by the nature of the service required, the availability of potential contractors, and timing. The process could range from obtaining phone quotes from three potential contractors, to issuing a formal Request for Proposals. Section 5.0 provides guidance on when different approaches to awarding contracts are appropriate. However, for quick advice on the best approach in your circumstances, contact PSB. When can I directly award a contract for services? The specific conditions under which ministries can directly award a contract of any value are listed in core policy. Contracts for services valued at less than $25,000 may be directly awarded, but there is an expectation that the opportunity be competed to the extent reasonable. Section 5.4 provides additional guidance on directly awarding contracts. What if my situation does not fit the direct award criteria exactly? If the opportunity is less than $25,000, a direct award is acceptable. If the opportunity is valued at more than $25,000, ministries should get advice from the Procurement Governance Office or from PSS. How do I choose the best procurement process and tool for my situation? Your choice of procurement process and tools is dependent on a number of factors: the complexity of your needs; the value of the opportunity; your time horizon; the availability of potential suppliers; the interest of potential suppliers in competing for this opportunity; and the risk to government if something goes wrong during the preaward and award processes. Purchasing Handbook: A Guide to Acquiring Goods and Services 12 Section 5.0 provides guidance on how you can assess which tool or tools are most appropriate to your situation. In addition, PSB and SATP have procurement specialists who can provide advice and assistance tailored to your needs. Where can I get advice regarding the release, maintenance, and retention of records that are generated in the procurement process? Most ministries have procurement specialists who will consult with Freedom of Information and Privacy staff and provide advice regarding the release of procurement records pursuant to the requirements of the Freedom of Information and Protection of Privacy Act. If your ministry does not have procurement specialists, you can contact your Director or Manager of Freedom of Information and Privacy directly for advice. The Corporate Information Management Branch is available for advice on government policy for maintaining and retaining records related to your procurement process When should I contact PSS for help? PSS can provide advice and assistance at any stage of a ministry’s procurement process. Their expertise and familiarity with procurement tools can simplify the procurement process, making it more efficient for ministries and for potential bidders or proponents. Also, as PSS has the authority to acquire goods and services on behalf of ministries, they can run the entire procurement process for ministries. PSS contact numbers and quick links to relevant websites are available in Section 6.0. Does PSS charge for its services? As PSS operates on a cost recovery basis, there is generally a charge for services provided. Contact PSB or SATP for specific information on their fee structure for the procurement services they provide. Purchasing Handbook: A Guide to Acquiring Goods and Services 13 4 CORPORATE SUPPLY ARRANGEMENTS 4.1 External Corporate Supply Arrangements (CSAs) What is an external Corporate Supply Arrangement (CSA)? An external CSA is an offer from a vendor to supply goods and/or services at pre-arranged prices and under the terms and conditions stated in the CSA. CSAs are not contracts and they do not necessarily lead to one. A contract is formed only when an order—or drawdown—is issued against the CSA. The Province is under no obligation at any time to actually make a draw-down. Are all external CSAs available to ministries? Most external CSAs are available to all ministries. However, there are occasions where external CSAs may be established for different user groups. For example, there may be ministry-specific CSAs for specialized goods or services. In addition, external CSAs are often established for use by ministries and/or other public sector organizations. Catalogues of many of the goods and services available through external CSAs are accessible through iProcurement. Information on these external CSAs is also available through the Corporate Supply Arrangement website. How is a CSA with an external supplier established? Purchasing Services Branch (PSB) uses a Request for Corporate Supply Arrangement (RCSA) to compete an opportunity for a corporate supply arrangement with an external supplier. These arrangements are normally available to all ministries and are often made available to other public sector organizations. The competitive process used to establish CSAs meets the requirements of core policy. PSB will issue an RCSA when: there is a recurring need for a particular product or service, however total demand is not known in advance; consolidation of requirements would increase the Province’s ability to negotiate discounts or improve contract terms; the Province prefers not to carry an inventory of frequently used items; the Province would like to establish a list of qualified suppliers with whom it can contract quickly; or the procurement is complex and a consistent acquisition opportunity for ministries will help ensure compliance with cross-government policies or standards (e.g., standards for Purchasing Handbook: A Guide to Acquiring Goods and Services 14 vehicles and desktop computers) and will ultimately benefit government. 4.2 Internal Corporate Supply Arrangements (CSAs) What is an internal CSA? A number of goods and services are either provided directly by or coordinated through expert groups within the provincial government. These internal CSAs exist because they provide best value to government. Where internal CSAs exist, government policy requires ministries to use them. What internal CSAs exist? The following table lists the types of goods and services currently available through internal CSAs and the office within government responsible for providing these goods and services. Internal CSAs are accessed directly through the responsible office. Refer to the responsible office for instructions on how to access the goods and services available. The following table provides contact information for each office or a link to a relevant website. Goods and Services Available Responsible Office Advertising and publications Public Affairs Bureau is responsible for advertising and publications: Phone: 250 387-1337 Fax: 250 387-5594 Workplace Technology Services, including network services, corporate applications, and electronic messaging https://workplacetechnologyservices.gov.bc.ca Data and word processing equipment not available through an external CSA Purchasing Services Branch (PSB) Office Products, Stationery, and Government Forms Distribution Centre – Victoria (DC-V) Instructions on requisitioning procedures are available in Section 4.3. All products available are listed in the DC-V Electronic Shopping Cart. Medical and emergency Product Distribution Centre (PDC) Purchasing Handbook: A Guide to Acquiring Goods and Services 15 Goods and Services Available Responsible Office supplies, pharmaceutical supplies, uniforms, etc. Instructions on requisitioning procedures are available in Section 4.3. All products available are listed in the PDC Electronic Shopping Cart. Why does government operate distribution centres as internal CSAs rather than establishing external CSAs directly with suppliers? Insurance and risk assessment services Risk Management Branch & Government Security Office Legal services Contact your Client Service Coordinator at the Ministry of Attorney General to access Legal Services Branch Mail services BC Mail Plus Photocopying equipment, supplies, and servicing not available through an external CSA Contact Workplace Technology Services Polling services Public Affairs Bureau is responsible for polling services: Phone: 250 387-1337 Fax: 250 387-5594 Printing services Queen’s Printer Records storage, micrographic and electronic imaging services Corporate Information Management Branch Statistical services BC Stats Travel and accommodation services Employee Travel The volume buying that is possible for the specific items stocked by the distribution centres provides better value to government than would be possible through a variety of external CSAs. In addition, the Product Distribution Centre (Coquitlam) and Distribution Centre – Victoria that are operated by PSS: achieve economies through bulk purchasing, opportunity buys, and other potential discount opportunities; provide a timely service through product availability and justin-time delivery (normally within 48 hours); Purchasing Handbook: A Guide to Acquiring Goods and Services 16 How does the distribution centre price their stock? meet emergency requirements by maintaining stock levels for all priority requirements; ensure quality control through a quality assurance program and technical evaluation process; and provide technical assistance including customized program management services (e.g., uniforms, forms). Distribution centre goods are priced for cost recovery, including PSS overheads and delivery costs. Generally, stock is at a preferred price compared to alternative sources and is priced uniformly throughout the province. If you have any questions on the pricing of distribution centre stock, contact the Product Distribution Centre or Distribution Centre – Victoria directly. 