Vendor Performance Management Policy

July 2020—Pilot version for vendor performance management (VPM) testing period.

On this page

1. Effective date

1.1 The policy takes effect on July 1, 2020.

2. Context

2.1 Federal government procurement is required to be fair, open, and transparent, while providing value for money and demonstrating sound stewardship in support of the delivery of programs and services to Canadians.

2.2 Public Services and Procurement Canada (PSPC) is the Government of Canada's common service provider for procurement services, offering federal organizations a broad range of procurement solutions.

2.3 The policy establishes a vendor performance management approach for PSPC and its client departments to assess vendor performance and use vendor past performance information in awarding contracts.

3. Policy statement

3.1 Objective

3.2 Expected results

An approach to vendor performance management that:

4. Application

4.1 The policy applies to contracting authorities for contracts under the authority of PSPC, and to business owners in PSPC and in other departments for those same contracts.

4.2 This policy applies to the piloted commodity groups listed in Annex B. Effective dates and details around pilot scope for each commodity group are listed in Annex B. Vendors will be informed in bid solicitation documents if the contract is subject to the policy under the pilot.

4.3 Exceptions to the above may be made with the approval of the Assistant Deputy Minister (or equivalent) of the contracting authority, provided that at least one of the following justifications applies and is documented on file:

4.4 This policy does not apply to contracts entered into before the effective date of the policy, unless the contract is amended to incorporate the policy.

5. Definitions

5.1 See Annex A: Definitions.

6. General requirements

6.1 Solicitations and contracts subject to the policy must contain standard clauses to inform vendors that their performance will be evaluated.

6.2 Scorecards for each commodity group are included in Annex B: Commodity group pilots—Scorecards and key performance indicators and will be used to determine vendor performance scores. These include key performance indicators which are generally grouped into the performance categories of cost, schedule, quality, and management. The scorecards and key performance Indicators will also be available on the online system used for the piloting of the policy.

6.3 Vendor performance scores gathered during the pilots will be used for testing and verification purposes, to inform the development of the Vendor Performance Management Policy. They will not be retained for bid evaluation or other purposes, and will be removed from the online system at the completion of the pilots.

6.4 Vendor performance scores and vendor performance ratings will be treated by Canada as commercially confidential information, subject to:

6.5 PSPC may determine that a successor entity to a vendor with an existing history of inadequate performance is the same vendor as that original vendor for the purposes of this policy. If PSPC is considering making such a determination, it must provide the successor entity an opportunity to make written submissions on the issue.

6.6 The determination of whether the conditions required to certify payment to a vendor under section 34 of the Financial Administration Act are met is made independently of vendor performance scores.

7. Performance evaluations

7.1 Performance evaluations must take place at least every six months during the contract (interim performance evaluation), and once at the end of the contract (final performance evaluation). For contracts where the first milestone or deliverable is to be provided after a period longer than six months, the first performance evaluation must be completed at the time of the first milestone or deliverable. For contracts of less than twelve months, only a final performance evaluation must be completed.

7.2 At the start of the contract, business owners, together with contracting authorities, must discuss with vendors the performance expectations associated with the key performance indicators. They must also discuss the planned performance evaluation dates.

7.3 Business owners, together with contracting authorities, must have ongoing communications with vendors about performance and proactively raise issues as they occur. Business owners must inform contracting authorities of Vendor performance issues promptly during the life of a contract. Business owners must give vendors feedback on their performance against the key performance indicators at regular intervals, either as part of ongoing discussions about contract work or (if there are no such discussions) in clear written communications specific to performance.

7.4 Business owners, together with contracting authorities, must undertake performance evaluations. They must substantiate vendor performance scores with metrics, narratives or supporting documentation that is appropriate to the type of key performance indicators in question.

7.5 Performance evaluations use the scorecards, including the vendor performance evaluation scale, and the key performance indicators specified in Annex B: Commodity group pilots—Scorecards and key performance indicators of the applicable commodity group.

7.6 Business owners, together with contracting authorities, must discuss the draft vendor performance scores with vendors. Vendors may request to meet with business owners and contracting authorities to discuss the draft vendor performance scores.

7.7 Vendor performance scores must be entered into the online system promptly. Business owners have 10 business days from the applicable milestone or interval to send the results of the performance evaluation (the draft vendor performance scores) to the contracting authority. The contracting authority then has 10 business days to review the draft vendor performance scores, enter them into the electronic procurement solution, and send them to the vendor.

7.8 If a vendor’s concerns about a vendor performance score cannot be resolved in discussions between the original parties, the matter will be escalated up to and including the director(s) general or regional director(s) general (or equivalents) responsible for the procurement.

7.9 Further dispute or appeal mechanisms are not available for the testing period, as the vendor performance scores and vendor performance ratings will only be used to inform the development of the vendor performance policy, and will not be used in bid evaluations or other purposes.

