draft_rfso_-_interpretation_-_en

advertisement
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
DRAFT REQUEST FOR STANDING OFFER (RFSO)
FOR PARLIAMENTARY AND CONFERENCE
INTERPRETATION SERVICES IN OFFICIAL LANGUAGES
FOR THE TRANSLATION BUREAU
Page 1 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
TABLE OF CONTENTS
PART 1 – GENERAL INFORMATION ........................................................................................................... 5
1.1
INTRODUCTION........................................................................................................................................... 5
1.2
GLOSSARY ................................................................................................................................................. 5
1.3
SUMMARY .................................................................................................................................................. 6
1.4
SECURITY REQUIREMENTS ........................................................................................................................ 7
1.5
DEBRIEFING ............................................................................................................................................... 7
PART 2 – INSTRUCTIONS FOR OFFERORS .............................................................................................. 8
2.1
STANDARD INSTRUCTIONS, CLAUSES AND CONDITIONS ........................................................................... 8
2.2
SUBMISSION OF OFFERS............................................................................................................................ 8
2.3
FORMER PUBLIC SERVANTS....................................................................................................................... 8
2.4
ENQUIRIES – REQUEST FOR STANDING OFFERS ..................................................................................... 8
2.5
APPLICABLE LAWS ..................................................................................................................................... 9
2.6
VOLUMETRIC DATA .................................................................................................................................... 9
PART 3 – OFFER PREPARATION INSTRUCTIONS................................................................................. 10
3.1
OFFER PREPARATION INSTRUCTIONS ..................................................................................................... 10
4.1
EVALUATION PROCEDURES ..................................................................................................................... 12
4.2
BASIS OF SELECTION............................................................................................................................... 14
ATTACHMENT 1 TO PART 4 ....................................................................................................................... 15
ATTACHMENT 2 TO PART 4 ....................................................................................................................... 16
ATTACHMENT 3 TO PART 4 ....................................................................................................................... 17
PART 5 – CERTIFICATIONS ........................................................................................................................ 18
5.1
CERTIFICATIONS REQUIRED WITH THE OFFER......................................................................................... 18
5.2
CERTIFICATIONS PRECEDENT TO ISSUANCE OF A STANDING OFFER ..................................................... 18
5.3
ADDITIONAL CERTIFICATIONS PRECEDENT TO ISSUANCE OF A STANDING OFFER ................................. 18
PART 6 – SECURITY REQUIREMENTS ..................................................................................................... 20
6.1
SECURITY REQUIREMENTS ...................................................................................................................... 20
PART 7 – STANDING OFFER AND RESULTING CONTRACT CLAUSES ............................................ 21
STANDING OFFER ........................................................................................................................ 21
A.
7.1
OFFER ...................................................................................................................................................... 21
7.2
SECURITY REQUIREMENTS ...................................................................................................................... 21
Page 2 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
7.3
STANDARD CLAUSES AND CONDITIONS ................................................................................................... 21
7.4
TERM OF STANDING OFFER .................................................................................................................... 22
7.5
AUTHORITIES ........................................................................................................................................... 22
7.6
PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ......................................... 23
7.7
IDENTIFIED USERS ................................................................................................................................... 23
7.8
CALL-UP PROCEDURES............................................................................................................................ 24
7.9
CALL-UP INSTRUMENT ............................................................................................................................. 27
7.10
LIMITATION OF CALL-UPS ......................................................................................................................... 28
7.11
FINANCIAL LIMITATION ............................................................................................................................. 28
7.12
PRIORITY OF DOCUMENTS ....................................................................................................................... 28
7.13
CERTIFICATIONS ...................................................................................................................................... 28
7.14
APPLICABLE LAWS ................................................................................................................................... 29
7.15
CANCELLATION OR AMENDMENT OF A CALL-UP ...................................................................................... 29
7.16
TRAVEL AND LIVING EXPENSES ............................................................................................................... 30
7.17.1 DEFINITIONS OF NATIONAL ZONE, REGIONS AND METROPOLITAN AREAS ............................................... 30
7.18. CLOSURE OF GOVERNMENT OFFICES...................................................................................................... 30
7.19 CHANGES TO THE PROGRAM OF EVENTS, ELECTIONS, PROROGATION OR SUSPENSION OF HOUSE OF
COMMONS OR SENATE BUSINESS (APPLIES TO STREAM C – PARLIAMENTARY EVENTS) ................................. 30
B.
CALL-UP CLAUSES ...................................................................................................................... 32
7.1
STATEMENT OF W ORK............................................................................................................................. 32
7.2
STANDARD CLAUSES AND CONDITIONS ................................................................................................... 32
7.3
TERM OF CONTRACT ................................................................................................................................ 32
7.4
PROACTIVE DISCLOSURE OF CONTRACTS WITH FORMER PUBLIC SERVANTS ......................................... 32
7.5
PAYMENT ................................................................................................................................................. 32
7.6
INSURANCE REQUIREMENTS .................................................................................................................... 33
ANNEX A STATEMENT OF WORK............................................................................................................ 34
ANNEX B QUALITY STANDARDS ............................................................................................................. 41
ANNEX C BASIS OF PAYMENT ................................................................................................................. 43
ANNEX D SECURITY REQUIREMENTS CHECKLIST (SRCL) ............................................................... 45
ANNEX E DEFINITIONS OF NATIONAL ZONE, REGIONS AND METROPOLITAN AREAS ............. 46
ANNEX F INFORMATION ON TRAVEL AND LIVING EXPENSES ........................................................ 49
ANNEX G REQUEST FOR AVAILABILITY FORM ................................................................................... 52
Page 3 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX H ACCREDITATION EXAM ........................................................................................................... 54
ANNEX I TECHNICAL EVALUATION GRID FOR THE ACCREDITATION EXAM ................................ 56
ANNEX J PROTOCOL AND OPERATING STANDARDS FOR IDENTIFIED USERS AND
OFFERORS .................................................................................................................................................... 57
ANNEX K DESCRIPTION OF THE COURSE ON PARLIAMENTARY INTERPRETATION ................. 59
ANNEX L QUARTERLY REPORT .............................................................................................................. 61
Page 4 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 1 – GENERAL INFORMATION
1.1
Introduction
The Request for Standing Offer (RFSO) is divided into seven parts, plus attachments and annexes, as
follows:
Part 1
General information: Provides a general description of the requirement.
Part 2
Instructions for Offerors: Provides the instructions applicable to the clauses and
conditions of the RFSO.
Part 3
Offer preparation instructions: Provides Offerors with instructions on how to prepare their
offer to address the evaluation criteria specified.
Part 4
Evaluation Procedures and Basis of Selection: Indicates how the evaluation will be
conducted, the evaluation criteria to be met and the Basis of Selection.
Part 5
Certifications: Includes the certifications to be provided.
Part 6
Security, financial and insurance requirements: Includes specific requirements that must
be met by Offerors.
Part 7
7A, Standing Offer, and 7B, Resulting contract clauses:
7A, includes the Standing Offer containing the Offeror’s offer and the applicable clauses
and conditions.
7B, includes the clauses and conditions that will apply to any contract resulting from a
call-up against the Standing Offer.
1.2
Glossary
Joint venture: An association of two or more parties who combine their money, property, knowledge,
expertise or other resources in a single joint business, sometimes referred to as a consortium, to bid
together on a requirement.
Call-up against a Standing Offer: Call-up issued by identified users in accordance with the terms and
conditions of the SO. A separate contract is created each time a call-up is issued against a standing offer.
When a call-up is issued, the terms and conditions are already in place, and acceptance by Canada of
the Contractor’s offer is unconditional. Canada’s liability shall be limited to the actual value of the call-ups
issued within the period specified in the SO.
Request for Standing Offer (RFSO): A solicitation used to obtain standing offers. The RFSO must
clearly state the requirement, evaluation method and basis of selection, call-up procedures, ranking
methodologies, if applicable, to be used for issuing call-ups against the authorized standing offers, and all
terms and conditions applicable to contracts resulting from call-ups.
Contractor: (1. General) Any person who participates in a contract. (2) Any person who agrees to
perform work or provide materials under a contract.
FOB destination: FOB stands for “free on board”. It is used in contracts when delivery is at destination
and the contractor is responsible for all delivery and administration charges, costs and risks of transport,
and customs clearance, including the payment of customs duties and applicable taxes.
Request for Availability Form: Template used by Canada to request the availability of resources from
Offerors for a specific requirement.
Page 5 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Procurement Business Number (PBN): Unique identifier assigned to each provider upon registering
with the Supplier Registration Information service on the buyandsell.gc.ca website. This number is based
on the nine-digit business number used by the Canada Revenue Agency to identify a provider for tax
matters related to business in Canada.
Goods and Services Identification Number (GSIN): A goods and services categorization system used
within PWGSC. This system is used in conjunction with the Federal Supply Classification Code (FSCC).
Offeror: A person or entity (or persons or entities in the case of a joint venture) submitting an offer to
supply goods and/or services to clients on request. It does not include the parent, subsidiaries or other
affiliates of the Offeror, or its subcontractors.
Standing Offer (SO): An offer from a provider to provide goods and/or services to clients at a
pre-arranged rate or pricing basis and in accordance with defined terms and conditions for a specific
period.
Government Electronic Tendering System (GETS): The service used by the federal government to
post notices (e.g. notices of proposed procurement, contract award notices and advance contract award
notices) and distribute bid documents. This service is provided through buyandsell.gc.ca/tenders, which is
the official site for Canada to meet its trade agreement obligations and the authoritative and first source
for Government of Canada tenders. For more information on GETS, consult the Tenders minisite or call
the buyandsell.gc.ca telephone support line at 1-855-886-3030.
1.3
Summary
(i)
The Translation Bureau (Bureau) is a Special Operating Agency (SOA) that is part of Public
Works and Government Services Canada (PWGSC). The Bureau is responsible for providing
support to the Government of Canada in its efforts to serve and inform Canadians in the official
language of their choice.
The Bureau fulfills its mission by providing, among other things, interpretation services to
Parliament, the judiciary and federal departments and agencies in official, foreign, Aboriginal and
visual languages.
The Bureau, in collaboration with PWGSC’s Acquisitions Branch (AB), is launching an RFSO
process to issue SOs to qualified Interpretation Service Providers (ISPs) to meet its
Parliamentary and conference interpretation needs in official languages.
This RFSO consists of three streams (A, B and C).
Stream A (generic events) refers to conference interpretation services for general events that do
not involve high-ranking people in Canada or abroad. A high-ranking person can be a head of
state, a prime minister, a minister, a deputy minister, a speaker, an MP, a diplomat, a judge or
any other person occupying an equivalent position. Generic events are not of interest to
journalists and should not make the news.
Stream B (high stakes events) refers to conference interpretation services for public events
involving very high stakes. These events involve one or more high-ranking people from Canada
or abroad. A high-ranking person can be a head of state, a prime minister, a minister, a deputy
minister, a speaker, an MP, a diplomat, a judge or any other person occupying an equivalent
position. High stakes events may be of interest to journalists and can be featured in the news.
Stream C (Parliamentary events) refers to simultaneous Parliamentary interpretation services for
events involving the Parliament of Canada with issues that are generally considered to be of
medium to high interest.
Page 6 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
(ii)
Offerors may qualify for one or more streams. To qualify, Offerors must meet the mandatory
technical criteria and all requirements in the RFSO.
(iii)
To respond to the RFSO, Offerors must download the RFSO response forms on GETS.
(iv)
The Identified Users (IUs) for this requirement will be PWGSC’s Translation Bureau and AB’s
Linguistic Services Division.
(v)
The SO will remain valid for a period of one year from the date of issuance.
(vi)
As per the Integrity Provisions under Section 1 - Standard Instructions 2006 and 2007, Offerors
must provide a list of all owners and/or directors and all other associated information, as required.
For more information on Integrity Provisions, see section 4.21 of the Supply Manual.
(vii)
The requirement is subject to the provisions of the Agreement on Internal Trade (AIT).
(viii)
A new notice will be posted once a year on GETS to replace the present standing offers.
1.4
Security requirements
There are no security requirements for this SO.
However, as a need may include security requirements, Canada asks that Offerors indicate the security
clearance of all proposed resources. Offerors must provide this information on the RFSO response form –
Section I.
It is important that Offerors promptly contact PWGSC’s Canadian and International Industrial Security
Directorate (CIISD) to obtain the required security clearance.
For more information on personnel and organization security screening, Offerors should refer to
PWGSC’s Industrial Security Program (ISP) (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html).
1.5
Debriefing
Offerors may request a debriefing on the results of the RFSO process. Offerors must submit the request
by email to the SO Authority within 15 working days following the receipt of the results for the RFSO
process. The debriefing will be provided in writing by email.
Page 7 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 2 – INSTRUCTIONS FOR OFFERORS
2.1
Standard instructions, clauses and conditions
All instructions, clauses and conditions identified in the RFSO by number, date and title are set out in
PWGSC’s Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-andguidelines/standard-acquisition-clauses-and-conditions-manual).
Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO
and accept the clauses and conditions of the SO and call-up(s).
Document 2006 (2015-07-03) Standard Instructions – Request for Standing Offers – Goods or Services –
Competitive Requirements, is incorporated by reference into and forms part of the RFSO.
Subsection 5.4 of document 2006, Standard Instructions – Request for Standing Offers – Goods or
Services – Competitive Requirements, is amended as follows:
Delete:
60 days
Insert:
180 days
2.2
Submission of offers
Offers must be submitted only to the PWGSC Bid Receiving Unit by the date, time and place indicated on
page 1 of the RFSO.
Due to the nature of the RFSO, transmission of offers by facsimile to PWGSC will not be accepted.
2.2.1
Firm per diem rates
Offerors must propose firm per diem rates that will be valid for one year from the date of issuance of the
SO.
2.3
Former public servants
Contracts with former public servants in receipt of a pension or of a lump sum payment must bear the
closest public scrutiny and reflect fairness in spending public funds. In order to comply with Treasury
Board policies and directives on contracts awarded to former public servants, Offerors must provide the
information required in the RFSO response form – Section I before the issuance of an SO. If the answer
to the questions and the information required have not been received by the time the evaluation of offers
is completed, Canada will inform the Offeror of a time frame within which to provide the information.
Failure to comply with Canada’s request and meet the requirement within the prescribed time frame will
render the bid non-responsive.
2.4
Enquiries – Request for Standing Offers
All enquiries must be submitted in writing to the SO Authority no later than 10 calendar days before the
RFSO closing date. Enquiries received after that time may not be answered.
Offerors should reference as accurately as possible the section number of the RFSO to which the enquiry
relates and explain each question in sufficient detail in order to enable Canada to provide an accurate
answer. Technical enquiries that are of a proprietary nature must be clearly marked “proprietary” at each
relevant item. Items identified as “proprietary” will be treated as such except where Canada determines
that the enquiry is not of a proprietary nature. In this case, Canada may edit the questions or request that
Offerors do so to eliminate the proprietary nature of the question and disseminate the answer to all
Page 8 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Offerors. Enquiries not submitted in a form that can be distributed to all Offerors may not be answered by
Canada.
2.5
Applicable laws
The SO and any contract resulting from the SO must be interpreted and governed, and the relations
between the parties determined, by the laws in force in Ontario.
Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their
choice without affecting the validity of their offer by deleting the name of the Canadian province or
territory specified and inserting the name of the Canadian province or territory of their choice. If no
change is made, it is acknowledged that the applicable laws specified are acceptable to the Offerors.
2.6
Volumetric data
The data below is provided to the Offerors to help them in the preparation of their offers. However,
Canada does not warrant that the data are complete or free from error.
The data shall not constitute an agreement by Canada in terms of interpretation services. They are
provided for information purposes only.
The data refer only to the Bureau and do not reflect the Government of Canada’s overall demand for
interpretation in the official languages.
The following table includes the volume of work assigned to contractors in the Bureau’s inventory in
2014–2015 (April 1 to March 31).
Volumetric data
Stream
Number of days of interpretation or events worked
by contractors
Conference interpretation
Stream A – Generic events
889 events
(average of 3 days of interpretation per event)
Stream B – High stakes events
121 events
(average of 3 days of interpretation per event)
Parliamentary interpretation
Stream C – Parliamentary events
1,105 days of interpretation
(average of 3 events per day)
Page 9 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 3 – OFFER PREPARATION INSTRUCTIONS
3.1
Offer preparation instructions
Canada requests that Offerors submit their offer in separately bound sections as follows:
Section I: 3 paper copies and 1 electronic copy on CD, DVD or USB key