4.3 Accessing Corporate Supply Arrangements (CSAs) How do I requisition goods and services available through external CSAs? To acquire goods or services through an external CSA, ministries should initiate a requisition through Oracle iProcurement. The requisition will be electronically routed to the appropriate Expense Authority for approval. Once the requisition has been approved, a purchase order will be generated that ministry staff must print and forward directly to the supplier. The supplier will invoice the ministry directly and a record of the draw-down against the external CSA will be recorded by the system. For CSA acquisitions that cannot be processed through iProcurement, ministries are responsible for keeping records of the forms used. How do I requisition goods through government’s distribution centres? Distribution Centre – Victoria accepts orders for office products, stationery and government forms from government offices via fax or electronic shopping cart ordering. Ministries will be able to initiate an order for items available through the electronic catalogue through iProcurement, once iProcurement is linked to the electronic shopping cart. For information on how to order through Distribution Centre – Victoria, or assistance on ordering through the electronic shopping cart, contact the DC-V Customer Service Help Desk at 250-952-4460. The Product Distribution Centre (PDC) printed catalogue includes a wide variety of medical emergency, pharmaceutical, and maintenance Purchasing Handbook: A Guide to Acquiring Goods and Services 17 products. The PDC website includes ordering instructions for all items stocked. Uniform items are maintained electronically on the PDC electronic shopping cart. Ministries will also be able to initiate an order for items available through the PDC electronic catalogue through iProcurement, once iProcurement is linked to the PDC electronic shopping cart. Emergency procurement requests for items stocked in the distribution centres will be accepted by telephone but require immediate follow-up with a customer order form. Where possible, a facsimile of the customer order form should be forwarded to the appropriate distribution centre: the Product Distribution Centre (fax 604 997-2025 or 1-800-373-2662) or the Distribution Centre – Victoria (fax 250 356-8545). The Product and Service Catalogue, Customer Guide to Stationery & Office Products, and Giftware Guide issued to all ministries contain a complete listing of stock held in the distribution centres. How do I requisition PSS for goods valued at over $5,000 that are not available through the distribution centres or through an external CSA? To requisition goods through PSS, ministries are to submit a requisition in iProcurement, specifying their requirements in generic terms. Use of brand names is discouraged except where a match with existing equipment is clearly essential. If brand names are used to suggest an acceptable line of products, the request must indicate "or equivalent." Requisitions for office furnishings should be submitted to PSS as early in the process as possible, as PSS can provide advice on standards, costs, availability, and supply options. An information sheet should be included with each requisition to provide details on the intended use of the furniture, standards, style, and special needs. All requisitions for goods received by PSS will be reviewed to ascertain that the requirement cannot be met through an existing CSA. Are there options to requisitioning new assets or furnishings through PSS? Alternatives to requisitioning new assets or furnishings include repairing an existing asset, trading-in an outdated asset, or obtaining surplus furnishings from other ministries or from other public sector organizations. The Asset Investment Recovery (AIR) Branch is responsible for redistributing surplus assets in government. Information on AIR’s procedures is available in the Disposal Handbook. In the case of stationery items not available through the distribution centre, they may be available through Direct Access Standing Offer Agreements. These agreements are established only for the purchase of distribution centre non-catalogued items. Direct Access Standing Offer Agreements are established by PSS for use by ministries as well as other provincial public sector organizations. Purchasing Handbook: A Guide to Acquiring Goods and Services 18 To access goods through a Direct Access Standing Offer Agreement, send an approved draw-down form directly to the supplier listing the goods required and referencing the appropriate Standing Offer Agreement number. The supplier will send the requested goods directly to ministries along with a copy of the invoice. 4.4 Rentals and Leases Renting or leasing equipment is another form of acquiring goods. The policy threshold of $5,000 still applies. Ministries have the authority to rent or lease equipment up to $5,000 but any total rental or lease valued at over $5,000 is to be requisitioned through PSS. A purchase requisition should be completed with the details of the rental or leasing request and forwarded to PSS. Ministries are responsible for determining the most economical method of acquisition to effectively support government operations. This could be a choice between purchasing and leasing, or a choice between renting and leasing. PSB can provide assistance to ministries with this analysis and with advice on identifying the best method of acquiring the necessary equipment. Accounting for a rental transaction, which is considered an operating lease, is different than accounting for a capital lease. Ministries are encouraged to obtain advice from the Office of the Comptroller General on whether they have entered into an operating or a capital lease, and the relevant accounting requirements. PSS will liaise with the Office of the Comptroller General on all capital lease transactions entered into on behalf of ministries. Ministries are responsible for obtaining a receipt from the lessor for the return of the leased item when a lease expires and is not renewed. 4.5 Vehicle Rentals, Acquisitions, Repairs, and Maintenance PSB is responsible for managing the government’s vehicle fleet contract and for coordinating vehicle rentals. For information on how to access the vehicle fleet or rent a vehicle that is not available through an external CSA, or requisition repairs and maintenance not available through an external CSA, ministries should contact their ministry fleet coordinator or contact PSB. Additional information is available on the Employee Travel website (http://pss.gov.bc.ca/csa/categories/accommodation/search/ ). Purchasing Handbook: A Guide to Acquiring Goods and Services 19 5 PROCUREMENT PROCESSES AND TOOLS 5.1 Different Processes for Different Purposes The pre-award phase can range from a simple process of deciding to directly award a contract to a multi-stage process that involves information gathering, pre-qualification, and solicitation activities. The extent of the process and the tools used will depend on the complexity, value, risk, and particular circumstances of each procurement opportunity. What are information gathering activities? Information gathering activities are processes used to obtain information on the availability of goods or services, the availability of potential suppliers, and the level of interest in the opportunity. These activities are not competitive processes as they are not requesting quotes or proposals. Consequently, if the available tools are used correctly, information gathering activities will not result in a Contract A (bid contract). However, if ministries deviate from standard wording, there is a risk that the modified wording could result in a competitive process. The purpose of these activities is to obtain the information needed to assess whether a competitive process will be necessary, or appropriate, and to provide the information needed to define the requirements before moving into the competitive phase. A Request for Information (RFI) is generally used to obtain specific information about a product, service, or process, as well as the availability and performance of the good or service. A Request for Expressions of Interest (RFEI) is normally used when ministries know that a good or service is available but are not sure if the vendor community is available to compete on the opportunity or whether the community is even interested in providing the good or service. A Notice of Intent (NOI) is a process used to advise the vendor community of a ministry’s intention to directly award a contract in a situation where they believe that only one contractor is available and qualified to provide the goods or services. If the NOI process identifies that there are other available, qualified, and interested suppliers, a competitive process will result. An RFI, RFEI, or NOI may or may not lead to a solicitation process. If they do lead to a solicitation process, they exist independently of the Purchasing Handbook: A Guide to Acquiring Goods and Services 20 solicitation process, as they are used only to obtain information. Participation in an information gathering process does not guarantee participation in the subsequent solicitation unless an RFEI is used to pre-qualify suppliers (see 5.3 ‚Can an RFEI be used to pre-qualify potential bidders or proponents?‛). What are solicitation activities? Solicitation activities are competitive processes where ministries are soliciting quotes or proposals on contracting opportunities and then evaluating and comparing the responses received. When a vendor submits a quote or proposal in response to a ministry or Procurement and Supply Services (PSS) solicitation, a Contract A (bid contract) arises between the Province and the bidder or proponent. Once a successful bidder or proponent is chosen, a Contract B (the performance contract) can be entered into. This results in contractual obligations on the part of the successful bidder or proponent and the Province. The standard solicitation processes can be viewed on a continuum of increasing complexity that becomes more involved as the complexity of the procurement opportunity increases. The following diagram illustrates this relationship. The Procurement Bar ITQ Request for Proposals JSP Increasing number and complexity of evaluation criteria and/or project requirements An Invitation to Quote (ITQ) solicitation method is a pricebased bidding process that is used when the solution(s), specifications, performance standard(s), and timeframe(s) are known. Potential bidders are provided with all project Purchasing Handbook: A Guide to Acquiring Goods and Services 21 information—except price—and the evaluation of the bids is based only on price. An ITQ is rarely a multiple step process. A Request for Proposals (RFP) is a project-based process involving solution, qualifications, and price as the main criteria that define the winning proponent. The RFP solicitation method is used mainly to acquire services when government wants to review and implement different and new solutions to a problem, project, or business process. An RFP can range from a single-step process for straightforward procurement opportunities to a multi-stage process for complex and significant opportunities. A multi-stage process may involve the use of an RFI or RFEI to obtain background information, as well as the use of a Request for Qualifications (RFQ) process to prequalify vendors for the subsequent RFP. PSS has developed the Joint Solution Procurement (JSP) process for complex opportunities where a more collaborative process than what can be achieved with a traditional RFP process may be preferred or necessary. These opportunities include largescale, long term service contracts, as well as situations where some form of business transformation is taking place. As with the RFP process, a JSP involves multiple evaluation