8. Vendor performance ratings

8.1 Vendor performance ratings must be calculated as follows:

8.2 Vendor performance ratings are determined differently in the following cases:

9. General responsibilities

9.1 The vendor performance management centre of expertise is responsible to:

9.2 Business owners are responsible to:

9.3 Contracting authorities are responsible to:

9.4 Vendors are responsible to:

10. Monitoring and compliance

10.1 PSPC will monitor the application of the policy to assess adherence and interpretation. This may include periodic audits or reviews in order to verify that the policy is appropriately implemented.

11. References

Acts

Related publications

12. Enquiries

Please direct enquiries about this policy to the VPM Centre of Expertise.

Email: tpsgc.gestrendementfournisseur-supplierperfmgmt.pwgsc@tpsgc-pwgsc.gc.ca

Annex A: Definitions

Business owner:
The official who initiates a procurement based on operational needs, and who is responsible for matters concerning the technical content of a procurement. This term may be equivalent to the technical authority or project authority.
Commodity group:
A good, service, service related to goods, or construction, grouped at a level as per Annex B: Commodity group pilots—Scorecards and key performance indicators. Each group has a Goods and Services Identification Number (GSIN) or United Nations Standard Products and Services Code (UNSPSC). For the purposes of this policy, PSPC determines whether the GSIN or the UNSPSC will be used during the federal GSIN to UNSPSC transition process.
Complexity:
As per the definitions of levels of complexity in the Supply Manual, Annex: Characteristics of Acquisitions Program procurement complexity levels, as amended from time to time.
Contracting authority:
The PSPC procurement official who holds or reports to the official who holds contract signing authority for the procurement. (For general information only, see the definition of “Contract signing authority” in the Supply Manual.)
Department:
For the purpose of this policy, department has the same meaning as in section 2 of the Financial Administration Act.
Online system:
An online system that includes a data warehouse for the collection, storage and use of vendor performance management data.
Key performance indicators (KPIs):
The set of measures used during performance evaluations and throughout the contract lifecycle. KPIs fall generally under the following performance categories: cost, quality, schedule, and management. Scorecards with KPIs for the pilot commodity groups will be added to Annex B as they are available.
Performance evaluation:
An evaluation by business owners and contracting authorities using PSPC scorecards, including key performance indicators, to determine a vendor’s level of performance in delivering upon their contractual obligations. Results of performance evaluations are called vendor performance scores. 
Vendor:
A legal entity with a unique business number that has or previously had a contract with, or has submitted a bid for a contract to, one or more contracting authorities.
Vendor performance evaluation scale:
A 1 to 5 scale used to evaluate vendor performance, according to the commodity grouping scorecard and key performance indicators. A general definition of the levels follows.
  1. 5. Exceptional: The vendor’s performance greatly exceeds the expected performance
  2. 4. Surpassed: The vendor’s performance exceeds the expected performance
  3. 3. Achieved: The vendor’s performance meets the expected performance
  4. 2. Moderate improvement needed: The vendor’s performance is below the expected performance
  5. 1. Significant improvement needed: The vendor’s performance is significantly below the expected performance
VPM Centre of Expertise:
An office in PSPC dedicated to vendor performance management.
Vendor performance ratings:
An overall rating for a vendor in a commodity group, based on the vendor’s vendor performance scores under that commodity group. This rating is calculated using a formula contained in this policy, which takes as input the vendor performance scores and calculates as output a single vendor performance rating. A vendor may have more than one vendor performance rating if they contract under different commodity groups.
Vendor performance score:
Score assigned through a performance evaluation.

Annex B: Commodity group pilots—Scorecards and key performance indicators

Last updated: November 2021

In this section

Apparel

In this section

Quality: Defective items

Weighting: 40%

Customized goods includes commercial products with significant modifications and goods that are designed and built to meet Canada’s requirements. For these types of procurements, the contractor’s performance has a direct impact on the quality of the final deliverable(s).

Customized goods may be required to meet a set of specifications, standards and/or certification. This commonly involves an inspection process before acceptance. The frequency, severity of defects as well as the contractor’s responsiveness are key aspects of performance.

Indicators for this category include the:

Table 1: Scoring guide: Apparel quality
Score Scoring guide
5 Exceptional

All of the following:

  • minimal number of deliveries with defects
  • defects were minor and accepted without being returned
  • only a minimal number of delivery items were affected
4 Surpassed
  • Occasional deliveries with defects
  • A significant number of delivery items with minor defects, or a minimal number with major defects
3 Achieved

Any of the following:

  • infrequent deliveries with a significant number of major defects
  • frequent deliveries with minor defects where effective corrective action was taken
2 Moderate improvement needed

Any of the following:

  • frequent deliveries with minor defects where effective corrective action was not taken
  • frequent deliveries with major defects where effective corrective action was taken
1 Significant improvement needed Frequent deliveries with major defects where effective corrective action was not taken

Schedule: High volume delivery

Weighting: 30%

For contracts that are not tied to an overall project timeline and have a large volume of items and orders, delivery of complete and on-time orders in accordance with contract requirements and schedules is a key aspect of performance. Allowances may be made for late or incomplete deliveries for reasons outside of the contractor’s responsibility and control, at the discretion of the evaluator.