Technical offer
Certifications
Additional information
Section II: 1 paper copy

Financial offer
If there is a discrepancy between the wording of the electronic copy and the paper copy, the wording of
the paper copy will have priority over the wording of the electronic copy.
Rates must appear in the financial offer only. No rates are to be indicated in any other section of the offer.
Canada requests that Offerors follow the format instructions described below in the preparation of their
offer:
i.
Section I
Offerors must use the RFSO response form – Section I to submit technical offers, certifications
and required additional information.
ii. Section II
Offerors must use the RFSO response form – Section II to submit financial offers.
RFSO response forms are available on GETS.
To use these forms, Offerors must download them on their computer.
PC

Place your cursor on the file to download and right-click.

Select “Save Target As…” or “Save Link As...”

Select where you want to save the file on your computer (location and/or folder).

Click “Save.”
Mac

Press the Control (Ctrl) key and click on the file you would like to download.

When the option menu appears, select “Download link to disk” or “Download linked file.”

Select where you want to save the file on your computer (location and/or folder). Your computer
will begin downloading once you have selected the file.
The forms are only available in Portable Document Format (PDF). To use PDF forms, Offerors must
download Acrobat Reader. Please note that this software is free to download on the Internet. It is
Page 10 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
recommended that the most recent version of the software be downloaded to access all functionalities of
the interactive forms.
Page 11 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 4 – EVALUATION PROCEDURES AND BASIS OF SELECTION
4.1
Evaluation procedures
a)
Offers will be assessed in accordance with all requirements in the RFSO, including the technical
and financial evaluation criteria.
b)
An evaluation team composed of representatives of Canada will evaluate the offers.
c)
A separate evaluation team will assess the financial and technical offers.
d)
Offers will be evaluated in accordance with the procedures described below. Canada reserves
the right to conduct steps of the evaluation in parallel. Offers must pass all the steps of the
evaluation to be declared responsive.
e)
Reference check
i.
Canada reserves the right to check references to verify the accuracy of the information
provided by the Offeror.
ii.
If Canada checks references, the checking will be done by email. Canada will send all email
reference check requests to contacts supplied by the Offeror on the same day. The
references will have 5 working days from the date of the sending of the email to reply.
Canada will not consider that a mandatory criterion has been met and will not award any
points if responses are received after the deadline has passed.
iii. On the third working day after sending out the emails, if Canada has not received a response,
Canada will notify the Offeror by email to allow the Offeror to contact his or her reference
directly to ensure that the reference responds to Canada within 5 working days. If the named
individual is unavailable during the evaluation period, the Offeror may provide the name and
contact information of an alternate contact from the same client. Offerors will only be provided
with this opportunity once for each client, which means that the Offeror cannot submit the
name of another person if the originally named individual indicates that he or she does not
want to reply or is unable to do so. The period of 5 working days will not be extended to allow
the new person to respond.
iv. Wherever information provided by a reference differs from the information supplied by the
Offeror, the information supplied by the reference will be the information evaluated.
v.
Canada will not consider that a mandatory criterion has been met:
(A) if the reference cannot provide the information requested or refuses to do so; and
(B) if the reference works for an affiliate or other entity that does not deal at arm’s length with
the Offeror.
Page 12 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
4.1.4
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Mandatory technical criteria
Each offer will be reviewed for compliance with the mandatory requirements of the RFSO. All elements of
the RFSO that are mandatory requirements are identified specifically with the words “must” or
“mandatory.” Offers that do not comply with each and every mandatory requirement will be declared
non-responsive and be disqualified.
Mandatory technical criteria are described in Attachments 1 to 3 to Part 4.
(a)
Offerors may register for one or all of the following streams:
i.
ii.
iii.
Stream A – Generic events
Stream B – High stakes events
Stream C – Parliamentary events
(b)
For Stream A – Generic events, Offerors must comply with the requirements found in
Attachment 1 to Part 4.
(c)
For Stream B – High stakes events, Offerors must comply with the requirements found in
Attachment 2 to Part 4.
(d)
For Stream C – Parliamentary events, Offerors must comply with the requirements found in
Attachment 3 to Part 4.
4.1.2
Financial criteria
Financial offers that do not meet the financial criteria below will be declared non-responsive.
The financial evaluation will be carried out using the firm per diem rates indicated in the offers.
The rates will be evaluated in Canadian dollars, excluding applicable taxes, FOB destination, including
Canadian customs duties and excise taxes.
A separate financial evaluation will be conducted for each workstream.
For each workstream, Canada will calculate a range of rates. The range of rates will be calculated using
the MEDIAN function in Microsoft Excel and with the firm per diem rates proposed by Offerors. The
median is the middle value of a set of rates. If the set consists of an even number of rates, the MEDIAN
function will calculate the average of the two middle rates. The range of rates will correspond to the
median -30% and +20%.
For an offer to be declared responsive in a workstream, the Offeror must propose a firm per diem rate
within the range of rates.
Page 13 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Example
Name of
Offeror
Stream X
A
B
C
D
E
F
$900
$625
$675
$700
$750
$500
G
$550
Median
$675
Range of rates
Median (30%)
$472.50
Median
(+20%)
$810
In the above example, the Offeror that submitted the firm per diem rate of $900 would be declared
non-responsive for Stream X.
4.1.2.1 Rates with decimals
Rates containing more than two decimals will be rounded.
Numbers with decimals will be rounded to the nearest whole number. If the second decimal is five or up,
the number will be rounded off to the next highest number.
Example: $600.475 = $600.48
4.2
Basis of Selection
An offer must comply with the requirements of the RFSO and meet all mandatory technical evaluation
criteria to be declared responsive.
Page 14 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
Id de l'acheteur - Buyer ID
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
N° CCC / CCC No./ N° VME - FMS
20151094
523zf.EN930-151094
ATTACHMENT 1 TO PART 4
Mandatory Technical Criteria for Stream A – Generic Events
Mandatory Technical Criteria
Each resource proposed by the Offeror
must:
hold the Translation Bureau accreditation.
Supporting Documentation
To meet this criterion, the Offeror must:
a) provide the name of each resource
proposed.
Note: This information will be used to check
whether each resource proposed holds this
accreditation.
Page 15 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
Id de l'acheteur - Buyer ID
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
N° CCC / CCC No./ N° VME - FMS
20151094
523zf.EN930-151094
ATTACHMENT 2 TO PART 4
Mandatory Technical Criteria for Stream B – High Stakes Events
Mandatory Technical Criteria
Supporting Documentation
Each resource proposed by the Offeror
must:

To meet this criterion, the Offeror must:
a) provide the name of each resource
proposed.
hold the Translation Bureau
accreditation.
AND

have provided interpretation services for
4 high stakes events* over the last
2 years (July 2013 to July 2015).
*High stakes events: Events involving one
or more high-ranking people from Canada
or abroad. A high-ranking person can be a
head of state, a prime minister, a minister, a
deputy minister, a speaker, an MP, a
diplomat, a judge or any other person
occupying an equivalent position. This can
also refer to an event of interest to
journalists and featured in the news on
television or other media.
Note: This information will be used to check
whether each resource proposed holds this
accreditation.
AND
a) provide, for each event worked at by each
resource proposed,
i.
the title, topic and a
brief description of the event
(maximum of 50 words);
ii. the period during which the
interpretation services were provided
(i.e. month/year to month/year);
iii. the title of at least one high ranking
person involved in the event; and
iv. the name of the client for which the
interpretation services were provided
as well as the current contact
information (name, telephone number
and email address) of a representative
able to confirm the provider’s
information.
Page 16 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
Id de l'acheteur - Buyer ID
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
N° CCC / CCC No./ N° VME - FMS
20151094
523zf.EN930-151094
ATTACHMENT 3 TO PART 4
Mandatory Technical Criteria for Stream C – Parliamentary Events
Mandatory Technical Criteria
Supporting Documentation
Each resource proposed by the Offeror must:

hold the Translation Bureau accreditation.
have provided Parliamentary
interpretation* for 20 days over the last
7 years (July 2008 to July 2015).
AND
*Parliamentary interpretation: refers to
Parliament of Canada events such as House
of Commons, Senate and Cabinet debates
and Cabinet committees, official visits, press
conferences, party caucus meetings or events
involving the work of party caucuses or
Parliamentary associations, travel by
Senators and MPs in Canada and abroad,
Library of Parliament Seminars or other
Parliamentary Precinct Directorate events.
OR

hold the Translation Bureau accreditation.
AND

have taken the Parliamentary
interpretation course offered by the
Bureau before the launch of the RFSO.
a) provide the name of each resource proposed.
Note: This information will be used to check
whether each resource proposed holds this
accreditation.
AND