criteria and the JSP is always a multi-stage process. The JSP process supports the sharing of ideas between potential suppliers and government through iterative and joint development of the overall solution. In some situations, the JSP process can lead to a partnering for the service delivery. This process has been successfully applied to alternative service delivery initiatives and complex information technology procurements. For more information on this unique process, contact SATP. What are prequalification activities? Pre-qualification activities use a Request for Qualifications (RFQ) process to pre-qualify suppliers for a known or unknown opportunity. The RFQ process can be used as the first stage in a multi-stage solicitation process for a specific opportunity. Only those vendors who successfully respond to the RFQ and meet the qualification criteria will be included in the subsequent ITQ or RFP solicitation process. This two-staged approach streamlines the solicitation process by screening potential suppliers based on qualification criteria. The RFQ process can also be used to pre-qualify vendors who are interested in supplying goods or services in the future—if, as, and when requested. A pre-qualified supplier list, which may be ranked, Purchasing Handbook: A Guide to Acquiring Goods and Services 22 will normally be produced as a result of this process. However, there is no obligation on the part of the Province to actually call on any supplier on this list at any time to supply such goods or services. The terms and conditions built into the RFQ template contain specific language to disclaim any obligation on the part of the Province. Therefore, the intention is that no Contract A (bid contract) or Contract B (performance contract) will be formed between the Province and the pre-qualified suppliers as part of this process. Government policy thresholds for competing contracts still apply. What is an Invitation to Tender? An Invitation to Tender (ITT) is very similar to an ITQ, as it solicits tenders from interested vendors. It is used primarily for construction opportunities, where industry practices are well established, and often regulated, and the potential bidders are familiar with the tendering process. A distinction in how ITQs and ITTs are used by the Province is that ITTs involve the use of public openings. Use of ITTs is limited to ministries involved in construction activities, and these ministries have established their own processes and guidance with respect to the tendering process. 5.2 Risk Assessment and the Procurement Process What could go wrong? Ministries spend about $2 billion annually to acquire the goods and services required to deliver their mandated programs. If the procurement process is flawed, government may not receive good value for this significant expenditure or may find itself involved in costly litigation processes with vendors who believe they have not been treated fairly. In addition, it is important that the cost of the procurement process itself be reasonable given the value of the procurement. The following table presents some potential risks within the procurement process, the possible causes, and options to address these risks. Potential Risk Possible Causes Ways to Manage Risk Process does not identify the best good or service Requirements not specific or Use an RFI to obtain information needed to define requirements. accurate enough Evaluation criteria not appropriate or appropriately weighted Not competed broadly enough Obtain assistance from PSS to define requirements or establish evaluation criteria and weightings. Purchasing Handbook: A Guide to Acquiring Goods and Services 23 Potential Risk Possible Causes Ways to Manage Risk Ministries do not fully describe the Accept the risk as a trade-off for a timely and more streamlined process. opportunity sufficiently to attract the interest of potential vendors Ministries do not allow enough time for vendors to respond Process does not select the most qualified supplier Qualifications not specific enough Evaluation criteria flawed Not competed broadly enough or competed too broadly Not enough time for all qualified suppliers to respond ITQ process does not award the contract to the supplier with the best price Process is not efficient Evaluation criteria flawed Not competed broadly enough to include suppliers with competitive prices Process is too rigorous and costly for the value and nature of the opportunity Process allows unqualified vendors to respond, thus time is spent evaluating their responses Qualified vendors not responding because process appears too daunting given the value of the opportunity Irrelevant evaluation criteria take time to evaluate but add no value Obtain advice or assistance from PSS to define qualifications and evaluation criteria. Accept the risk as a trade-off for a timely and more streamlined process. Obtain advice or assistance from PSS to identify appropriate evaluation criteria. Accept the risk if the price difference is less than the increased cost of a more rigorous process. Obtain advice from PSS on alternative, stream-lined processes. Use an RFEI or an RFQ to determine the level of interest from qualified vendors before issuing an ITQ or RFP. Use an RFQ in conjunction with an ITQ or RFP to ensure all responses will be from qualified vendors. Obtain advice from PSS on identifying critical and relevant criteria. Accept the risk of extra process to demonstrate a visibly fair process in situations where there is significant competition or opportunity has a high profile. Only one vendor responds to an ITQ or RFP Vendors not provided sufficient time to respond Opportunity not adequately advertised Process is too rigorous and costly for the value and nature of the opportunity Provide adequate time for vendors to respond to your solicitation documents. Post ITQs and RFPs on BC Bid. Obtain advice from PSS on alternative, stream-lined processes. Purchasing Handbook: A Guide to Acquiring Goods and Services 24 Potential Risk Possible Causes Ways to Manage Risk Process is not fair or legal Using the wrong procurement Obtain advice or assistance from PSS regarding which tools are best for your circumstances and advice on how to use these tools. process and tool Using standard procurement processes or tools incorrectly, such as using an RFI or an RFEI to solicit quotes or using an ITQ for a process that is evaluating on more than price Not enough time is allowed for vendors to respond Process identified in procurement documents is not followed by ministries Goods or services contracted for are substantially different from the requirements included in the solicitation documents Provide adequate time for vendors to respond to your solicitation documents. Do not deviate from your initial requirements or the process as presented to vendors in procurement documents. Ensure your process complies with core policy, which reflects the requirements of the Agreement on Internal Trade (AIT) and contract law. Policy regarding fair competition is not complied with What can ministries do to minimize these risks and achieve best value? Ministries are challenged to identify procurement strategies that balance the objective of achieving best value with the objectives of a fair, legal, and competitive process. The likelihood of a successful procurement process can be enhanced by: Completing a risk matrix as part of the planning process for large and complex procurements. PSS and Risk Management Branch can provide assistance with this step. Sharing as much information with potential suppliers, as early as possible, on the timing, requirements, and expectations of the procurement process. This could include describing the anticipated stages in a multi-stage procurement process or including the terms and conditions of the intended contract so that respondents know exactly what they are competing on. Using standard government procurement processes and tools consistently and correctly. Not deviating from the procurement process that is documented in information gathering, pre-qualification, and solicitation documents. Ensuring the performance contract awarded to the successful supplier reflects the requirements included in the ITQ or RFP. If Purchasing Handbook: A Guide to Acquiring Goods and Services 25 the performance contract deviates substantially from the requirements competed against in the original ITQ or RFP, unsuccessful bidders and proponents may challenge the process and claim that they would have bid or proposed differently if they had known what government was really looking for. In addition, vendors who chose not to respond to the opportunity may claim that they would have responded had they known the requirements were different. Requesting advice and assistance from PSS with the overall procurement strategy and/or individual steps in the process, as necessary. 5.3 Request for Information (RFI) and Request for Expressions of Interest (RFEI) When should an RFI and RFEI be used? The RFI and RFEI processes are designed to gather information that can help in the development of a future solicitation. They are not designed to solicit bids or proposals; therefore, they do not lead directly to a contract. However, they may lead to obligations on the part of government. A response to an RFI or an RFEI does not pre-qualify a potential contractor and does not influence their chances of being the successful bidder/proponent on any subsequent opportunity. To be fair to vendors, the information requested should be non-proprietary and therefore be available to anyone who requests it. The information gathered will help ministries plan a fair and costeffective solicitation process, define the requirements for the solicitation documents, or identify whether there are interested suppliers. For example, if an RFEI identifies that only one contractor is interested or capable of providing the service, a direct award may be the best process as it does not exclude potential suppliers and it avoids the cost of developing and issuing an RFP for one response. Alternatively, if a significant level of interest is identified, ministries can use other tools to pre-qualify potential bidders/proponents to streamline the solicitation process, saving time and effort for both ministries and the vendor community. What can go wrong if an RFI or an RFEI is not used correctly? If the RFI and RFEI processes are followed correctly, they will not establish a legal contract: neither a Contract A (bid contract) nor a Contract B (performance contract). However, if the processes are used inappropriately to solicit quotes or proposals, there is the potential to Purchasing Handbook: A Guide to Acquiring Goods and Services 26 create a liability to