When deliverables are received, if significant deficiencies are identified, Canada may require the deficiencies be addressed before the delivery is considered to be completed and on time.

Indicators for this category include the:

Table 2: Scoring guide: Apparel schedule
Score Scoring guide
5 Exceptional No late or partial deliveries
4 Surpassed
  • Infrequent late or partial deliveries
  • Affected only a small number of items, or if significant number of items were affected, sufficient mitigation efforts were made
3 Achieved
  • Infrequent late or partial deliveries
  • A significant number of items were affected
2 Moderate improvement needed
  • Frequent late or partial deliveries
  • A significant number of items were affected
  • Sufficient mitigations efforts and remedial action to address underlying causes of delays
1 Significant improvement needed
  • Frequent late or partial deliveries
  • A significant number of items were affected
  • Insufficient mitigations efforts and remedial action to address underlying causes of delays

Management: Communication and coordination

Weighting: 30%

Measures the contractor’s effectiveness in managing and coordinating activities needed to execute the contract, without excessive intervention or reliance on government representatives.

Indicators for this category include (as applicable):

The contractor’s performance is rated for each attribute according to the following criteria:

Table 3: Rating guide: Apparel management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Issue management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Delivery management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received, the contractor is scored according to the table below:

Table 4: Scoring guide: Apparel management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Construction

In this section

Quality: Workmanship

Weighting: 10%

Evaluates the quality of the work at substantial completion, as well as the contractor’s effectiveness in identifying and addressing deficiencies before and after substantial completion.

Indicators for this category include the:

Table 5: Scoring guide: Construction quality
Score Scoring guide
5 Exceptional

All of the following:

  • deliverables were compliant with the requirements of the contract, including applicable standards and certifications
  • early identification of deficiencies and effective remedial action was taken proactively before substantial completion of the project
4 Surpassed

All of the following:

  • deliverables were compliant with the requirements of the contract, including applicable standards and certifications
  • a minimal number of minor deficiencies were identified at substantial completion, and appropriate remedial action was taken in a timely manner
3 Achieved

All of the following:

  • deliverables were compliant with the requirements of the contract, including applicable standards and certifications
  • a significant deficiency or multiple deficiencies were identified at substantial completion, and appropriate remedial action was taken in a timely manner following substantial completion of the project
2 Moderate improvement needed
  • Deliverables were compliant with the requirements of the contract, including applicable standards and certifications
  • A significant deficiency or multiple deficiencies were identified at substantial completion and additional follow-up was required to ensure appropriate remedial action, as some deficiencies were not initially addressed properly
1 Significant improvement needed
  • Deliverables were not compliant with the requirements of the contract, including applicable standards and certifications
  • A significant deficiency or multiple deficiencies were identified and appropriate remedial action was not taken or ineffective

Quality: Documentation

Weighting: 10%

Document deliverables must meet any standards, guidelines or other requirements specified in the contract. If there are multiple document deliverables, they may be evaluated collectively or individually and averaged to provide a single performance category score for the contractor, at the discretion of the evaluator. At the outset of the contract it should be discussed which formal document deliverables will be evaluated and the applicable standards and criteria used.

Indicators for this category include (if applicable):

The contractor’s performance is rated for each indicator according to the following criteria:

Table 6: Rating guide: Construction documentation quality
Indicator Rating Supporting justification
Content requirements

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Level of detail

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Quality of writing

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Format

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Standards

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Revisions

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 7: Scoring guide: Construction document quality
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Management: Communication and coordination

Weighting: 20%

Evaluates the contractor’s effectiveness in managing and coordinating activities needed to execute the contract.

Indicators for this category include (as applicable):

The contractor’s performance is rated for each indicator according to the following criteria:

Table 8: Rating guide: Construction communication and coordination management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Issue management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Delivery management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received, the contractor is scored according to the table below:

Table 9: Scoring guide: Construction communication and coordination management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Management: Health and safety

Weighting: 20%

Evaluates the contractor’s effectiveness in managing and administering the health and safety provisions as stipulated in the contract documents, required by provincial/territorial legislation, or that would otherwise be applicable to the site of the work.

Indicators for this category include:

Health and safety officials may include:

Table 10: Scoring guide: Construction health and safety management
Score Scoring guide
5 Exceptional

All of the following:

  • the contractor proactively identified and addressed hazards on site, resulting in no major hazards identified by health and safety officials, and no government imposed shutdowns for health and safety reasons (voluntary shutdowns initiated by the contractor to address self-identified hazards are permissible)
  • no health and safety injuries/incidents that were reasonably foreseeable and preventable
  • all health and safety documents:
    • met or exceeded applicable requirements and standards
    • were provided within required timeframes
    • required minimal revisions before acceptance
    • were updated proactively as needed by the contractor without prompting
4 Surpassed

All of the following:

  • a minimal number of hazards identified by health and safety officials, all of which were sufficiently addressed in a timely manner, and no government imposed shutdowns for health and safety reasons (voluntary shutdowns initiated by the contractor to address self-identified hazards are permissible)
  • no health and safety injuries/incidents that were reasonably foreseeable and preventable
  • all health and safety documents:
    • met or exceeded applicable requirements and standards
    • were provided within required timeframes
    • required minimal revisions before acceptance
    • were updated promptly when requested by government representatives
3 Achieved