To meet this criterion, the Offeror must:
a) provide, for each event worked at by each
resource proposed,
i.
the title, topic and a brief description of
the event (maximum of 50 words);
ii. the number of days of interpretation;
iii. the period during which the interpretation
services were provided (i.e. month/year to
month/year); and
iv. the name of the client for which the
interpretation services were provided as
well as the current contact information
(name, telephone number and email
address) of a representative able to
confirm the Offeror’s information.
OR
a) provide the name of each resource proposed.
Note: This information will be used to check
whether each resource proposed holds this
accreditation.
AND
a) provide, for each resource proposed, the
training certificate of the course offered by the
Bureau.
Page 17 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 5 – CERTIFICATIONS
Offerors must provide the required certifications and associated information to be issued an SO.
The certifications provided by Offerors to Canada are subject to verification by Canada at all times.
Canada will declare an offer non-responsive, will have the right to set aside an SO or will declare a
contractor in default in carrying out any of its obligations under any resulting call-ups, if any certification
made by the Offeror is found to be untrue whether made knowingly or unknowingly during the offer
evaluation period, during the SO period, or during the contract period.
The SO Authority will have the right to ask for additional information to verify the Offeror’s certifications.
Failure to comply and to co-operate with any request or requirement imposed by the SO Authority may
render the offer non-responsive, result in the setting aside of the SO or constitute a default under the
contract.
5.1
Certifications required with the offer
Offerors must submit the following duly completed certifications with their offer.
5.1.1
Declaration of convicted offences
As applicable, pursuant to subsection Declaration of Convicted Offences of Section 1 of the Standard
Instructions, the Offeror must provide with its offer, a completed declaration form (http://www.tpsgcpwgsc.gc.ca/ci-if/formulaire-form-eng.html) to be given further consideration in the procurement process.
5.2
Certifications precedent to issuance of a Standing Offer
The certifications listed below should be completed and submitted with the offer, but may be submitted
afterwards. If any of these required certifications is not completed and submitted as requested, the SO
Authority will inform the Offeror of a time frame within which to provide the information. Failure to comply
with the request of the SO Authority and to provide the certifications within the time frame provided will
render the offer non-responsive.
5.2.1
Integrity Provisions - associated information
By submitting an offer, the Offeror certifies that the Offeror and its affiliates are in compliance with the
provisions as stated in Section 1 Integrity Provisions - Offer of Standard Instructions 2006. The
associated information required within the Integrity Provisions will assist Canada in confirming that the
certifications are true.
5.3
Additional certifications precedent to issuance of a Standing Offer
5.3.1
Status and availability of resources
The Offeror certifies that, should it be issued an SO as a result of the RFSO, every individual proposed in
its offer will be available to perform the work resulting from a call-up against the SO as required by
Canada’s representatives and at the time specified in a call-up or agreed to with Canada’s
representatives.
If for reasons beyond its control, the Offeror is unable to provide the services of an individual named in its
offer, the Offeror may propose a substitute with similar qualifications and experience. The Offeror must
advise the SO Authority of the reason for the substitution and provide the name, qualifications and
experience of the proposed replacement. For the purposes of this clause, only the following reasons will
Page 18 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
be considered as beyond the control of the Offeror: death, sickness, maternity and parental leave,
retirement, resignation, dismissal for cause or termination of an agreement for default.
If the Offeror has proposed any individual who is not an employee of the Offeror, the Offeror certifies that
it has the permission from that individual to propose his or her services in relation to the work to be
performed and to submit his or her résumé to Canada. The Offeror must, upon request from the SO
Authority, provide a written confirmation, signed by the individual, of the permission given to the Offeror
and of his or her availability.
Page 19 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 6 – SECURITY REQUIREMENTS
6.1
Security requirements
There are no security requirements for this SO.
However, as needs in this SO may include security requirements, Canada asks that Offerors indicate the
security clearance of all proposed resources. Offerors must provide this information in the RFSO
response form – Section I.
For more information on security requirements, Offerors should refer to PWGSC’s Industrial Security
Program (ISP) (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html).
Page 20 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
PART 7 – STANDING OFFER AND RESULTING CONTRACT CLAUSES
A.
STANDING OFFER
7.1
Offer
The Offeror offers to perform the work in accordance with the Statement of Work at Annex A.
7.2
Security requirements
There are no security requirements for this SO.
If, in the event a call-up against this SO, a need includes a security requirement, it will be indicated in the
request for availability and included in the call-up.
The Security Requirements Checklist (SRCL), which includes security requirements that could be used as
part of a call-up, can be found in Annex D. If none of the security requirements in the checklist correspond
to the need, a specific requirement will be created and included in the call-up.
When a need includes a security requirement, the following conditions must be met before the issuance
of a request for availability:
a) The Offeror must hold a valid organization security clearance as indicated in the request for
availability;
b) The Offeror’s proposed individuals requiring access to classified or protected information, assets
or sensitive work site(s) must meet the security requirement as indicated in request for
availability; and
c) The Offeror must provide the name of all individuals who will require access to classified or
protected information, assets or sensitive work sites.
7.3
Standard clauses and conditions
All clauses and conditions identified in the SO and call-ups(s) by number, date and title are set out in
PWGSC’s Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-andguidelines/standard-acquisition-clauses-and-conditions-manual).
7.3.1
General conditions
2005 (2015-07-03), General Conditions – Standing Offers – Goods or Services, apply to and form part of
the SO.
7.3.2
Standing offers - quarterly reporting
The Offeror must compile and maintain records on its provision of goods, services or both to the federal
government under contracts resulting from the SO. This data must include all purchases, including those
paid for by a Government of Canada Acquisition Card.
The Offeror must provide this data in accordance with the reporting requirements detailed in Annex L. If
some data is not available, the reason must be indicated in the report. If no goods or services are
provided during a given period, the Offeror must still provide a “NIL” report.
The data must be submitted on a quarterly basis to the SO Authority.
The quarterly periods are defined as follows:
Page 21 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
First quarter:
April 1 to June 30
Second quarter:
July 1 to September 30
Third quarter:
October 1 to December 31
Fourth quarter:
January 1 to March 31
N° CCC / CCC No./ N° VME - FMS
The data must be submitted to the SO Authority no later than 15 calendar days after the end of the
reporting period.
Canada may take corrective measures against an Offeror, suspend or cancel its SO if it fails to submit
this data in accordance with the above instructions.
7.4
Term of Standing Offer
7.4.1
Period of Standing Offer
The SO will remain valid for one year from the date of issuance.
Call-ups against this SO may be issued from the date of issuance of the SO.
7.4.2
Renewal of Standing Offers
A new notice will be posted once a year on GETS to replace current SOs.
Canada reserves the right to amend the terms and conditions of each renewal or amend the SO in whole
or in part. Each new RFSO is therefore completely different from previous RFSOs.
All bidders, including those that already hold an SO, must respond to the RFSO if they wish to provide
their services.
Offerors must meet all requirements in the SO for their offers to be declared responsive.
7.5
Authorities
7.5.1
Standing Offer Authority
The SO Authority is:
Title:
Procurement Specialist
Department :
Branch:
Sector:
Directorate:
Division:
Public Works and Government Services Canada
Acquisitions Branch
Services and Technology Acquisition Management Sector
Professional Services Procurement Directorate
Linguistic Services Division (ZF)
Address:
11 Laurier Street
10C1 Place du Portage III
Gatineau, Quebec K1A 0S5
Fax:
819-956-9235
Email:
TPSGC.OutilInterpretation-ToolInterpretation.PWGSC@tpsgc-pwgsc.gc.ca
Page 22 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
The SO Authority is responsible for the establishment of the SO, its administration and its revision, if
applicable. Only the SO Authority can amend the SO.
7.5.2
Contracting Authority
The Contracting Authority is:
Title:
Procurement Centre manager
Department:
Branch:
Sector:
Directorate:
Division:
Public Works and Government Services Canada
Translation Bureau
Corporate Services
Business and Technological Support Services
Procurement Centre
Address:
70 Crémazie Street
Crémazie Building, 8th floor
Gatineau, Quebec K1A 0S5
Fax:
819-956-4335
Email:
BTRepertoire.TBDirectory@tpsgc-pwgsc.gc.ca
The Contracting Authority is responsible for any contractual issues relating to call-ups against the SO.
Any changes to the call-ups must be authorized in writing by the Contracting Authority.
7.5.3
Project Authority
The Project Authority for the SO is identified in the call-up against the SO.
The Project Authority is the representative of the department or agency for whom the work will be carried
out pursuant to a call-up against the SO and is responsible for all the technical content of the work under
the call-up.
7.5.4
Offeror’s representative
The Offeror’s representative will be indicated when the SO is issued.
7.6
Proactive disclosure of contracts with former public servants
By providing information on its status with respect to being a former public servant in receipt of a
pension under the Public Service Superannuation Act (PSSA), the Contractor has agreed that this
information will be reported on departmental websites as part of the published proactive disclosure
reports, in accordance with Contracting Policy Notice: 2012-2 of the Treasury Board Secretariat of
Canada.
7.7
Identified Users
The Identified Users authorized to issue call-ups against the SO are the:
1. Procurement Centre
Business and Technological Support Services
Corporate Services
Translation Bureau
Public Works and Government Services Canada
Page 23 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Crémazie Building
70 Crémazie Street
Gatineau, Quebec K1A 0S5
2. Linguistic Services Division
Professional Services Procurement Directorate
Services and Technology Acquisitions Management Sector
Acquisitions Branch
Public Works and Government Services Canada
Portage III
11 Laurier Street
Gatineau, Quebec K1A 0S5
7.8
Call-up procedures
7.8.1
Multiple Standing Offers
Multiple SOs have been issued for this requirement. Call-ups against the SO will be issued in accordance
with the procedures described below.
7.8.2
Acceptance of call-ups
The Offeror agrees only to perform individual call-ups issued by an Identified User pursuant to this SO
that do not exceed the applicable Limitation of call-up, outlined in 7.10, Limitation of Call-Up.
When accepted by Canada, each call-up results in a separate contract between Canada and the Offeror.
7.8.3
Methods for issuing call-ups
The only authorized methods for issuing call-ups against this SO are:
(a)
Lowest priced offer (all workstreams)
For Streams A, B and C, Identified Users must issue call-ups to the qualified offeror that has
submitted the lowest priced offer.
The Identified User must first create a list of Offerors using the Translation Bureau’s search
engine. Whenever possible, the list should have a minimum of 10 Offerors (this number may vary
depending on the requirement). Offerors will be randomly chosen by the search engine.
To create a list of Offerors, the Identified User must enter the following parameters in the search
engine:
(a) Workstream (A, B or C);
(b) Region in which the Offeror wants to provide its services* (national zone, regions and
metropolitan areas);
(c) Security clearance (if applicable);
(d) Language combination (source and target languages); and
(e) Availability* (the availability of resources proposed by the Offeror is identified using a
management table. Each event that the Bureau assigns to a resource is indicated in the
table. The Bureau only indicates Bureau events. The Bureau does not take into account work
Page 24 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
that Offerors have carried out outside the Bureau. Information concerning the availability of
resources is updated on a daily basis).
*Region where the Offeror would like to provide services
Priority will be given to Offerors that are offering their services in the region where the
requirement is required.
Example
Interpretation services are required in the Vancouver metropolitan area. The Identified User
will enter Vancouver metropolitan area in the search engine. All Offerors that offer
interpretation services in the Vancouver metropolitan area and that meet the other
requirements (stream, language combination, security clearance, if applicable, and
availability) will appear on the list of Offerors. If none of the Offerors are in a position to meet
the requirement in this region, the Identified User may broaden the search area until he or
she finds an Offeror who can meet the requirement.
The Identified User will then send a request for availability to all Offerors on the list.
Ultimately, the Identified User must issue the call-up to the qualified Offeror, meaning, the Offeror
who provides a positive response to the request for availability, meets the requirements in terms
of response, proposes a resource that meets all of the mandatory technical criteria of the
workstream and submits the lowest priced offer.
Requirements that require multiple resources
For requirements that require that multiple Offerors provide a single resource, the lowest priced
offers will be considered.
Example 1
A requirement requires that three Offerors provide a single resource.
Offeror A
Offeror B
Offeror C
Offeror D
Offeror E
Offeror F
Offer of Offerors whose firm per diem
rate is the lowest.
$730
$650
$675
$700
$625
$600
Offeror F ($600); Offeror E ($625); Offeror B ($650)
For requirements that require that an Offeror provide multiple resources, the lowest priced offer
will be calculated by multiplying the lowest firm per diem rate by the number of resources
required.
Example 2
A requirement requires that an Offeror provide five resources.
Offeror A
Offeror B
Offeror C
$730
$650
$675
Page 25 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
Offeror D
Offeror E
Offeror F
Offer of the Offeror with the lowest firm
per diem rate.
Calculation method: $600 x 5 = $3,000
N° CCC / CCC No./ N° VME - FMS
$700
$625
$600
Offeror F ($600)
$3,000 is the lowest priced offer.
Any Offeror (Stream B – High Stakes Events)
(b)
For Stream B, Identified Users can issue a call-up to any qualified Offeror.
First, the Identified User must select one or more Offerors who have qualified for Stream B and
are able to meet the requirement and perform an evaluation using the Grid shown below. The
evaluation must include at least one of the criteria included in the Grid as well as a brief
description. Once the evaluation is complete, the Identified User will put the documentation on
file.
Second, the Identified User must send a request for availability to one or more Offerors that the
Identified User has pre-identified.
Last, the Identified User can issue a call-up to any qualified Offeror, which is an Offeror that has
positively responded to the request for availability, meets response requirements and will propose
a resource who meets all mandatory technical criteria for the workstream.
Criteria Grid
The Offeror’s resource has specific knowledge or an in-depth understanding of specialized
field or topic.
The Offeror’s resource has an in-depth mastery of of his or her B language.
7.8.4
Updating parameters in the Bureau’s search engine
As needed, Offerors can update the following parameters:
(a) The region where the Offeror would like to provide services; and
(b) The security clearance (of one or more resources).
To do this, Offerors must submit this information to the Contracting Authority by email at
BTRepertoire.TBDirectory@tpsgc-pwgsc.gc.ca.
The email must include, as a minimum, the following information:
a. Legal name of the Offeror and contact information;
b. Changes requested (region; security clearance); and
c. Supporting documentation (as required).