government. These tools are designed largely to gather information. Consequently, they do not contain the language that exists in solicitation tools to protect the interests of the Province and vendors. Are there standard RFI and RFEI templates? Government has not developed standard templates to be used in either an RFI or an RFEI process as the documents need to be customized to the unique information needs of each procurement opportunity. Examples of RFI and RFEI documents, as well as advice on how to develop a document to meet your needs, are available through the Purchasing Services Branch (PSB). At a minimum, an RFI or an RFEI should include: a description of the RFI or RFEI process that vendors will be engaging in, including key terms and conditions (the rules), the anticipated schedule, and a statement that this process is separate from any ensuing solicitation; an explanation of why the requested information is of interest to government; a statement that the Province will not be under any obligation to advise any respondent to the RFI/RFEI of the issuance of any subsequent bidding documents, and that it is incumbent on all vendors to monitor BC Bid to find out about the posting of any subsequent bidding documents; a description of the anticipated project scope if ministries are seeking specific interest; and a comment on the type of procurement process that may follow, if possible. For example, if the pre-award process is expected to include a pre-qualification process, potential suppliers could be advised that once the RFQ process is complete, an RFP may be issued to pre-qualified suppliers. The type of information that may be requested through an RFI or an RFEI includes: a company profile, including business capabilities and capacities; technical and project management capabilities; and staff qualifications; information on the types of goods or services available that may meet your requirements; and charge-out rates. (NOTE: Do not ask for a quote, offer, bid, or proposal at this time. The information requested is standard supplier rates.) Purchasing Handbook: A Guide to Acquiring Goods and Services 27 How should an RFI or an RFEI be advertised? Can an RFEI be used to pre-qualify potential bidders or proponents? An RFI or RFEI add the greatest value as part of a multi-stage, preaward process for significant procurement opportunities. Therefore, in most situations, these documents should be advertised on a sufficiently wide geographic scale and be advertised often enough to ensure that all potential suppliers have an opportunity to submit information. It is government policy that the Agreement on Internal Trade (AIT) thresholds for competing and advertising a procurement opportunity also apply to RFI and RFEI documents based on the expected value of the future contract. Posting the RFI or RFEI on BC Bid will give it the widest distribution. In addition to posting on BC Bid, other acceptable methods include: advertising in the local press or trade publications; posting a notice in provincial government buildings serving the area where the work is to be undertaken (such as in the local courthouse); or making an announcement in the British Columbia Gazette. The RFEI process is sometimes used in the marketplace to pre-qualify potential or interested suppliers. However, ministries are encouraged to use an RFQ for the pre-qualification process as it more clearly communicates to potential bidders and proponents that the process is looking for qualifications, not just expressions of interest. If an RFEI is used to pre-qualify suppliers, the requirements of the AIT apply. 5.4 Notices of Intent (NOI) and Direct Awards When can a contract be directly awarded? Government policy allows ministries to negotiate and award a contract without a competition if: the requirement is valued at under $25,000; an emergency exists and requirements cannot be satisfied in time by means of a competitive process; a process delay would interfere with a ministry’s ability to maintain security or order, or to protect human, animal, or plant life or health; the required service is confidential; or it can be proven that only one contractor is qualified to provide the service. Ministries are responsible for doing research to prove that only one vendor can provide the good or service. For large procurements, an RFI, RFEI, or RFQ can be used to determine the extent of interest or Purchasing Handbook: A Guide to Acquiring Goods and Services 28 availability of qualified suppliers. For small opportunities, ministries can directly call various suppliers to determine if they meet the requirements or are interested. Careful notes of the phone calls made should be kept to demonstrate the effort undertaken to determine whether or not there were alternative suppliers. When a ministry is of the opinion that only one contractor is qualified to provide the good or service, and the opportunity would otherwise be competed, the ministry is required to issue a Notice of Intent (NOI). An NOI is the method by which a ministry informs vendors that negotiations with a specified contractor will take place without a competitive process. This process is undertaken to ensure that other potential suppliers have not been inadvertently missed. If additional qualified and interested vendors are identified through the NOI process, the opportunity must be competed. When a contract for services valued at more than $50,000 is to be directly awarded and it cannot be strictly proven that there is only one qualified supplier, an NOI must be posted on BC Bid. An NOI is not required when one of the direct award criteria are met. Although the policy threshold for issuing an NOI is $50,000, ministries are encouraged to post an NOI when an opportunity valued at $25,000 or more is to be directly awarded and it cannot be strictly proven that there is only one qualified supplier. The length of time that an NOI is posted on BC Bid should reflect the timeframe that would have existed had the opportunity been competed. An NOI should be posted for a minimum of 8 calendar days. Examples of NOI documents are available from Purchasing Services Branch (PSB). Staff at PSB are available to help ministries prepare and post NOI documents. An NOI should include: a description of the project; the amount of the proposed contract; the reason for the proposed direct award; the proposed contractor’s name; and a statement giving the vendors an opportunity to object, including details on where to file an objection. 5.5 Request for Qualifications (RFQ) When should an RFQ be used? When there is the potential for significant interest in a specific contract opportunity, the RFQ process can be used to pre-qualify suppliers who will then compete on the opportunity. This can make the solicitation Purchasing Handbook: A Guide to Acquiring Goods and Services 29 process more efficient as there will be fewer responses and all of them will be from qualified suppliers. It is far easier, less time consuming, and fairer to vendors to evaluate several proposals from qualified proponents rather than dozens or hundreds of proposals from both qualified and unqualified proponents. An RFQ process can also be used to create a pre-qualified supplier list for a future opportunity. This pre-qualification list can add value when similar services will be required for multiple contracting opportunities and the ministry wants to quickly select a qualified supplier when the next opportunity arises. The process for selecting suppliers from this list must be explained in the RFQ document. What can go wrong if an RFQ is not used correctly? The greatest risk associated with incorrect use of an RFQ process incorrectly occurs when the pre-qualified supplier list is mismanaged. If the process used to draw from a pre-qualified supplier list is not consistent with the process explained in the RFQ document, legal liability may be created. Pre-qualified suppliers who are not selected for a contract opportunity may successfully challenge a ministry’s decision to award the contract to another supplier if the stated process is not followed. If an RFQ process is inappropriately used to request proposals, a Contract A (bid contract) may be created with every vendor who responds and, without the protective legal language normally contained in RFPs, the Province may find itself at risk. If used correctly, the RFQ process does not create any commitment on the part of the Province to enter into a contractual arrangement with any respondent. The RFQ process is designed to pre-qualify a group of suppliers who will be given an opportunity to compete on a specific opportunity or who may share in a future opportunity. Is there a standard RFQ template? An RFQ template is available from PSB. The template can help ministries develop a document that: provides enough information to allow potential suppliers to understand the nature of the opportunity, as well as the information and qualifications ministries are looking for; explains the pre-qualification process that vendors will engage in, including key terms and conditions, and the anticipated schedule for the pre-qualification process; explains whether the pre-qualification process is one stage in a multi-stage solicitation process for a specific contract opportunity or whether a pre-qualification list will result for use in future opportunities; Purchasing Handbook: A Guide to Acquiring Goods and Services 30 Are there recommended processes for selecting a supplier from a prequalification list? includes the project requirements, evaluation criteria, mandatory selection criteria, and scoring system (which may include pass/fail scores); explains the method for selecting a contractor from a prequalification list or the method for establishing a short-list of suppliers for a subsequent competition; and specifies the period during which the pre-qualification list will be valid and whether opportunities to be registered on the list will be provided continuously or at regular intervals. The process for selecting suppliers from a pre-qualification list must be consistent with the process that is explained in the RFQ document used to establish the list. The following selection methods are suggested means by which contracts may be established with a supplier on a prequalification list. If one of the provisions of government’s direct award policy is met, a contract may be directly awarded to a supplier on the pre-qualification list. If the expected contract value is less than $5,000 for goods or less than $25,000 for services or construction, a contractor can be selected from the pre-qualification list. Suppliers on the prequalification list that meet criteria for specific projects (e.g., specialization or geographic