All of the following:

  • a minimal number of hazards identified by health and safety officials, all of which were sufficiently addressed in a timely manner, and no government imposed shutdowns for health and safety reasons (voluntary shutdowns initiated by the contractor to address self-identified hazards are permissible)
  • minimal minor health and safety injuries/incidents that were reasonably foreseeable and preventable, where timely and effective corrective action was taken in all cases
  • all health and safety documents:
    • met or exceeded applicable requirements and standards
    • were provided within required timeframes
    • required minimal revisions before acceptance, and
    • were updated promptly when requested by government representatives
2 Moderate improvement needed

Any of the following:

  • most hazards identified by health and safety officials were sufficiently addressed in a timely manner, and no government imposed shutdowns for health and safety reasons (voluntary shutdowns initiated by the contractor to address self-identified hazards are exempt)
  • minimal minor health and safety injuries/incidents that were reasonably foreseeable and preventable, where corrective action was either delayed or unacceptable
  • some health and safety documents were significantly late or required multiple revisions and health and safety meetings to address deficiencies
1 Significant improvement needed

Any of the following:

  • several hazards identified by health and safety officials that were not sufficiently addressed in a timely manner, resulting in 1 or more government imposed shutdowns for health and safety reasons (voluntary shutdowns initiated by the contractor to address self-identified hazards are exempt)
  • several minor health and safety injuries/incidents that were reasonably foreseeable and preventable, where corrective actions were either delayed or unacceptable
  • 1 or more critical health and safety injuries/incidents that were reasonably foreseeable and preventable
  • the contractor failed to notify the departmental representatives and/or authorities having jurisdiction of a contractual/regulatory reportable incident

Cost: Firm price basis of payment

Weighting: 20%

Cost control is an important aspect of performance, even where there is a firm price basis of payment. It is not uncommon for the need for unscheduled work to arise during the course of a contract. Particularly in complex projects, unforeseen circumstances, issues and changes in requirements can occur. Typically, the unscheduled work that was not part of the original contract must be approved through a change request/contract amendment process. This often involves proposal submissions and negotiations with the vendor and can lead to unreasonable cost escalation.

Indicators for this category include:

Table 11: Scoring guide: Construction cost
Score Scoring guide
5 Exceptional

All of the following:

  • sufficient justification was provided for all change order requests
  • contractor’s requests for change orders were submitted promptly and change order processes were followed before commencing work
  • cost breakdowns for change order work were always detailed and supportable
  • credits were identified and provided where applicable
  • substantial cost avoidance as a result of early identification and mitigation of issues (including prior to contact award)
4 Surpassed
  • Sufficient justification was provided for all change order requests
  • Contractor’s requests for change orders were submitted promptly and change order processes were followed before commencing work
  • Cost breakdowns for change order work were always detailed and supportable
  • Credits were identified and provided where applicable
3 Achieved
  • Sufficient justification was provided for all change order requests
  • Contractor’s requests for change orders were submitted promptly and change order approval processes were followed before commencing work
  • Cost breakdowns for change order work were usually detailed and supportable. Time and materials pricing was required occasionally for amendments where a firm price basis was preferable
  • Credits were identified and provided where applicable
2 Moderate improvement needed

Isolated instance(s) of performance issues related to cost control, such as:

  • questionable justification for change order requests
  • late notification of change orders resulting in additional costs that could have been mitigated or avoided through early identification
  • commencement of unauthorized work
  • inadequate price support for change order work
  • failure to identify or provide credits where applicable

The contractor made a reasonable effort to address cost control issues and minimize recurrence

1 Significant improvement needed

Persistent performance issues related to cost control, such as:

  • questionable justification for change order requests
  • inadequate price support for change order work
  • commencement of unauthorized work
  • late notification of change orders resulting in additional costs that could have been mitigated or avoided through early identification
  • failure to identify or provide credits where applicable

The contractor did not make a reasonable effort to address cost control issues or corrective measures were ineffective

Schedule: Project management

Weighting: 20%

Requirements for complex contracts are commonly tied to an overall project schedule. Where the project schedule is primarily managed and controlled by the contractor, the schedule (project management) performance category evaluates the contractor’s effectiveness in establishing and maintaining the schedule as well as the ability to mitigate potential delays, in accordance of the contract.

In certain contract situations is may not be possible to establish firm contract timelines prior to contract award, and the initial schedule may need to be adjusted as a result of post-award activities.

The contractor is often not solely responsible for the entire project but 1 of multiple stakeholders that share defined roles and responsibilities. On such projects delays can occur that are outside of the contractor’s responsibility and control. The tasks the contractor must perform may be dependent on tasks by other stakeholders being completed first or concurrently. Allowances should be made for excusable delays for circumstances beyond the contractor’s responsibility and control, at the discretion of the evaluator.