7.8.5
Request for availability form
The Identified User must use the request for availability form found in Annex G to issue a call-up against
the SO.
Page 26 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
The request for availability form will include the following information:
a.
b.
c.
d.
e.
f.
g.
h.
i.
j.
k.
l.
m.
7.8.6
due date for the response;
workstream;
the region where the services will be provided;
security clearance required (if applicable);
language combination;
method of interpretation;
estimated number of days;
number of resources required;
period of the contract (day/month/year) to (day/month/year);
the basis of payment used according to what is established in the SO;
travel and living requirements (if applicable);
contact information of the Project Authority and contact; and
details in the Statement of Work.
Program of events (for Stream C – Parliamentary Events)
The Project Authority will provide the Contractor with a description of the daily tasks through the program
of events.
The day before the event, the program will be recorded on the Bureau’s answering machine (613-9961219) and sent by email to each Offeror who has been awarded a call-up.
The program of events will include the following information:
i.
title of each event;
ii.
location of each event;
iii. time of each event;
iv. names of the resources who will be performing the work;
v.
name of the Bureau’s contact; and
vi. any other information.
7.8.7
Response requirements
Offerors must respond to a request for availability to get issued a call-up. Offerors must provide a
response by email within two days of sending the request for availability. In exceptional cases, the time
allotted to respond may be less than one hour. The response time will be indicated in the request for
availability. The date and time indicated in the email will be used to calculate the response time. Offerors
who do not meet response requirements will receive no further consideration.
The Offeror must respond by proposing a resource who meets the mandatory technical criteria for the
workstream and all the requirements described in the request for availability.
7.9
Call-up instrument
The work will be authorized or confirmed by the Identified User through form PWGSC-TPSGC 942
(Call-up Against a Standing Offer).
Page 27 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
7.10
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Limitation of call-ups
Individual call-ups against this SO must not exceed $25,000 (inclusive of applicable taxes).
7.11
Financial limitation
The total cost to Canada resulting from call-ups against the SO must not exceed the sum of
$400,000 (inclusive of applicable taxes) unless otherwise authorized in writing by the SO Authority. The
Offeror must not perform any work or services or supply any articles in response to call-ups that would
cause the total cost to Canada to exceed the said sum, unless an increase is so authorized.
The Offeror must notify the SO Authority as to the adequacy of this sum when 75% of this amount has
been committed, or _____ months before the expiry date of the SO, whichever comes first. However, if
at any time, the Offeror considers that the said sum may be exceeded, the Offeror must promptly notify
the SO Authority.
7.12
Priority of documents
If there is a discrepancy between the wording of any of the documents that appear on the list, the wording
of the document that first appears on the list has priority over the wording of any document that
subsequently appears on the list.
a) The call-up against the SO, including any annexes;
b) The sections of the SO;
c) General conditions 2005 (2015-07-03), General Conditions – Standing Offers – Goods or
Services
d) Supplemental General Conditions 4007 (2010-08-16), Canada to Own Intellectual Property
Rights in Foreground Information as well as B9028C (2007-05-25), Access to Facilities and
Equipment;
e) General conditions 2035 (2015-07-03), General Conditions – Higher Complexity – Services;
f) Annex A - Statement of Work;
g) Annex B - Quality Standards;
h) Annex C - Basis of Payment
i) Annex D - Security Requirements Checklist (SRCL)
j) Annex E - Definitions of National Zone, Regions and Metropolitan Areas;
k) Annex F - Information on Travel and Living Expenses;
l) Annex G - Request for Availability Form;
m) Annex H - Accreditation Exam;
n) Annex I - Technical Evaluation Grid for the Accreditation Exam;
o) Annex J - Protocol and Operating Standards for Identified Users and Offerors;
p) Annex K - Description of the Course on Parliamentary Interpretation;
q) Annex L - Quarterly report; and
r) The Offeror’s offer dated ______________ (insert date of offer), (if the offer was clarified or
amended, insert at the time of issuance of the offer: “clarified on _____” or “as amended on
_________” and insert date(s) of clarification(s) or amendment(s), if applicable.
7.13
Certifications
7.13.1 Compliance
The continuous compliance with the certifications provided by the Offeror with its offer and the ongoing
co-operation in providing associated information are conditions of issuance of the SO. Certifications are
Page 28 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
subject to verification by Canada during the entire period of the SO and of any call-up that would continue
beyond the period of the SO. If the Offeror does not comply with any certification, fails to provide the
associated information or if it is determined that any certification made by the Offeror in the offer is untrue,
whether made knowingly or unknowingly, Canada has the right to terminate any call-ups for default and
set aside the SO.
7.13.2 SACC Manual Clauses
M3020C (2010-01-11), Status and Availability of Resources
7.14
Applicable laws
The SO and any contract resulting from the SO must be interpreted and governed, and the relations
between the parties determined, by the laws in force in ____ (insert the name of the province or territory
as specified by the Offeror in its offer, if applicable).
7.15
Cancellation or amendment of a call-up
An Identified User can cancel or amend a call-up in whole or in part. To cancel or amend a call-up, the
Identified User must send a notice in writing to the Contractor by email.
(a)
Notice to amend a call-up (applies to all streams)
The amendment notice must be sent to the Contractor as soon as possible.
(b)
Notice to cancel call-up (applies to Stream A – Generic events and Stream B – High stakes
events)
i.
Cancellation notice (10 or more working days)
If the cancellation notice is sent 10 working days or more before the start date of the work,
the Identified User does not have to pay any fees or reimburse any expenses incurred by the
Contractor, with the exception of travel and living expenses, which will be reimbursed in
accordance with clause 7.17.2 – Reimbursement of travel and living expenses in case of
cancellation.
ii. Cancellation notice (less than 10 working days)
If the cancellation notice is sent less than 10 working days before the start date of the work,
the Identified User must pay the Contractor in accordance with the per diem rate indicated in
Annex C. If the Contractor is authorized to travel and has incurred travel expenses, they will
be reimbursed in accordance with clause 7.17.2 – Reimbursement of travel and living
expenses in case of cancellation.
The “sent” date in the email and the start date of the work will be used to calculate the response time.
(c)
Notice to cancel a call-up (applies to Stream C – Parliamentary events)
The Identified User must send a cancellation notice to the Contractor as soon as possible.
Page 29 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
7.16
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Travel and living expenses
The reimbursement of travel and living expenses depends on the region(s) where the Offeror provides
services. Canada shall not reimburse travel and living expenses in the region(s) where the Offeror
provides services.
Example
Interpretation services are required in the Montreal metropolitan area. If an Offeror indicates that
it provides services in the Montreal metropolitan area despite the fact that its facilities are outside
the region, the Offeror will not be reimbursed for the travel and living expenses incurred.
The Offeror must obtain the prior authorization of the Project Authority to travel. Travel and living
expenses will be reimbursed in accordance with Annex F.
7.17.1 Definitions of national zone, regions and metropolitan areas
The definitions in Annex E apply to this SO.
7.17.2 Reimbursement of travel and living expenses in case of cancellation
In the event of cancellation, the Offeror must cancel all reservations and get reimbursed for eligible
expenses from third parties. Expenses incurred by the Offeror that are not reimbursed by third parties will
be reimbursed by Canada on presentation of supporting documents in accordance with the Travel
Directive.
7.18.
Closure of government offices
When one of the Offeror’s resources works on government premises and the said premises become
inaccessible owing to an evacuation or the closure of government offices, the Offeror will be paid in
accordance with the rate indicated in the call-up. To do this, the Offeror must submit its invoice as well as
a certification, countersigned by the affected resources, stating that:
a) the Offeror has not received any other payment from any other client, including the government,
during the period of the closure;
b) the affected resources have or will be paid at the rate the resources are entitled to be paid had
the services been provided as required in the call-up or contract.
Note to Identified User: There is no guarantee that the same temporary help resource will remain
available upon re-opening of government offices.
7.19
Changes to the program of events, elections, prorogation or suspension of House of
Commons or Senate business (applies to Stream C – Parliamentary Events)
Changes to the program of events: If the program of events is changed the same day, the Offeror’s
resources will be reassigned, depending on requirements, to another Parliamentary event taking place
the same day. In these circumstances, the Offeror will be paid in accordance with the per diem rate
indicated in the call-up.
Elections, prorogation or suspension of business: Elections, prorogation or suspension of House of
Commons or Senate business may cause the cancellation of one or more events. In these
circumstances, the Offeror will not be paid and will receive no financial compensation.
Page 30 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
7.20
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Protocol and operating standards for Identified Users and Offerors
The SO Authority can limit or suspend the right to use the SO indeterminately for any Identified User or
Offeror who does not comply with the protocol or standards described in Annex J.
Page 31 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
B.
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
CALL-UP CLAUSES
The following clauses and conditions apply to and form part of any contract resulting from a call-up
against the SO.
7.1
Statement of Work
The Contractor must perform the work described in the call-up against the SO.
7.2
Standard clauses and conditions
7.2.1
General conditions
2035 (2015-07-03), General Conditions – Higher Complexity - Services, applies to and forms part of the
contract.
7.2.2
Supplemental General Conditions
The following supplemental general conditions apply to and form part of the contract.
4007 (2010-08-16), Canada to Own Intellectual Property Rights in Foreground
B9028C (2007-05-25), Access to Facilities and Equipment
7.3
Term of contract
7.3.1
Period of the Contract
The work must be completed in accordance with the call-up against the SO.
7.4
Proactive disclosure of contracts with former public servants
By providing information on its status with respect to being a former public servant in receipt of a
pension under the Public Service Superannuation Act (LPFP), the Contractor has agreed that this
information will be reported on departmental websites as part of the published disclosure reports, in
accordance with Contract Policy Notice: 2012-2 of the Treasury Board Secretariat of Canada.
7.5
Payment
7.5.1
Basis of Payment
Canada shall pay the Contractor in accordance with the Basis of Payment in Annex B for work performed
pursuant to the SO.
7.5.2
Terms of payment
SACC Manual Clause H1008C (2008-05-12), Monthly Payment
Page 32 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
7.5.3
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Invoicing instructions
Invoices must be submitted in accordance with section 12 of General Conditions “Invoice Submission.”
7.6
Insurance requirements
SACC Manual Clause G1005C (2008-05-12), Insurance
Page 33 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX A
Statement of Work
A.1
Terminology
Methods of interpretation
Simultaneous interpretation
Consecutive interpretation
Whispered or liaison
interpretation
The resource returns the message almost instantly from a fixed or
portable soundproof interpretation booth equipped with a console, a
microphone and a headset.
The resource translates the message using notes once the
intervention is over.
The resource “whispers” the message into the ear of the client and
translates the client’s responses out loud for the audience. Also
called “whispering.”
Interpretation categories
Conference interpretation in
official languages
Parliamentary interpretation in
official languages
This refers to conference interpretation services from English to
French or French to English at the following events: international
summits, bilateral or multilateral exchanges between heads of state
and the government, intradepartmental or interdepartmental
conferences, meetings between federal ministers and their
provincial or territorial counterparts, and meetings of other federal
organizations, as required.
This refers to interpretation services from English to French or
French to English to the Parliament of Canada in House of
Commons, Senate and Cabinet debates and Cabinet committees,
press conferences or events involving the work of Parliamentary
associations.
Resources regularly accompany senators and MPs who belong to
Parliamentary committees when they travel in Canada and abroad.
Languages of work
Language combination
Source language
Target language
Active language – A
This refers to the various languages from which the resource works
and into the ones he or she translates in simultaneous, consecutive,
whisper or liaison interpretation.
The language from which the interpretation is carried out.
The language into which the interpretation is carried out.
The language in which the resource has native
Source and
speaking and listening proficiency, in other words, target
the resource’s mother tongue (or a language
languages
essentially equivalent to a mother tongue), into
which he or she works from all of his or her other
languages of work, in the two main methods of
interpretation: simultaneous and consecutive. A
resource must have at least one language A, but
Page 34 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
Active language – B
Passive language – C
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
can, exceptionally, have more than one. During
broadcasted assignments, resources only work
into their language A.
Language other than the mother tongue for which
the resource has fully functional speaking and
listening proficiency. Without it being a mother
tongue, the resource masters this language into
which he or she works from one or more of his or
her languages. Some resources work into this
language in only one of the two methods of
interpretation.
Language other than the mother tongue for which
the resource has full understanding and from
which he or she works. Resources never work into
their language C.
A.2
Definition of the requirement
A.2.1
Context
Source and
target
languages
Source
language(s)
The Bureau is an SOA that is part of PWGSC. The Bureau is responsible for providing support to the
Government of Canada in its efforts to serve and inform Canadians in their choice of official language.
The Bureau fulfills its mission by providing, among other things, interpretation services to Parliament, the
judiciary and federal departments and agencies in official, foreign, Aboriginal and visual languages.
The Bureau, in collaboration with PWGSC’s AB, is launching an RFSO process.
A.2.2
Objective
Issue SOs to qualified Offerors to meet the Bureau requirements in terms of Parliamentary and
conference interpretation services in official languages.
A.2.3
Requirement
This SO consists of three streams (A, B and C).
Stream
Definition
Conference interpretation
Stream A – Generic events
Stream A – Generic events refers to conference
interpretation services during general events.
The issues or risks associated with these events are generally
considered low and do not involve high-ranking people in
Canada or abroad. A high-ranking person can be a head of
state, a prime minister, a minister, a deputy minister, a
speaker, an MP, a diplomat, a judge or any other person
occupying an equivalent position. Generic events are not of
interest to journalists and should not make the news.
Page 35 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
A failure* on the part of resources during a generic event
would jeopardize the reputation of the client, the Bureau or the
event.
*Failure: For example, in terms of the reliability and quality of
the delivery, client services, professional or ethics.
Examples
Stream B – High stakes events