location) should have a reasonable opportunity to be selected. If there are several suppliers on the list who meet the criteria for specific projects, they should be rotated. Suppliers on the pre-qualification list may be removed from consideration for a specific project if they do not meet the required qualifications for the project. If the expected contract value for services is between $5,000 and $25,000 for goods, and $25,000 and $100,000 for services and construction, the contractor may be selected through: a direct award if it can be verified that only one of the suppliers on the pre-qualification list is available to undertake the project; a project-specific assessment of the supplier qualifications provided in the RFQ process to determine the best qualified supplier to undertake the work; or a competitive process between a minimum of three suppliers on the pre-qualification list that evaluates the supplier’s proposed approach, pricing, or other elements required for a specific project. Each supplier on the prequalification list who meets criteria for specific projects Purchasing Handbook: A Guide to Acquiring Goods and Services 31 (e.g., specialization or geographic location) should have a reasonable opportunity to compete. If the expected contract value for goods or services is over the AIT thresholds of $25,000 for goods and $100,000 for services, the contractor is to be selected through a competitive process between all suppliers on the pre-qualification list who meet the criteria for a specific project (e.g., specialized skill set). The competitive process will evaluate each supplier's proposed approach, pricing, or other elements required for the project. In addition, the process to identify pre-qualified suppliers for goods, services, and construction opportunities, which may be over the associated threshold, must be advertised annually on BC Bid. When undertaking a further competitive process to select from the prequalification list, valid bids or proposals submitted by a supplier who is on the pre-qualification list but who wasn't selected from the list and invited to submit on the particular opportunity should be considered. To the extent possible, pre-qualified suppliers’ lists should contain the names of at least three potential suppliers. 5.6 Invitation to Quote (ITQ) When should an ITQ be used? An ITQ is used in government when the opportunity can be defined specifically such that the only competing factor is price. ITQs have historically been used to acquire goods. However, where required services can be defined to the extent that price is the only variable, an ITQ can be used to solicit quotes on service opportunities. Examples of where this is possible include security services and maintenance services. By bidding, the vendor agrees to supply the goods or services exactly as they are described in the ITQ. If a response does not meet all of the mandatory terms and conditions, it is rejected and the lowest qualified quote is normally awarded the contract. If you have concerns with the lowest quote received, such as the vendor’s ability to deliver at that price, contact PSB for assistance. What can go wrong if an ITQ is used incorrectly? Using an ITQ to evaluate on more than price creates a risk to government as the protective language normally found in RFPs is missing from the ITQ template. Therefore, to evaluate on multiple criteria, ministries are required to use the RFP template, as it includes Purchasing Handbook: A Guide to Acquiring Goods and Services 32 the appropriate language to limit liability in the context of relevant case law. ITQs can be used to request additional information from bidders, as long as the information is not used to evaluate and compare the bids. This additional information is often requested to confirm that the bidder meets the required terms and conditions needed to be a qualified bid. All bids that meet the mandatory requirements are then evaluated solely on price. As an example, if an ITQ is used to solicit quotes on the provision of courier services, mandatory qualification criteria may include the availability of trucks and the existence of criminal records checks. It is also important to use the ITQ for Services document in conjunction with standard contract templates, as the ITQ is designed to build on the terms and conditions included in standard government contracts. Does an ITQ create a contractual obligation? Yes, a Contract A (bid contract) is created between the Province and any vendor who submits a compliant quote or bid in response to an ITQ. At the end of the solicitation process, a Contract B (performance contract) is established between the Province and the successful bidder. Is there a standard ITQ template? Yes, there are two standard ITQ templates. One ITQ template is used exclusively by PSB to acquire goods on behalf of ministries. A second ITQ template has been developed for use when acquiring services, where the required service can be defined to a point that price is the only variable. The extent of information provided in an ITQ document will be a function of the value and complexity of the contracting opportunity. The standard ITQ for Services template may be used for opportunities valued at $25,000 or more and should include: background to the requested project; a summary of the required service, including location, and both administrative and logistical requirements; specific timeframes or milestones; mandatory qualifications, experience, skills, and abilities of the contractor; any requirements for references; submission/response format, deadline, and location; pricing and/or costing requirements/rationale; and a copy of the contract document, including all terms and conditions. Purchasing Handbook: A Guide to Acquiring Goods and Services 33 For opportunities valued at less than $25,000, ministries should consider using the ITQ for Services template. However, it is possible to provide the information verbally, such as by phone, in those situations where timelines are tight, the opportunity is small, and the potential suppliers are few. Phone quotes or other forms of comparison shopping may also be used to acquire goods valued at less than $5,000 and services valued at less than $25,000. At least three vendors should be contacted and ministries are expected to keep a record of the information discussed with the vendor over the phone, including: a description of goods or services ministries are looking for; the preferred schedule; dates the contractor is available or delivery of goods is required; insurance or WCB requirements; and pricing, including unit prices, lump sum, and hourly/daily rate and/or estimated project hours/days and/or total estimated project price. When can I use an ITQ for Services instead of an RFP? The ITQ for Services template can be used only when the required service can be defined to a point that price is the only variable. If the evaluation process will include more evaluation criteria than price, the RFP is the appropriate tool. How should an ITQ be advertised? An ITQ for potential service contracts valued at $100,000 or more must be posted on BC Bid. As BC Bid is easily accessible by both ministries and vendors, it is recommended that all ITQs for services with a value of more than $25,000 be posted on BC Bid. When a pre-qualified list of bidders has been established, the ITQ can be forwarded directly to these bidders, rather than being posted on BC Bid. For opportunities valued at less than $25,000, the ITQ can be forwarded to known potential bidders or phone quotes (or quotes via e-mail) can be obtained from a minimum of three vendors. If ministries would like to solicit quotes through BC Bid’s electronic bidding service, contact PSB or check the BC Bid website. 5.7 Request for Proposals (RFP) When should an RFP be used? The RFP solicitation method is used when government wants to review and implement different and new solutions to a problem, project, or business process. The RFP document provides proponents with an Purchasing Handbook: A Guide to Acquiring Goods and Services 34 overview of the perceived or expected requirements. It does not give a detailed project plan, as it is expected that this is what the proponent will develop and explain in their response to the RFP. The proposal will then be evaluated to determine if the proponent has the necessary understanding of government’s needs so as to deliver a completed project in accordance with such needs. The evaluation will be based on several criteria, including price. Other criteria will be used to evaluate additional aspects of the proposal, such as the quality of the proposed solution and the qualifications of the proposed team. In recognition of the substantial investment that proponents often make in preparing their responses to RFPs, ministries should not issue RFPs unless they have established a clear intent to issue a contract and a funding source exists. Preparing a proposal may be expensive for a vendor, so it is important to ensure that the cost of preparing a submission is not excessive in relation to the business opportunity. If vendors view the process as too costly in relation to the potential contract, the RFP may not result in identifying a qualified supplier. In addition, vendors interested in submitting a proposal need to know that they all have an equal opportunity to win the business. What can go wrong with an RFP process? If a proponent challenges the legality of an RFP process, government must rely on the terms and conditions built into the RFP template as part of the response to the proponent. Therefore, changing the wording in these templates may remove some of the protective language developed by Legal Services Branch, and create risk and potential liability to government. If ministries believe that something in the templates is not applicable to their project, advice should be sought from Legal Services Branch or PSS before changes are made. In addition, ministries should avoid taking any actions or making any decisions during an RFP process that could be construed as providing an unfair advantage to any proponent, as legal proceedings could result. If the evaluation process stated in the RFP document is not followed, the ministry responsible may find itself being challenged by unsuccessful proponents. Does an RFP create a contractual obligation? Yes, a Contract A (bid contract) is created between the Province and any proponent who submits a compliant proposal in response to an RFP. At the end of the solicitation process, a Contract B (performance contract) is established between the Province and the successful proponent. Purchasing Handbook: A Guide to Acquiring Goods and Services 35 Is there a standard RFP template? Yes, a