Indicators for this category include the:

Table 12: Scoring guide: Construction schedule
Score Scoring guide
5 Exceptional

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, significantly reducing completion time (>10%) of the overall project
4 Surpassed

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, moderately reducing completion time of the overall project
3 Achieved

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
2 Moderate improvement needed
  • Initial schedule provided was not feasible and required significant revisions and administrative effort by Canada to make acceptable
  • Progress monitoring and notification was inconsistent and required significant administrative effort by Canada
  • The contractor made some effort to mitigate potential delays to the project schedule that was partially effective
1 Significant improvement needed
  • Commencement of the project was delayed as a result of late delivery of an acceptable project schedule
  • Minimal or unreliable progress monitoring and notification, resulted in operational impacts to the project
  • The contractor was not responsive when addressing issues which led to significant delays to the project schedule

Fairness monitoring

In this section

Quality: Fairness monitor performance

Weighting: 40%

Evaluates the contractor’s effectiveness in supplying services and deliverables of the required quality, in accordance with the contract.
Services may include attending and providing feedback on contractor meetings, and reviewing and providing feedback on procurement-related documents.

Deliverables may include work plan(s), interim report(s), final report(s), addenda to the final report, and summary report. Deliverables are expected to be final versions of acceptable quality following prescribed templates. If significant revisions are required by Canada for acceptance, the assessment will be based on the quality of the original submission, not the revised version. Requested revisions that are only to address changes to reflect stylistic preferences should not impact quality assessments.

Indicators for this category include (as applicable):

The contractor’s performance is rated for each indicator according to the following criteria:

Table 13: Rating guide: Fairness monitoring quality
Indicator Rating Supporting justification
Service delivery

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Understanding of scope

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Quality of writing

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Quality of content

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Thoroughness of fairness assessments

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 14: Scoring guide: Fairness monitoring quality
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Management: Fairness Monitoring Program

Weighting: 20%

Evaluates the contractor’s effectiveness in managing activities needed to execute the contract from the perspective of the Fairness Monitoring and Business Dispute Management Directorate.

Indicators for this category include:

The contractor’s performance is rated for each indicator according to the following criteria:

Table 15: Rating guide: Fairness monitoring program management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 16: Scoring guide: Fairness monitoring program management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Management: Client assessment

Weighting: 20%

Measures the contractor’s effectiveness in managing activities needed to execute the contract from the perspective of the client (contracting authority for the procurement associated with the contract work). The management (client assessment) performance category provides a mechanism for the client to provide input into the overall vendor performance management evaluation. The overall scorecard is completed by the Fairness Monitoring Program representative.

Indicators for this category include:

The contractor’s performance is rated for each indicator according to the following criteria:

Table 17: Rating guide: Fairness monitoring client-assessment management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 18: Scoring guide: Fairness monitoring client-assessment management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Cost: Fixed time rate

Weighting: 10%

Cost control is an important aspect of performance where the level of effort associated with the work is uncertain and a firm price basis of payment is not applicable. The cost (fixed time rate) performance category evaluates aspects of contractor performance that are critical to ensuring cost control under contracts with a fixed time rate basis of payment.

Indicators for this category include:

Table 19: Scoring guide: Fairness monitoring cost
Score Scoring guide
5 Exceptional

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the expected level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
  • substantial savings and/or cost avoidance as a result of early identification of issues and/or opportunities for greater efficiency in performance of the work
4 Surpassed

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the expected level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
3 Achieved
  • Invoices were usually submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with minimal errors requiring correction
  • Billed hours were reasonable relative to the expected level of effort required for the work performed
  • Notification and approval of additional work was timely and had acceptable justification
2 Moderate improvement needed

Isolated instance(s) of issues related to billing and cost control, such as:

  • unreasonable delay between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the expected level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor made a reasonable effort to address cost control issues and minimize recurrence

1 Significant improvement needed

Persistent issues related to billing and cost control, such as:

  • unreasonable delays between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the expected level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor did not make a reasonable effort to address cost control issues or corrective measures were ineffective

Schedule: On-time delivery rate

Weighting: 10%

Timely submission of formal contract deliverables is an important aspect of contractor performance. The schedule (on-time delivery rate) performance category is applicable to contracts where multiple deliverables are required within defined timeframes.

When deliverables are submitted, Canada may require corrections before acceptance. If significant corrective actions are required, the date the final accepted deliverable is provided is considered the completion date.

It is recognized that contracted timelines may be dependent on timely completion of actions or deliverables by Canada, and/or impacted by unanticipated events outside of the contractor's responsibility or control. When such circumstances arise, it is at the discretion of the evaluator to include an excusable delay adjustment in the evaluation of a deliverable or milestone.

The indicator for this category is: the number of key deliverables or milestones that were met on time in accordance with the requirements of the contract.