Intradepartmental or interdepartmental conferences;

Training sessions, consultations, meetings and hearings;

General assemblies; and

Union or management meetings and collective bargaining.
Stream B – High stakes events refers to conference
interpretation services during public events involving very high
stakes. These involve one or more high-ranking people from
Canada or abroad. A high-ranking person can be a head of
state, a prime minister, a minister, a deputy minister, a
speaker, an MP, a diplomat, a judge or any other person
occupying an equivalent position. This can also refer to events
of interest to journalists and that is featured in the news.
Failure* on the part of resources during a high stakes event
would severely affect the reputation of the client, Bureau or
event. Strong impact on the client’s operational objectives.
The Bureau must intervene to mitigate the risks.
*Failure: For example, in terms of the reliability and quality of
the delivery, client services, professional or ethics.
Examples

Events involving the Prime Minister
- Visits from the Prime Minister in Canada and abroad;
and
- Press conferences involving the Prime Minister.

Events involving ministers
- Events involving ministers or their teams.

Meetings with premiers
- Events involving provincial premiers and the Prime
Minister.

International events
- Events involving high-ranking participants in Canada
and abroad; and
- High media coverage.

Hearings or other events involving the Supreme Court
Page 36 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094

N° CCC / CCC No./ N° VME - FMS
Other events of equivalent profile and complexity
Parliamentary interpretation
Stream C – Parliamentary events
Stream C – Parliamentary events refers to simultaneous
Parliamentary interpretation services during events involving
the Parliament of Canada with issues that are generally
considered medium to high risk.
Failure* on the part of resources would severely affect the
reputation of the client, Bureau or event.
*Failure: For example, in terms of the reliability and quality of
the delivery, client services, professional or ethics.
Examples
A.4

House of Commons, Senate or Cabinet debates and
Cabinet Committees;

Official visits;


Press conferences;
Meetings or work of party caucuses or Parliamentary
associations;

Travels of Senators and MPs in Canada and abroad; and

Library of Parliament Seminars or other Parliamentary
Precinct Directorate events.
Responsibilities of Offeror and resources
The responsibilities of the Offeror and resources are, but are not limited to:

Interpret in accordance with the required method of interpretation (simultaneous interpretation,
consecutive interpretation, whispered or liaison interpretation);

Accurately interpret what was said;

Use required terminology;

Stay abreast of Canadian current events and understand how the federal government works;

Read reference documents and do the necessary research to understand the specifics of each event;

Respect the protocols, terms and conditions and procedures established or agreed with the Identified
User;

Respect the schedule put in place;

Meet the SO’s quality standard in terms of interpretation services;

ensure fairness;

communicate clearly and effectively;

remain objective and impartial;
Page 37 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094

respect confidentiality;

respect the dress code;

act professionally; and

take notes as needed.
A.4.1
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Offeror’s and resources’ capabilities
The capabilities of the Offeror and resources are, but are not limited to:

have a considerable capacity for concentration;

have an excellent memory;

have a clear speaking style;

have good physical and mental strength;

be tactful, flexible and diplomatic;

be attentive to detail;

be dynamic;

have a diverse culture and strong general knowledge;

have a strong understanding of research and research tools;