Request for Proposals (RFP) Template has been developed to accommodate a wide range of projects, usually of significant value, complexity, and risk. The terms and conditions included in this template reflect the common law of contracts as it applies to an RFP. The RFP template is colour-coded to allow ministries choices and options when completing it. The RFP template is available on the Purchasing Services Branch website (http://www.pss.gov.bc.ca ). The RFP template has been designed for use with various formats of the General Service Agreement and with custom contracts. The template provides for following three contracting format options. The General Service Agreement, without additional schedules. In this situation, the RFP template will reference the standard agreement. The General Service Agreement, with additional schedules. In this situation, the General Service Agreement and any included schedules, will be included as part of the RFP document. (Completion instructions for the General Service Agreement are available at http://pss.gov.bc.ca/psb/gsa/gsa_index.html.) A custom contract, with necessary advice from Risk Management Branch, Legal Services and Privacy Protection. In this situation, applicable contract clauses will be included in the RFP document. It is important to remember that an RFP process normally results in the establishment of a Contract A (bid contract) between the Province and any proponent who submits a compliant proposal, and that the RFP document defines the terms and conditions for the bid contract. The extent of information required by the current RFP templates is necessary to clearly define and limit the obligations of the Province and define the obligations of any proponents. Although RFP templates may appear long and technical, they are not difficult to complete. The challenge is to develop an RFP document that clearly defines ministry requirements while ensuring that the effort to respond is not too costly in comparison to the value of the contracting opportunity. For example, if an opportunity is not complex and of small value, requesting a short written proposal, supplemented by interviews or presentations from proponents, may be more efficient and just as effective as a lengthy, written proposal. Purchasing Services Branch (PSB) and Strategic Acquisitions and Technology Procurement Branch (SATP) can advise ministries on how to streamline their RFP process to make it easier for vendors to respond Purchasing Handbook: A Guide to Acquiring Goods and Services 36 while still maintaining an effective process that protects the interest of the Province. What information should be included in an RFP? The scope and detail included in an RFP should reflect the complexity, significance, and risk of the procurement opportunity. An RFP describes the program or requirement for which the ministry would like proposals and it lays out the criteria that will be applied to the submission and evaluation of proposals. An RFP will become more detailed and complex, and the level of detail required in responses will increase, as the opportunity increases in value and complexity. Proponents should be provided with all information relevant to the requirement, including: location of ministry or client site(s); restrictions on the scope of work; deliverables or outcomes; risk and critical success factors; performance standards; governing legislation; reporting requirements; and information that some proponents may have already had access to. An RFP must also describe the terms and conditions of the RFP process, including the mandatory and desirable criteria that will be applied to evaluate the submissions received. What are mandatory criteria? Mandatory criteria are requirements that a proposal must meet in order for it to be considered. In an RFP process, generally, mandatory criteria are either met or not—there is no grey area. Therefore, mandatory criteria should be objective and are normally answered with a ‘yes’ or a ‘no’. Mandatory requirements can be both project-related (e.g., academic qualifications, specific type of equipment or technology) or administrative (e.g., specific number of proposal copies submitted by a specific time, to a specific location, in a specific format). The more mandatory requirements there are, the more likely an otherwise satisfactory, and possibly winning, proposal will fail the mandatory test and be disqualified. Therefore, the number of mandatory requirements should be kept, whenever possible, to the bare minimum. Purchasing Handbook: A Guide to Acquiring Goods and Services 37 What are desirable criteria? The desirable criteria reflect what the proposals are being evaluated and compared against. Desirable criteria can usually be broken down into three key areas: solution, proponent capability, and price. An RFP should describe the desirable criteria, including relative weightings, which will be applied in evaluating responses. The evaluation criteria will be different for each RFP document, reflecting the individual needs and priorities of each project. When it comes to evaluating submissions, these stated criteria are the only criteria upon which ministries can base their decision (i.e., it is important not to have any hidden criteria). Although a detailed point breakdown need not be included in your RFP, it is advisable to include it and, at a minimum, it should be prepared before ministries look at any submissions received. If ministries have gone through a pre-qualification process and issued the RFP only to pre-qualified suppliers, ministries may choose not to include proponent qualifications as part of evaluation criteria. Alternatively, they may assign it a lower weighting. Before developing evaluation criteria, ministries need to decide how to evaluate price. PSB and SATP are available for advice on options for evaluating price, including whether or not to include a budget amount in the RFP. What are minimum scores? Minimum scores, which may also be called upset scores, are set out in the RFP for all or a subset of the desirable criteria. Note: As a general guideline, pricing criteria does not have a minimum score. If a proposal does not achieve any of the minimum scores defined in the RFP, the proposal can no longer be considered. The use of minimum scores prevents a situation where the best overall score has actually failed in a critical component of the desirable criteria. How should responses be evaluated to ensure fairness? During the evaluation process, it is important to treat all proponents fairly and to evaluate their proposals in accordance with the process described in the RFP document. Ministries should keep notes explaining each score assigned during the evaluation process. Only the information provided in the proposal may be included in the evaluation process. Consideration of additional information that is known to the evaluators, but not presented in the proposal, would be unfair to the other proponents. The first step is to evaluate each proposal for compliance with the mandatory criteria. Any proposal not fully meeting every one of the Purchasing Handbook: A Guide to Acquiring Goods and Services 38 mandatory criteria must be rejected without further consideration. After the mandatory criteria have been evaluated, those proposals that meet all mandatory criteria are assessed against the desirable criteria. The proposal that demonstrates the best overall project solution, qualifications, and price (the aggregate highest score) wins the contract subject to negotiation of outstanding issues. The following table presents a format that can be used to evaluate proposals, and accumulate and compare scores. Mandatory Criteria Weighting Available Points 0% 0 Required number of copies Yes/No Project team lead has required professional credentials Yes/No Desirable Criteria 100% 200 Suitability of solution 40% 80 Consistency of solution with program goals 30 Creativity of proposal 25 Implementation plan 25 Price 35% 70 25% 50 Proponent A Proponent B Score = (lowest proposed price/this price x total marks) Company Background Experience 25 Team skills 25 TOTALS 100% Purchasing Handbook: A Guide to Acquiring Goods and Services 200 39 Ideally, everything from the proposal can be written into a standard government contract and the proponent will readily sign. However, if the best proposal is deficient in terms of the desirable criteria or it is not a workable solution, ministries should announce that the RFP process has concluded and no suitable proposal was received. If, however, the details that have to be worked out are relatively minor (e.g., fine-tuning the scope, schedule, or project plan), ministries can proceed to negotiation of a contract with the proponent. The requirements as stated in the RFP should not change significantly during the contract negotiation stage or unsuccessful proponents could reasonably claim they would have submitted a different proposal had they known this was what the ministry really wanted. Is a debriefing required? A vendor debriefing for unsuccessful proponents should be offered as a last step in the RFP process. The purpose of a debriefing is to provide feedback to proponents on where they did well, where their proposal was weak, and how they could improve future proposals. A debriefing process is not an opportunity for unsuccessful proponents to provide additional information, request a second evaluation process, or find out how their proposal compared to others. It is also not an appeal process, although it may be the first step in the Vendor Complaint Review Process. Information on this process is available in Chapter 6 – Core Policy and Procedures Manual and from the Procurement Governance Office. The debriefing process should take place as soon as possible after the RFP process has concluded. Materials may be prepared for the debriefing. These materials are accessible under the Freedom of Information and Protection of Privacy Act and should be developed with the knowledge that they are likely to be released. The individual conducting the debriefing process should be someone who was involved in the evaluation process; most often, this is the evaluation committee chair. For specific guidance on what can and cannot be released during a debriefing, contact your ministry procurement specialist or PSS staff (at either PSB or SATP). Debriefings should be conducted with one vendor at a time to ensure the privacy of their information and proposal. At the beginning of each debriefing, the purpose and limitations to the debriefing process should be explained to the proponent. Rather than the ministry presenting reasons and rationale to vendors, the debriefing process should be led by questions from the vendor that the