Table 20: Scoring guide: Fairness monitoring schedule
Score Scoring guide
5 Exceptional 100% of deliverables were received on time and met the requirements of the contract
4 Surpassed 90 to 99% of deliverables were received on time and met the requirements of the contract
3 Achieved 70 to 89% of deliverables were received on time and met the requirements of the contract
2 Moderate improvement needed 60 to 69% of deliverables were received on time and met the requirements of the contract
1 Significant improvement needed 59% or less of deliverables were received on time and met the requirements of the contract

Marine: Small vessels

In this section

Quality: Technical compliance

Weighting: 50%

Certain types of complex deliverables may have detailed technical specifications and performance requirements, including meeting established standards and certifications. Identified deficiencies and deviations from requirements must be addressed before final acceptance of deliverables. Deficiencies are the result of workmanship errors, as opposed to deviations which are intentional changes. Either may result in non-compliance with requirements that may or may not be acceptable.

The indicator for this category is: Compliance with all technical requirements and applicable standards in accordance with the contract.

Table 21: Scoring guide: Marine quality
Score Scoring guide
5 Exceptional

All of the following:

  • deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • there were no deviations or deficiencies identified
4 Surpassed

All of the following:

  • deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • some minor deviations identified that did not require correction
3 Achieved

All of the following:

  • deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • some minor deficiencies were identified but deemed acceptable and were addressed proactively
2 Moderate improvement needed
  • Deliverables were not compliant with either the contract technical requirements or applicable standards and certifications
  • A significant deficiency or multiple deficiencies were identified and appropriate remedial action was taken
1 Significant improvement needed
  • Deliverables were not compliant with either the contract technical requirements or applicable standards and certifications
  • A significant deficiency or multiple deficiencies were identified and appropriate remedial action was not taken or ineffective

Management: Communication and coordination

Weighting: 25% for small vessels, 15% for refits

Evaluates the contractor’s effectiveness in managing and coordinating activities needed to execute the contract, without excessive intervention or reliance on government representatives.

Indicators for this category include (as applicable):

The contractor’s performance is rated for each indicator according to the following criteria:

Table 22: Rating guide: Marine management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Issue management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 23: Scoring guide: Marine management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator, and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators, and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators, and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Cost: Fixed time rate

Weighting: 10% for refits, not applicable for small vessels

Cost control is an important aspect of performance where the level of effort associated with the work is uncertain and a firm price basis of payment is not applicable. The cost (fixed time rate) performance category evaluates aspects of contractor performance that are critical to ensuring cost control under contracts with a fixed time rate basis of payment.

Indicators for this category include:

Table 24: Scoring guide: Marine cost
Score Scoring guide
5 Exceptional

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the expected level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
  • substantial savings and/or cost avoidance as a result of early identification of issues and/or opportunities for greater efficiency in performance of the work
4 Surpassed

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the expected level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
3 Achieved
  • Invoices were usually submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with minimal errors requiring correction
  • Billed hours were reasonable relative to the estimated level of effort required for the work performed
  • Notification and approval of additional work was timely and had acceptable justification
2 Moderate improvement needed

Isolated instance(s) of issues related to billing and cost control, such as:

  • unreasonable delay between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the expected level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor made a reasonable effort to address cost control issues and minimize recurrence

1 Significant improvement needed

Persistent issues related to billing and cost control, such as:

  • unreasonable delay between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the expected level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor did not make a reasonable effort to address cost control issues or corrective measures were ineffective

Schedule: Project management

Weighting: 25%

Requirements for complex contracts are commonly tied to an overall project schedule. Where the project schedule is primarily managed and controlled by the contractor, the schedule (project management) performance category evaluates the contractor’s effectiveness in establishing and maintaining the schedule as well as the ability to mitigate potential delays, in accordance with the contract.

In certain contract situations is may not be possible to establish firm contract timelines prior to contract award, and the initial schedule may need to be adjusted as a result of post-award activities.

The contractor is often not solely responsible for the entire project but 1 of multiple stakeholders that share defined roles and responsibilities. On such projects delays can occur that are outside of the contractor’s responsibility and control. The tasks the contractor must perform may be dependent on tasks by other stakeholders being completed first or concurrently. Allowances should be made for excusable delays for circumstances beyond the contractor’s responsibility and control, at the discretion of the evaluator.

Indicators for this category include the:

Table 25: Scoring guide: Marine schedule
Score Scoring guide
5 Exceptional

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, significantly reducing completion time (>10%) of the overall project
4 Surpassed

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, moderately reducing completion time of the overall project
3 Achieved

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
2 Moderate improvement needed
  • Initial schedule provided was not feasible requiring significant revisions and administrative effort by Canada to make acceptable
  • Progress monitoring and notification was inconsistent requiring significant administrative effort by Canada
  • The contractor made some effort to mitigate of potential delays to the project schedule that was partially effective
1 Significant improvement needed
  • Commencement of the project was delayed as a result of late delivery of an acceptable project schedule
  • Minimal or unreliable progress monitoring and notification, resulting in operational impacts to the project
  • The contractor was not responsive when addressing issues leading to significant delays to the project schedule

Task based informatics professional services

In this section

Quality: Resource quality and continuity

Weighting: 10%

The contractor’s effectiveness in supplying deliverables of the required quality, in accordance with the contract.