maintain good relationships with people; and

have good judgement.
A.5
Working conditions of resources
A.5.1
For all workstreams
Conference interpreters are recruited for the day and work in teams.
The number of interpreters in a team and its composition varies depending on the length of the work day,
languages used, method of interpretation and nature of the event.
A.6
Details for each event
A.6.1
Stream A – Generic events and Stream B – High stakes events
The details relating to each event are indicated in the call-up.
A.6.2
Stream C – Parliamentary events
The details relating to each event are indicated in the program of events. For each working day indicated
in the call-up, the Project Authority establishes the program of events before 9 p.m. on the eve of the
event.
The program includes the title, location and time of each event, the names of the resources and the tasks
assigned to them, the name of the Bureau contact and other information. The Project Authority takes the
experience of the resources of each Offeror into consideration to organize the allocation of tasks.
The day before, the program is recorded on the Bureau’s answering machine (613-996-1219) and sent by
email to each Offeror with a call-up.
Page 38 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
The Offeror must read its emails or listen to the messages recorded on the Bureau’s answering machine
to know the day’s program.
The Offeror must perform the tasks indicated in the program. If an event is cancelled, shortened or
extended, the Offeror must inform the Project Authority as soon as possible.
The Project Authority can modify the program of events as needed. If the program is modified, the Project
Authority will notify the Offeror’s resources by email or telephone as soon as possible. Whenever
possible, the Offeror’s resources must arrive 15 minutes before the start of each event.
A.7
Equipment
A.7.1
Cellular phones or smartphones
The Offeror and resources must have a cellular phone or Smartphone with voicemail so Identified Users
and staff can reach them as needed.
A.7.1
Headsets (applies only to Stream C – Parliamentary Events)
The Offeror’s resources must provide their own headsets.
A.7.2
ID card for the House of Commons (applies only to Stream C – Parliamentary Events)
The Offeror must obtain an ID card for the House of Commons from the Project Authority.
The Offeror must return the ID card at the end of the contract to the Project Authority.
A.8
Reference documents and preparation time
The Offeror must read the reference documents provided by the Project Authority and perform the
necessary research to become familiar with the specificities of each event.
The preparation time is included in the firm all-inclusive per diem rate. Unless indicated otherwise by the
Project Authority, no additional payment will be authorized for preparation time.
A.9
Returning the reference documents and access card for the House of Commons (applies
only to Stream C – Parliamentary Events)
i.
Before 6 p.m., the Offeror must return the reference documents and the ID card to the
following address:
Parliamentary Interpretation Unit
Vanguard Building, 4th floor
171 Slater Street
Ottawa, Ontario K1A 0S5
ii.
A.10
After 6 p.m., the Offeror must first contact administrative staff at the following number: (XXX)
XXX-XXXX. Documents and the ID card can also be returned after 6 p.m. to the
above-mentioned address.
Technical incident or problem
The Offeror must notify the Project Authority of any technical issue or problem during an event.
Page 39 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
A.11
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Preparatory meetings
The Contractor must attend preparatory meetings at the request of the Project Authority.
A.12
Quality standards
The Offeror must meet the quality standard described in Annex B.
A.13
Travel
The Offeror’s resources may be required to travel in Canada and abroad. The Offeror must obtain the
previous approval of the Project Authority to travel. Travel and living expenses will be reimbursed in
accordance with Annex F.
Page 40 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX B
Quality Standards
The present quality standards apply to all interpretation work. The following quality standards are for
reference purposes to assess the work of contractors.
The quality standards are based on two elements:
(a)
quality of the service; and
(b)
rules of conduct.
Quality of service
The Contractor must meet the following requirements:
a)
b)
c)
d)
e)
f)
g)
h)
i)
j)
k)
l)
Ensure that the interpretation is complete, accurate and faithful to the original message with
respect to meaning, free of omissions, additions or distortions;
Ensure that the meaning conveyed by gestures, body language and tone of voice is not lost;
Ensure that the interpretation is consistent with grammar and syntax rules, and with usage and
speaking conventions;
Ensure that the interpretation is clear, concise, consistent and tailored to the audience, and that
constructions are idiomatic and natural;
Ensure that the client’s official titles, terminology and usage preferences are used in the
interpretation:
i.
the Contractor must do the research necessary to familiarize itself with client-specific
terminology and concepts;
ii.
the Contractor must use current, official titles as well as correct technical terminology and
the terminology applicable to government programs;
iii.
the Contractor must use any reference package or other documentation made available to
it containing terminology requirements, reference documents and related lexicons and
glossaries;
Use clear and accurate diction;
Respect the tone, speed, level of language and the style of the speaker;
Respect the schedules and periods of work established and ensure that arrive at the site at least
15 minutes before the start of the event;
Follow the established or agreed protocols, terms and conditions and procedures;
Perform the tasks as discrete as possible;
Notify the Project Authority of any specific requests or information from the client that could affect
the delivery of services; and
Contact the Project Authority one or two days before the event to confirm the assignment details
(date, time, location, access to the building, etc.) and to know the security requirements.
Page 41 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Rules of conduct
The Contractor must meet the following requirements:
a)
b)
c)
d)
e)
f)
g)
h)
i)
m)
n)
o)
Be polite, respectful and diplomatic to clients and colleagues;
Act professionally at all times;
Maintain good interpersonal relationships;
Avoid saying things or acting in a way that could negatively impact the reputation of the Bureau or
the client;
Work in teams and help colleagues as needed;
Perform duties in an objective and unbiased manner;
Protect the private lives of all parties involved and comply with established confidentiality and
ethical rules;
Be well groomed and comply with the established dress code. When in doubt, the Contractor
must contact the Project Authority to ask about the required dress code;
Avoid wearing perfume or scented products that could bother colleagues and clients;
Stay concentrated on the tasks assigned and avoid acting as cultural officer or advisor;
Turn off microphone during breaks; and
Turn cellular phones to vibrate during the event.
Page 42 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX C
Basis of Payment
Offerors must indicate a firm all-inclusive per diem rate in Canadian dollars, excluding applicable taxes.
Table A
Stream
Per diem rate
Stream A – Generic events
Stream B – High stakes events
Stream C – Parliamentary events
Simultaneous Interpretation Working Day
Table B
Number of interpreters
Working day
(excluding breaks and meal periods)
2 interpreters
3 interpreters
4 interpreters
maximum of 4 hours
maximum of 6 hours
maximum of 8 hours
Beyond the working day indicated in Table B, payment will be paid for every hour, rounded off, prorated
to the firm per diem rate indicated in Table A.
Example:
2 interpreters work 15 minutes beyond the working day.
Number of
interpreters
2 interpreters
Working day
Maximum of
4 hours
Time worked beyond the
working day
15 minutes = 1 hour
Calculation
(4 + 1) x $600 ÷ 4 hours = $750
Consecutive, Whispered and Liaison Interpretation Working Day
Table C
Number of interpreters
Working day
(excluding breaks and meal periods)
2 interpreters
3 interpreters
maximum of 6 hours
maximum of 9 hours
Beyond the working day indicated in Table C, payment will be paid for every hour, rounded off, prorated
to the firm per diem rate indicated in Table A.
Page 43 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
Canada will not accept any charges for statutory holidays or annual leave or sick leave incurred by the
Offeror as a consequence of satisfying the terms of the call-up.
Page 44 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX D
Security Requirements Checklist (SRCL)
The Security Requirements Checklist will be provided in a future version of the RFSO.
Page 45 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX E
Definitions of National Zone, Regions and Metropolitan Areas
The purpose of the following definitions is to define the national zone, regions and metropolitan areas
used in the present SO. These definitions exclude any locations subject to the Comprehensive Land
Claims Agreements.
A
National Zone
The national zone covers all of Canada.
B
Regions and metropolitan areas
1
Atlantic Region
The provinces of Nova Scotia, New Brunswick, Prince Edward Island and Newfoundland, including
Labrador.
1.1
Halifax Metropolitan Area
Bounded on the west by a north-south line running from Kentville to Bridgewater, on the north by a
west-east line running from Kentville to Truro, on the east by a line north-south line from Truro to Tangier,
on the south by the Atlantic Ocean.
1.2
Fredericton Metropolitan Area
Bounded on the west by the USA border, on the north by a west-east line running from Harltand to
Chipman, on the east by a north-south line running from Chipman to Bay View, and on the south by the
Bay of Fundy.
1.3
Moncton Metropolitan Area
Bounded on the west by the a north-south line running from Chipman to Bay View, on the north by a line
running from Chipman to Miramichi, on the east by the Northumberland Straight and on the south by the
Nova Scotia border.
2
Quebec Region
The province of Quebec with the exception of the National Capital Region.
2.1
Montreal Metropolitan Area
Bounded on the west by the Ontario border and a north-south line running from Ste-Agathe-des-Monts to
Carillon, as far north as Louiseville, on the east by a north-south line from Louiseville, passing by
Drummondville, to Bromont, on the south by the USA border.
2.2
Quebec City Metropolitan Area
Bounded on the west by a north-south line running from Lac-Jacques-Cartier to Trois-Rivières, as far
north as Baie-St-Paul on the North shore and St-Jean-Port-Joli on the South Shore, on the east by a
north-south line running from St-Jean-Port-Joli to St-Georges, on the south by a west-east line running
from St-Georges to Trois-Rivières.
Page 46 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
3
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
National Capital Region
Information on the National Capital Region (NCR) is available under the metropolitan area.
3.1
National Capital Metropolitan Area
The NCR is defined in the National Capital Act, Revised Statutes of Canada (R.S.C.) 1985, Chapter N-4,
Segment 2. The National Capital Act is available on the Justice website.
4
Ontario Region
The province of Ontario with the exception of the National Capital Region.
4.1
Toronto Metropolitan Area
Bounded on the west by a south-north line running from Burlington to Caledon, on the north by a
west-east line running from Caledon to Newmarket, on the east by a north-south line from Newmarket to
Oshawa, on the south by the Lake Ontario.
5
Pacific Region
The entire province of British Columbia and the Yukon Territory.
5.1
Vancouver Metropolitan Area
Bounded on the west by the Strait of Georgia, on the south by the USA border and by a north-south line
from Lions Bay to Abbotsford.
5.2
Victoria Metropolitan Area
Bounded on the west, south and north by the Strait of Georgia, on the east by a north-south line from
Nanaimo to Sooke.
6
Western Region
The provinces of Alberta, Manitoba and Saskatchewan and the Northwest Territories and Nunavut.
6.1
Calgary Metropolitan Area
Bounded on the west by a north-south line running from Canmore to High River, on the north by a
west-east line running from Canmore to Olds, on the east by north-south line from Strathmore to Olds, on
the south by an east-west line from Strathmore to High River.
6.2
Edmonton Metropolitan Area
Bounded on the west by a north-south line running from Westlock to Gainford, on the north by a
west-east line running from Westlock to Vegreville, on the east by north-south line from Vegreville to
Ponoka, on the south by an east-west line from Ponoka to Gainford.
Page 47 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
6.3
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Saskatoon Metropolitan Area
Bounded on the west by a north-south line running from North Battleford to Biggar, on the north by a
west-east line running from North Battleford to Prince Albert, on the east by a north-south line from Prince
Albert to Kenaston, on the south by an east-west line from Kenaston to Biggar.
6.4
Winnipeg Metropolitan Area
Bounded on the west by a north-south line running from Portage la Prairie to Morris, on the north by a
west-east line running from Morris to Reynolds, on the east by a north-south line from Reynolds to Netley,
on the south by an east-west line from Netley to Portage la Prairie.
Page 48 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX F
Information on Travel and Living Expenses
This information applies to all workstreams.
General information
Travel and living expenses are calculated differently for the national zone, regions and metropolitan
areas. They can influence the total cost of services in an SO for interpretation services.
The following factors must be taken into consideration:
1 - Work site – Will the work be done on Government of Canada or the Offeror’s premises?
2 - Proximity – Is there a need for the Offeror to be in close proximity to the client?
The following table is a guideline to help you select the appropriate region metropolitan area or national
zone for your requirement based upon the work location.
Work site
Points to consider
No preference
Zone to select
Outcome
National zone
Only required to pay travel
and living expenses
outside 100 km of the
Contractor’s premises.
Metropolitan area
(if there is one)
Only required to pay travel
and living expenses
outside the metropolitan
area.
Contractor’s
premises
Frequent client-Contractor
meetings are necessary.
Contractor’s
premises
Frequent client-Contractor Region
meetings are necessary,
but there is no metropolitan
area.
Only required to pay travel
and living expenses
outside 100 km of the
Contractor’s premises.
Contractor’s
premises
Communication can be
National zone
handled via teleconference,
video conference, webinar,
etc.
Only required to pay travel
and living expenses
outside 100 km of the
Contractor’s premises.
Government of
Canada
premises
Resources are required to
work on site.
Only required to pay travel
and living expenses
outside the metropolitan
area.
Government of
Canada
premises
Resources are required to Region
work on site, but there is no
metropolitan area.
Multiple regions
or metropolitan
Metropolitan area (if there is
one)
Conduct your search based
upon the region or
Page 49 of - de 61
Only required to pay travel
and living expenses
outside 100 km of the
Contractor’s premises.
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
areas
N° CCC / CCC No./ N° VME - FMS
metropolitan area where the
majority of the work will be
required.
Calculation of travel time
For travel requirements outside 100 km of the resource’s work site, the Contractor is to be paid 50% of
the firm all-inclusive per diem rate for the total amount of time spent travelling (from the resource’s work
site to the destination). Travel time is not to be paid for time spent commuting.
Travel time is calculated by taking the number of hours for travel and multiplying it by 50% of the firm
all-inclusive per diem rate and then dividing it by 8 hours (a working day).
(Hours of travel × 50% of the firm all-inclusive per diem rate) ÷ 8 hours
Example: the work site is the Toronto Metropolitan Area, and the Contractor must travel from the National
Capital Region. The travel time is four hours, and the firm all-inclusive per diem rate is $360:
[4 hours × (50% × $360)] ÷ 8 hours = $90
Clauses for travel and living expenses
National zone
For work performed on a work site located in the national zone:
a. Canada will not accept any travel and living expenses incurred by the Contractor in the
performance of the work, for:
i.
services provided within 100 km of the Contractor’s premises.
b. For services provided outside 100 km of the Contractor’s premises, Canada will pay the
Contractor its authorized travel and living expenses, reasonably and properly incurred in the
performance of the work, at cost, without any allowance for profit and/or administrative overhead,
in accordance with the meal, private vehicle and incidental expenses provided in Appendices B,
C and D of the Treasury Board Travel Directive and with the other provisions of the directive
referring to “travellers,” rather than those referring to “employees.”
c.
Canada will not accept any travel and living expenses incurred by the Contractor as a
consequence of any relocation required to satisfy the terms of the contract.
d. All travel must have the prior authorization of the Project Authority. All payments are subject to
government audit.
Region
For work performed on a work site located in a region (does not include metropolitan areas)
a. Canada will not reimburse any travel and living expenses incurred by the Contractor in the
performance of the work for:
i.
ii.
services provided within 100 km of the work site; and
any travel between the Contractor’s place of business and the work site.
Page 50 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
b. For services provided outside 100 km of the of the work site, Canada will pay the Contractor its
authorized travel and living expenses, reasonably and properly incurred in the performance of the
Work, at cost, without any allowance for profit and/or administrative overhead, in accordance with
the meal, private vehicle and incidental expenses provided in Appendices B, C and D of the
Treasury Board Travel Directive and with the other provisions of the directive referring to
“travellers,” rather than those referring to “employees.”
c.
Canada will not accept any travel and living expenses incurred by the Contractor as a
consequence of any relocation required to satisfy the terms of the contract.
d. All travel must have the prior authorization of the Project Authority. All payments are subject to
government audit.
Metropolitan area
For work performed on a work site located in a metropolitan area (excluding regions)
a. Canada will not accept any travel and living expenses incurred by a Contractor in the
performance of the work for:
i.
ii.
services provided in the metropolitan area; and
any travel between the Contractor’s offices and the work site.
b. For services provided outside the metropolitan area, Canada will pay the Contractor its
authorized travel and living expenses, reasonably and properly incurred in the performance of the
Work, at cost, without any allowance for profit and/or administrative overhead, in accordance with
the meal, private vehicle and incidental expenses provided in Appendices B, C and D of the
Treasury Board Travel Directive and with the other provisions of the directive referring to
“travellers,” rather than those referring to “employees. ”
c.
Canada will not accept any travel and living expenses incurred by the Contractor as a
consequence of any relocation required to satisfy the terms of the contract.
d. All travel must have the prior authorization of the Project Authority. All payments are subject to
government audit.
Page 51 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX G
Request for Availability Form
This form is to be used by an Identified User to issue a call-up against the SO.
This form constitutes a response when completed by an Offeror and provided to the Identified User. All
terms and conditions of the SO apply to this form.
The form must be sent by email. The subject of the email must include the following: “Request for
Availability – Title of event – Reference Number.”
REQUEST FOR AVAILABILITY FORM
General information
Response due date and time
Title of event
Workstream (A, B or C)
Date and duration of the event (number of days)
Region where the services must be provided
Security clearance required (if applicable)
Language combination
Method of interpretation
Number of resources required
Term of contract (day/month/year) to (day/month/year)
Travel and living requirements
(if applicable)
Contact information of Project Authority and contact
Statement of Work
Page 52 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
OFFEROR’S RESPONSE
I agree to complete the form.
I do not agree to complete the form.
Basis of Payment
The Offeror will be paid in accordance with the firm per diem rate indicated in the SO.
Name of resource proposed (please provide the name of each resource proposed)
1
2
3
Security information (if applicable)
Please provide the following information for each resource proposed.
Name of the person identified on the security
clearance form
Level of clearance
Validity period of security clearance
Security screening certificate number
Page 53 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX H
Accreditation Exam
Each resource proposed by the Offeror must pass the Translation Bureau’s accreditation exam.
1
Eligibility criteria for the accreditation exam
To take the accreditation exam, the resource must:

have a university degree in conference interpretation;
or

have a university degree and have completed a minimum of 20 days of conference
interpretation over the last two years (differs from community or judiciary interpretation);
or

have a minimum of two years’ experience as an interpreter in a recognized organization such as
the European Union, the UN, NATO, IMF, ICAO, OECD or European Parliament;
or

be a member of the International Association of Conference Interpreters (AIIC);
or

2
be certified in conference interpretation with the Ordre des traducteurs, terminologues et
interprètes agréés du Québec (OTTIAQ) or a provincial or territorial association affiliated with the
Canadian Translators, Terminologists and Interpreters Council (CTTIC) after having successfully
completed the related standardized exam.
Tests
(a) The accreditation exam consists of three tests:
i.
ii.
Two speeches of approximately 15 minutes that the resources must interpret from his or her
language B to his or her language A.
A speech of approximately 15 minutes that the resource must interpret from his or her language A
into his or her language B.
Language A: Language in which the resource has native speaking and listening proficiency, in other
words, the resource’s mother tongue (or a language essentially equivalent to a mother tongue), into
which he or she works from all his or her other languages of work, in the two main methods of
interpretation: simultaneous and consecutive. A resource must have at least one language A, but can,
exceptionally, have more than one. During broadcasted assignments, resources only work into their
language A.
Language B: Language other than the mother tongue for which the resource has fully functional
speaking and listening proficiency. Without it being a mother tongue, the resource masters this
language into which he or she works from one or more of his or her languages. Some resources work
into this language in only one of the two methods of interpretation.
Page 54 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
(b) All tests are performed in simultaneous mode.
(c) Each test is recorded for evaluation purposes.
(d) A team composed of representatives from Canada will evaluate the tests.
3
Evaluation grid
Tests will be evaluated using the technical evaluation grid in Annex I.
4
Pass scores
4.1
Tests into language A
In order to pass the exam, the average score obtained for both tests into language A cannot be below
75%, and the score for each test cannot be below 70%.
4.2
Tests into language B
The score for the test into language B cannot be below 65%. A resource must successfully complete the
tests into language A and language B for the same exam.
Page 55 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX I
Technical Evaluation Grid for the Accreditation Exam
Date
Name of resource evaluated
Name of evaluator
TEST 1
Into Language A
TEST 2
Into Language A
Basis
TEST 3
Into Language B
Score
50 points
Analysis
Completeness of
message
Accuracy
Knowledge (active and
passive languages,
mastery of subject
matter)
Form: language
15
15
30 points
Grammar
Syntax
Idiomatic
Terminology
Lexical flexibility
Form: expression
10
5
5
5
5
20 points
Diction
Tone
Lag/speed
Confidence
Total
5
5
5
5
100 points
10
10
Comments and observations
Page 56 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX J
Protocol and Operating Standards for Identified Users and Offerors
The SO Authority can limit or suspend the right to use the SO indeterminately for any identified user or
offeror who does not comply with the protocol or standards.
Section I: Information for Identified Users
1
Contract splitting
This practice entails dividing a requirement to avoid the rules on contracting approval. The Treasury
Board Contracting Policy strictly prohibits contract splitting. For more information on contract splitting,
please refer to 11.2.7 Contract splitting of the Treasury Board Contracting Policy.
2
Retroactive approval of contracts
This practice entails drafting and approving contracts once the work has already been awarded to a
contractor, generally without using a competitive process. In accordance with the Treasury Board’s
Contracting Policy, besides a few exceptions, this practice is strictly prohibited. For more information on
the retroactive approval of contracts, please refer to 6.5.15.5. Retroactive Approval of Contract in the
PWGSC Acquisition Manual.
3
Employer/Employee Relationships
This practice entails issuing a contract under which a worker becomes an employee of the Crown. In
accordance with the Treasury Board’s Contracting Policy, this practice is strictly prohibited. For more
information on employer/employee relationships, please refer to 16.2 Contracting for the services of
individuals and Public Service employment and 16.3 Employer-employee relationships of the Treasury
Board’s Contracting Policy and 2.55. Employer-employee Relationships in PWGSC’s Acquisitions
Manual.
4
Sole sourcing without justification
This practice entails issuing a contract to a contractor without going through a competitive process. In
accordance with the Treasury Board’s Contracting Policy, this practice is strictly prohibited. For more
information on non-competitive contracting, please refer to 3.15 – Non-competitive Contracting Process in
PWGSC’s Acquisition Manual.
5
Cancelling or issuing a new call-up to obtain different rates or resources
Identified Users cannot cancel and issue new call-ups to obtain different rates or resources.
Page 57 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
6
Id de l'acheteur - Buyer ID
N° CCC / CCC No./ N° VME - FMS
Contracting with former public servants in receipt of a pension or a lump sum payment
Treasury Board approval is required if the total value of a call-up or contract, including amendments,
exceeds the following amounts:
i. Competitive contract: $100,000
ii. Non-competitive contract: $25,000
iii. When the total of payments exceeds $5,000 over the lump sum payment period
For more information on contracting with former public servants in receipt of a pension or a lump sum
payment, please refer to 16.8 Former public servants in receipt of a pension or a lump sum payment in
the Treasury Board’s Contracting Policy.
For more information on the requirements to obtain specific Treasury Board approval, please refer to
11.2.8 Requirements for specific Treasury Board approval in the Treasury Board’s Contracting Policy.
7
Quality control
All services are to be performed to the complete satisfaction of the Designated User and are subject to
his or her acceptance. Identified Users must submit a report on client evaluations to the Contracting
Authority. The report must include information on the quality of services offered by Offerors.
Identified Users must promptly notify the Contracting authority if the Contractor provides work of
unsatisfactory quality. If the problem cannot be resolved by the Contracting Authority, he or she may
contact the SO Authority. As required, the SO Authority may take corrective measures up to setting the
SO aside.
Section II: Information for Offerors
1
Compliance
The Offeror must promptly notify the SO Authority of any change that could have an impact on its
capacity to comply with the terms and conditions of the SO. Offerors that fail to notify the SO Authority
could be subject to corrective measures up to its SO being set aside.
2
Certification of the resource proposed
If the Offeror has proposed any individual who is not an employee of the Offeror, the Offeror certifies that
it has the permission from that individual to propose his or her services in relation to the work to be
performed. The Offeror must, upon request from the Contracting Authority, provide a written confirmation,
signed by the individual, of the permission given to the Contractor to offer his or her services. Failure to
meet this requirement may be considered a breach of contract under the General Conditions.
Page 58 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX K
Description of the Course on Parliamentary Interpretation
Summary
This course is intended for contractors with Bureau accreditation who wish to register for Stream C –
Parliamentary events, but who do not have the experience required in Parliamentary interpretation
(20 days of Parliamentary interpretation over the last 7 years).
Course description
I.
Day one
1. Types of assignments at the Parliament of Canada
2. Structure of the Parliament
a. The role of the monarch, the Senate and the House of Commons
b. Committee terminology and vocabulary
3. Steps in the process to pass a bill in the House of Commons or Senate
a.
b.
c.
d.
e.
f.
g.
h.
Introduction
First reading
Second reading
Committee stage
Report stage
Third reading
Senate review (repeat steps above)
Royal assent
4. Role of Senate and House committees
5. How does a committee work
a.
b.
c.
d.
Formation of a committee
Election of chair and vice-chair
Role of the clerk of the committee and research staff
Legislation review:
i. Hearing and interview of witnesses
ii. Rules for right to speak / what is filibustering?
iii. Amendments and section by section analysis
iv. Consideration of draft reports
v. Report to the House
Page 59 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
II. Day two
a. Presentation of committee videos: practice and feedback
Duration
The course lasts 2 days for a total of 12 hours.
Registration instructions
Registration instructions will be provided in a future version of the RFSO.
Page 60 of - de 61
N° de l'invitation - Solicitation No.
N° de la modif - Amd. No.
EN930-151094/D
Id de l'acheteur - Buyer ID
523zf
N° de réf. du client - Client Ref. No.
File No. - N° du dossier
20151094
523zf.EN930-151094
N° CCC / CCC No./ N° VME - FMS
ANNEX L
Quarterly Report
(The quarterly report template will be provided in a future version of the RFSO.)
Page 61 of - de 61
Download