ministry answers to the extent that it does not compromise other vendor information. On occasion, the successful proponent may also request a debriefing as an opportunity to learn from the process. Purchasing Handbook: A Guide to Acquiring Goods and Services 40 Is additional information on preparing RFPs available? PSS has developed a document, Ministry Guide to the Request for Proposals Process, which provides step-by-step guidance on preparing an RFP and includes examples of related documents, including: a release of information checklist; a sample letter to an unsuccessful proponent; a draft agenda for the Proponents’ Meeting; and a sample newspaper ad. 5.8 Choosing a Pre-Award Strategy Information Gathering Tools The following table provides general guidance on when an RFI, an RFEI, or an RFQ should be used to obtain information needed to develop a solicitation strategy. RFI RFEI RFQ Information Required General vendor or product information X Information on vendor interest in opportunity X Information on vendor capability/qualifications X Pre-qualified suppliers' list desired X X Price-Based Solicitation Tools The ITQ is the standard tool used by government for solicitations that are evaluating only on price. The following table summarizes when the standard ITQ template should be used and when an informal ITQ process (verbal request for quotes) is appropriate. The table also identifies when posting on BC Bid or an NOI is mandatory, recommended, or optional. Evaluation is based only on price Services/Construction > $100,000 Services/Construction > $25,000 and <$100,000 ITQ Template R R Purchasing Handbook: A Guide to Acquiring Goods and Services ITQ Informal Post on BC Bid NOI if direct award M M R M>$50K, R>$25K 41 Evaluation is based only on price Services/Construction < $25,000 ITQ Template ITQ Informal Post on BC Bid NOI if direct award O R R O Goods < $5,000 R O Goods > $5,000* R R O Goods > $25,000* R M M Note: M = Mandatory; R = Recommended; O = Optional; * = PSB Only Solution-Based Solicitation Tools The following table provides general guidance on the most appropriate RFP tool to use when soliciting responses which will be evaluated against multiple criteria. The table also identifies when posting on BC Bid or an NOI is mandatory, recommended, or optional. The JSP (Joint Solutions Procurement) process is not reflected in this table due to its uniqueness. For information on whether the JSP process is appropriate for your procurement opportunity, contact SATP. Evaluation based on multiple criteria (may include solution, price, and vendor capability) RFP IT Services RFP Post on BC Bid NOI if direct award Services/Construction > $100,000 R M M Services/Construction > $25,000 to <$100,000 R R M>$50K, R>$25K Services/Construction R R O Goods < $5,000 R O O Goods > $5,000* R R O Goods < $25,000* R M M < $25,000 Information Technology < $100,000 R R M>$50K, R>$25K Information Technology > $100,000 not complex R M M M M Information Tech > $100,000 and complex Purchasing Handbook: A Guide to Acquiring Goods and Services 42 Evaluation based on multiple criteria (may include solution, price, and vendor capability) Alternative Service Delivery Opportunity Note: RFP IT Services RFP Post on BC Bid NOI if direct award O O M M M = Mandatory; R = Recommended; O = Optional; * = PSB Only 5.9 Contract Template This General Service Agreement (GSA) is the standard contract template used by government. The GSA replaced both the Service Contract (General) and the Service Contract (General) IT effective October 2005. The General Service Agreement, and appropriate schedules, contains the detailed terms and conditions necessary to protect the interests of the province. The contract form and related schedules are updated from time to time, so it is important to access the most current version of the GSA which is available at http://.gov.bc.ca/psb/gsa/gsa_index.html. The standard RFP template has been designed to work in conjunction with the GSA. If the most current version of the contract template is not used, there is a risk that the terms and conditions will not reflect the expectations of the most current case law. The language in the GSA and Schedules addresses issues of liability and indemnity, risk management, and ownership of intellectual property. If ministries have questions on any complex contracting issues, ministries should contact PSS, Legal Services Branch, Risk Management Branch, or the Intellectual Property Program (IPP), as appropriate. Refer to Section 6.0 for contact information. Legal Services Branch has developed the General Service Agreement for use with service opportunities under $100,000. Ministries are required by policy to use this template for service opportunities under $100,000. If this standard contract is not appropriate, ministries are required to work with Legal Services Branch to develop appropriate contract language, terms, and conditions. Ministries are also required to work with Legal Services Branch to develop specialized contracts for any contract opportunity valued at $100,000 or more. Use of the contractor’s contract form should be avoided as it is unlikely to contain the terms and conditions needed to protect the interests of the Province and to limit potential damages, should a problem arise. Purchasing Handbook: A Guide to Acquiring Goods and Services 43 6 CONTACTS The main branches within Procurement and Supply Services with responsibility for supporting government procurement activity are: Purchasing Services Branch, Strategic Acquisitions and Technology Procurement Branch, and IT Procurement Branch. Any branch can be contacted for advice and assistance related to the procurement process. The Procurement Governance Office is available to provide advice on the expectations of government procurement policy. Purchasing Services Branch (PSB) Phone: 250 387-7300 (Victoria) Email: purchasing.gov.bc.ca Website: http://www.pc.gov.bc.ca/ Strategic Acquisitions and Technology Procurement Branch (SATP) Phone: 250 387-1457 Email: [email protected] Website: http://www.saip.gov.bc.ca/satp/contacts.htm IT Procurement Branch Phone: 250 387-8545 Fax: 250 356-0303 E-mail: [email protected] Procurement Governance Office Phone: 250 356-8331 Fax: 250 356-6164 E-mail: [email protected] Website: http://www.fin.gov.bc.ca/ocg/pgo/pgo.htm In competing procurement opportunities and entering into contracts with vendors, ministries may want to obtain specific advice from staff at Legal Services Branch or staff at Risk Management Branch. The Purchasing Handbook: A Guide to Acquiring Goods and Services 44 Intellectual Property Branch is available for advice with respect to intellectual property rights that arise through many service contracts. Legal Services Branch, Ministry of Attorney General Contact your Client Service Coordinator Risk Management Branch, Ministry of Finance 250 356-1794 Procurement Governance Office, Ministry of Finance 250 356-8331 Intellectual Property Branch, Ministry of Management Services 250 356-5055 Purchasing Handbook: A Guide to Acquiring Goods and Services 45 7 GLOSSARY AND DEFINITIONS Bidder A vendor who responds to an Invitation to Quote (ITQ) by submitting a bid is referred to as a bidder. The vendor who is awarded the contract is referred to as the successful bidder. Contractor A contractor is a supplier to government who is providing goods or services subject to the terms and conditions of a contract with the Province. Most often, the term contractor is used to refer to a supplier of services. Corporate Supply Arrangement (CSA) A corporate supply arrangement (CSA) is an arrangement in which a supplier has offered to provide goods or services to one or more government or public sector entities for a specified period of time in accordance with agreed terms and conditions. The supplier can be external to government or the supplier can be a government program or office. Invitation to Quote (ITQ) Invitation to Quote (ITQ) refers to the process and document used in government to solicit bids or quotes from vendors for the provision of clearly specified goods or services. The bids received in response to an ITQ are evaluated on price only. Pre-qualification List A pre-qualification list is a list of potential suppliers who have been pre-qualified for a specific or future procurement opportunity. Proponent The term proponent refers to a vendor who responds to a Request for Proposals (RFP) by submitting a proposal. The successful proponent is the vendor who is selected from the competitive process to supply government with the goods or services required. Request for Expressions of Interest (RFEI) Request for Expressions of Interest (RFEI) refers to a process and document used in government to obtain information on the level of interest in a planned solicitation opportunity and may be used to pre-qualify vendors for an opportunity. It is often used when ministries know that a good or service is available but are not Purchasing Handbook: A Guide to Acquiring Goods and Services 46 sure if the vendor community is interested or available to compete on the opportunity. Request for Information (RFI) Request for Information (RFI) refers to a process and document used in government to obtain information to be used in developing a future solicitation opportunity. It is often used to obtain specific information about a product, service, or process, as well as the availability and performance of the goods or services. Request for Proposals (RFP) Request for Proposals (RFP) refers to the process and document used in government to solicit proposals from vendors which will be evaluated on price as well as other criteria, including vendor qualifications and the proposed solution. Request for Qualifications (RFQ) Request for Qualifications (RFQ) refers to the process used to prequalify suppliers who are interested in a current opportunity or for pre-qualifying suppliers who are interested in supplying goods or services in the future on an if, as, and when requested basis. Solicitation The act of obtaining bids, quotes, offers, or proposals. Supplier The term supplier is often used interchangeably with the term vendor. However, in the context of government procurement, a supplier is a vendor who has been selected through a procurement process to supply government with goods or services. Vendor In the context of government procurement, any party that is in the position of being able to sell goods or services to government (i.e., a potential supplier) is a vendor. Solicitation processes are designed to solicit bids and proposals from many vendors. Purchasing Handbook: A Guide to Acquiring Goods and Services 47 8 QUICK LINKS Agreement on Internal Trade (AIT) http://strategis.ic.gc.ca/epic/internet/inait-aci.nsf/en/Home