Indicators for this category include the:

Table 26: Scoring guide: Task based informatics professional services resource and continuity quality
Score Scoring guide
5 Exceptional

All of the following:

  • the contractor provided qualified resources to meet all contract requirements
  • the resource(s) proposed in contractor’s bid proposal performed all contractual work for the entire contract period
  • no substitutions were requested by Canada for performance related issues during the contract period
4 Surpassed

All of the following:

  • the contractor provided qualified resources to meet all contract requirements
  • the resource(s) proposed in contractor’s bid proposal were substituted at the outset of the contract
  • the substituted resource(s) had equivalent or greater qualifications and experience as those originally proposed
  • the assigned resources performed all contractual work for the entire contract period
  • no further substitutions were requested by Canada for performance related issues during the contract period
3 Achieved

All of the following:

  • the contractor provided qualified resources to meet all contract requirements
  • substitution(s) of the resource(s) was required to complete contractual work during the contract period
  • the substituted resource(s) had greater or equivalent qualifications and experienced as the resources that were replaced
  • the reason for the substitution of resources was not related to performance issues
2 Moderate improvement needed

All of the following:

  • the contractor provided qualified resources to meet all contract requirements
  • during the contract period, replacement of resource(s) was requested for performance related issues
  • the substituted resource(s) had greater or equivalent qualifications and experienced as the resources that were replaced
  • performance related issues were resolved as a result of the substitution
1 Significant improvement needed

Any of the following:

  • the contractor was not able to provide qualified resources to meet all contract requirements
  • the contractor was unable to provide qualified replacement resource(s) when requested or performance related issues persisted after replacement

Quality: Technical compliance

Weighting: 10%

Certain types of complex deliverables may have detailed technical specifications and performance requirements, including meeting established standards and certifications. Identified deficiencies and deviations from requirements must be addressed before final acceptance of deliverables. Deficiencies are the result of workmanship errors, as opposed to deviations which are intentional changes. Either may result in non-compliance with requirements that may or may not be acceptable.

The indicator for this category is: Compliance with all technical requirements and applicable standards in accordance with the contract.

Table 27: Scoring guide: Task based informatics professional services technical-compliance quality
Score Scoring guide
5 Exceptional

All of the following:

  • deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • there were no deviations or deficiencies identified
4 Surpassed

All of the following:

  • deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • some minor deviations identified that did not require correction
3 Achieved
  • Deliverables were compliant with the contract technical requirements and applicable standards and certifications
  • Some minor deficiencies were identified but deemed acceptable and were addressed proactively
2 Moderate improvement needed
  • Deliverables were not compliant with either the contract technical requirements or applicable and certifications
  • Significant deficiency or deficiencies were identified and appropriate remedial action was taken
1 Significant improvement needed
  • Deliverables were not compliant with either the contract technical requirements or applicable standards and certifications
  • Significant deficiency or deficiencies were identified and appropriate remedial action was not taken or was ineffective

Quality: Document quality

Weighting: 10%

Document deliverables must meet any standards, guidelines or other requirements specified in the contract. If there are multiple document deliverables, they may be evaluated collectively or individually and averaged to provide a performance category score for the contractor, at the discretion of the evaluator. At the outset of the contract it should be discussed which formal document deliverables will be evaluated and the applicable standards and criteria used.

Indicators for this category include (if applicable):

The contractor’s performance is rated for each attribute according to the following criteria:

Table 28: Rating guide: Task based informatics professional services document quality
Indicator Rating Supporting justification
Content requirements

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Level of detail

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Quality of writing

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Format

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Standards

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Revisions

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 29: Scoring guide: Task based informatics professional services document quality
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Management: Communication and coordination

Weighting: 20%

Measures the contractor’s effectiveness in managing and coordinating activities needed to execute the contract, without excessive intervention or reliance on government representatives.

Indicators for this category include (as applicable):

The contractor’s performance is rated for each indicator according to the following criteria:

Table 30: Rating guide: Task based informatics professional services management
Indicator Rating Supporting justification
Communication

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Issue management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Delivery management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Relationship management

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Flexibility

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Reliability

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]
Continuous improvement

Succeeds +

Succeeds -

Significant underperformance

Not applicable

[insert supporting justification]

Based on the ratings received for all indicators, the contractor is scored according to the table below:

Table 31: Scoring guide: Task based informatics professional services management
Score Scoring guide
5 Exceptional Succeeds + across all applicable indicators
4 Surpassed Succeeds - across only 1 indicator and no significant underperformance against any indicators
3 Achieved Succeeds - across only 2 indicators and no significant underperformance against any indicators
2 Moderate improvement needed Succeeds - across 3 indicators and no significant underperformance against any indicators
1 Significant improvement needed Succeeds - across 4 or more indicators or significant underperformance against 1 or more indicators

Cost: Basis of payment

Weighting: 20%

Firm Price

Cost control is an important aspect of performance, even where there is a firm price basis of payment. It is not uncommon for the need for unscheduled work to arise during the course of a contract. Particularly in complex projects, unforeseen circumstances, issues and changes in requirements can occur. Typically, the unscheduled work that was not part of the original contract must be approved through a change request/contract amendment process. This often involves proposal submissions and negotiations with the contractor and can lead to unreasonable cost escalation.