BC Bid website http://www.bcbid.gov.bc.ca/open.dll/welcome BC Mail Plus website http://www..gov.bc.ca/bcmp/home.html BC Stats website http://www.bcstats.gov.bc.ca/ Workplace Technology Services (WITS) website https://workplacetechnologyservices.gov.bc.ca/ Core Policy and Procedures Manual http://www.fin.gov.bc.ca/ocg/fmb/manuals/CPM/06_Procurement.htm Corporate Information Management Branch website http://www.cio.gov.bc.ca/services/records/ Corporate Supply Arrangement website http://.gov.bc.ca/csa/csa.html Disposal Handbook http://www..gov.bc.ca/psb/pdfs/disposal_handbook.pdf Distribution Centre – Victoria (DC-V) Electronic Catalogue http://.online.gov.bc.ca/DCV/ Direct Access Standing Offer Agreement http://www..gov.bc.ca/dcv/corporate-supply.html Distribution Centre – Victoria website http://.gov.bc.ca/dcv/ Employee Travel website http://.gov.bc.ca/csa/categories/accommodation/search/ Financial Reporting and Advisory Services, Office of the Comptroller General http://www.fin.gov.bc.ca/ocg/fras/fras_contacts.htm Purchasing Handbook: A Guide to Acquiring Goods and Services 48 Freedom of Information and Protection of Privacy Act http://www.qp.gov.bc.ca/statreg/stat/F/96165_01.htm General Service Agreement http://.gov.bc.ca/psb/gsa/gsa_index.html iProcurement website http://www.cas.gov.bc.ca/Services/iProcurement/iProcurement.htm Ministry Fleet Coordinators http://www..gov.bc.ca/csa/categories/vehicle_service_centre_listings/fleet _coordinators.html Ministry Guide to the Request for Proposals Process http://www.pc.gov.bc.ca/data/docs/ministrguiderfpNov2005.doc Procurement Governance Office http://www.fin.gov.bc.ca/ocg/pgo/pgo.htm Procurement Services Act http://www.qp.gov.bc.ca/statreg/stat/P/03022_01.htm Product Distribution Centre (PDC) Electronic Shopping Cart http://.online.gov.bc.ca/pdc/ Product Distribution Centre (PDC) website http://.gov.bc.ca/pdc/ Purchase Card Manual http://www.fin.gov.bc.ca/ocg/fmb/manuals/PurchaseCard/manual/Table_ of_Contents.htm Purchasing Services Branch (PSB) website http://www..gov.bc.ca/psb/ Queen’s Printer website http://.gov.bc.ca/qp/ Request for Proposals Template http://www..gov.bc.ca/psb/docs/RFP.doc Risk Management Branch & Government Security Office website http://www.fin.gov.bc.ca/PT/rmb/contactus.shtml Strategic Acquisitions and Technology Procurement Branch (SATP) website http://www.saip.gov.bc.ca/satp/contacts.htm Purchasing Handbook: A Guide to Acquiring Goods and Services 49 APPENDIX A – CONTRACT AND PROCUREMENT LAW Contract law is complex. This appendix provides a brief summary of certain aspects of contract and procurement law. Five elements must be present for there to be an enforceable contract: 1. There is an OFFER and an ACCEPTANCE; 2. Both parties have the CAPACITY to contract; 3. CONSIDERATION (value) has been agreed upon; 4. There is INTENT by both parties to enter into a legally binding contract; and 5. The purpose of the contract is LEGAL. Effective procurement in the public sector is a balance between the principles of fair, open, and transparent procurement, business considerations, and the obligations imposed by law. A completed ministry procurement cycle results in an agreement between government and a third party for the provision of goods, services, or construction in exchange for some form of consideration. Common law with respect to contracts applies to both the final agreement and the competitive processes that led up to the final agreement. There has been a long series of legal cases, including Supreme Court of Canada cases, that have provided guidance on the basic contractual relationships created between a proponent and the Province. These relationships have been called the Contract A/Contract B situation. In the Province of British Columbia, a Tender (generally referred to as an Invitation to Tender (ITT)), an Invitation to Quote (ITQ), and a Request for Proposals (RFP) are all types of solicitation documents used to invite submissions from which a successful bidder, or successful proponent, is selected. The submission/receipt of a compliant tender, quote, or proposal creates a binding Contract A between the Province and every bidder. The only exception is where a bid/proposal is noncompliant or withdrawn prior to closing. The compliant bid/proposal submitted is an acceptance to the purchaser’s offer (solicitation) to enter into a Contract A (the bid contract) and it is also an offer by the bidder/proponent to enter into Contract B (which will be the actual performance contract; i.e., a service contract awarded to the winner). The existence of a Contract A means that the bidders/proponents have accepted the terms contained within the solicitation document and the rules cannot be changed without advising all potential bidders/proponents. Once the solicitation has closed, nothing can be added, deleted, or changed by either party (bids and proposals are Purchasing Handbook: A Guide to Acquiring Goods and Services 50 normally irrevocable after closing), except as may occasionally be provided for in the terms of the solicitation. If a change of any kind occurs after this time, it could be considered a breach of the Contract A (for example, a bid or proposal fails to address a particular mandatory selection criterion and the owner or purchaser disregards that omission and awards the contract to that bidder). There have been numerous cases over the years involving breaches of a Contract A by both the organization issuing the solicitation and the proponent. This legal process is designed to protect all parties (the purchaser and the bidders/proponents). Once the purchasing organization issues the solicitation with their particular rules on how the bidding process will be managed, they have to abide by these rules, as do the bidders/proponents. If a rule needs to be changed for some reason, this can be done prior to the solicitation process closing date with an amendment being issued to all bidders/proponents. The Contract B is the actual performance contract. This is the document that specifies that the contractor will perform the services or provide the goods; the payment process and amount; other specific schedules, such as risk management (insurance) and subcontracting; and the contract terms and conditions. Law of Competitive Processes The law of competitive bidding, which is also referred to as the law of tender, applies to tenders (which result in bids or quotes). It has also been extended to apply to the RFP process. In Canada, our law of competitive bidding has arisen from a series of provincial and Supreme Court of Canada decisions, which have defined the following principles: Upon the close of the solicitation, a Contract A generally arises between the Owner (the purchasing organization) and each of the bidders submitting a compliant bid or quote. The terms of a Contract A are to be found in the solicitation documents, including the instructions, the form (e.g., Tender, ITT, or RFP), and customs of trade. If an Owner deviates from the mandatory requirements of the solicitation documents, then the Owner may be liable in breach of contract (i.e., breach of Contract A) to the bidders (including the unsuccessful bidders). An Owner should accept only compliant bids. A compliant bid is one that meets the requirements specified in the Tender or ITQ, or the mandatory requirements in an RFP. If a bid does not strictly meet a requirement, Legal Services Branch should be Purchasing Handbook: A Guide to Acquiring Goods and Services 51 consulted to determine if it is a requirement that can be met by substantial compliance. In a Tender or ITQ, the requirements are clearly defined with price being the only variable, although work schedule and delivery may also be considerations. An RFP is used to seek a solution to a problem, where price will not be the only consideration, and may not be a consideration at all. An RFP will include both mandatory and desirable criteria, and each proposal that meets all of the mandatory criteria will result in the establishment of a Contract A (bid contract). Regardless of the form of solicitation document, unless the process is formally and properly amended, government is legally required to comply with the process, particularly the selection process, as defined in the solicitation documents. Therefore, government must comply with the selection criteria, including weightings, which are described in the solicitation documents. Requests for Information (RFI) and Requests for Expressions of Interest (RFEI) are generally not designed to result in the establishment of a Contract A, as there is usually no intention that these information gathering processes will lead to the awarding of a Contract B (performance contract). Requests for Qualifications (RFQ) can be used either to gather information or to establish a pre-qualified list of vendors, which may be used to directly award a performance contract. A Request for Corporate Supply Arrangement is another type of solicitation. It results in a standing supply arrangement offer provided by a supplier, which can be accessed by ministries and other public sector agencies, to acquire specified goods or services directly from a supplier on an 'as and when' requested basis at a pre-determined price. When government accesses the standing supply arrangement offer, it constitutes the contract (i.e., there is no bid contract, only a performance contract). Purchasing Handbook: A Guide to Acquiring Goods and Services 52 Planning Phase APPENDIX B – PROCUREMENT PROCESSES AND TOOLS Program identifies a need for goods or services to support program delivery. Can the goods or services be sourced through an established Corporate Supply Arrangement (CSA)? Yes Access External CSAs through iProcurement and Internal CSAs through appropriate office. Yes Issue a Request for Information (RFI) or a Request for Expressions of Interest (RFEI). Yes Issue a Request for Qualifications (RFQ). No Undertake a solicitation process that ensures fair and open competition, is appropriate to the results desired, and reflects the risks/complexity of the procurement transaction. No Select the supplier best meeting the criteria defined in the solicitation documents. Pre-Award Phase No Is more information required on the types and availability of required goods or services? No Will it be efficient to pre-qualify suppliers before competing the opportunity? No Can the contract be directly awarded? (e.g., under policy thresholds for competitive process, emergency situation, sole supplier). Yes Is a Notice of Intent (NOI) Required? Yes Yes Does the Notice of Intent result in a challenge? No Award the contract. Award Phase Purchasing Handbook: A Guide to Acquiring Goods and Services 53
© Copyright 2026 Paperzz