Indicators for this category include:

Table 32: Scoring guide: Task based informatics professional services firm-price cost
Score Scoring guide
5 Exceptional

All of the following:

  • sufficient justification was provided for all change order requests
  • contractor requests for change orders were submitted promptly and change order processes were followed before commencing work
  • cost breakdowns for change order work were always detailed and supportable
  • credits were identified and provided where applicable
  • substantial cost avoidance as a result of early identification and mitigation of issues (including prior to contact award)
4 Surpassed

All of the following:

  • sufficient justification was provided for all change order requests
  • contractor requests for change orders were submitted promptly and change order processes were followed before commencing work
  • cost breakdowns for change order work were always detailed and supportable
  • credits were identified and provided where applicable
3 Achieved

All of the following:

  • sufficient justification was provided for all change order requests
  • contractor requests for change orders were submitted promptly and change order approval processes were followed before commencing work
  • cost breakdowns for change order work were usually detailed and supportable
  • credits were identified and provided where applicable
2 Moderate improvement needed

Isolated instance(s) of performance issues related to cost control, such as:

  • questionable justification for change order requests
  • late notification of change orders resulting in additional costs that could have been mitigated or avoided through early identification
  • commencement of unauthorized work
  • Insufficient justification of billed hours relative to the estimated level of effort required for change order work
  • failure to identify or provide credits where applicable

The contractor made a reasonable effort to address cost control issues and minimize recurrence

1 Significant improvement needed

Persistent performance issues related to cost control, such as:

  • questionable justification for change order requests
  • inadequate price support for change order work
  • commencement of unauthorized work
  • late notification of change orders resulting in additional costs that could have been mitigated or avoided through early identification
  • failure to identify or provide credits where applicable

The contractor did not make a reasonable effort to address cost control issues or corrective measures were ineffective

Fixed time rate: Per diem rate

Cost control is an important aspect of performance where the level of effort associated with the work is uncertain and a firm price basis of payment is not applicable. The cost (fixed time rate) performance category evaluates aspects of contractor performance that are critical to ensuring cost control under contracts with a fixed time rate basis of payment.

Indicators for this category include:

Table 33: Scoring guide: Task based informatics professional services fixed-time-rate cost
Score Scoring guide
5 Exceptional

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the estimated level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
  • substantial savings and/or cost avoidance as a result of early identification of issues and/or opportunities for greater efficiency in performance of the work
4 Surpassed

All of the following:

  • invoices were always submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with no errors requiring correction
  • billed hours were reasonable relative to the estimated level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
3 Achieved

All of the following:

  • invoices were usually submitted promptly and in accordance with the basis of payment and invoicing requirements of the contract with minimal errors requiring correction
  • billed hours were reasonable relative to the estimated level of effort required for the work performed
  • notification and approval of additional work was timely and had acceptable justification
2 Moderate improvement needed

Isolated instance(s) of issues related to billing and cost control, such as:

  • unreasonable delay between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the estimated level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor made a reasonable effort to address cost control issues and minimize recurrence

1 Significant improvement needed

Persistent issues related to billing and cost control, such as:

  • unreasonable delay between submission of invoices and the time the work was performed, making validation difficult
  • insufficient justification of billed hours relative to the estimated level of effort required for work
  • inadequate budget monitoring and notification of contract increases in required level of effort
  • commencement of unauthorized work

The contractor did not make a reasonable effort to address cost control issues or corrective measures were ineffective

Schedule: Project management

Weighting: 30%

Requirements for complex contracts are commonly tied to an overall project schedule. Where the project schedule is primarily managed and controlled by the contractor, the schedule (project management) performance category evaluates the contractor’s effectiveness in establishing and maintaining the schedule as well as the ability to mitigate potential delays, in accordance with the contract. In certain contract situations is may not be possible to establish firm contract timelines prior to contract award, and the initial schedule may need to be adjusted as a result of post-award activities.

The contractor is often not solely responsible for the entire project but 1 of multiple stakeholders that share defined roles and responsibilities. On such projects delays can occur that are outside of the contractor’s responsibility and control. The tasks the contractor must perform may be dependent on tasks by other stakeholders being completed first or concurrently. Allowances should be made for excusable delays for circumstances beyond the contractor’s responsibility and control, at the discretion of the evaluator.

Indicators for this category include the:

In certain contract situations is it not possible to establish firm contract timelines prior to contract award, and may need to be adjusted as a result of post-award activities (for example, site assessments). Allowances may also be made for delays that are for reasons outside of the contractor’s responsibility and control. Some excusable delay may be accounted for in determining if a deliverable is to be considered late, at the discretion of the evaluator.

Table 34: Scoring guide: Task based informatics professional services schedule
Score Scoring guide
5 Exceptional

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, significantly reducing completion time (>10%) of the overall project
4 Surpassed

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
  • proactive and collaborative improvements to project efficiency throughout the contract, moderately reducing completion time of the overall project
3 Achieved

All of the following:

  • timely provision of a schedule that was reasonable and in accordance with contract requirements
  • detailed and effective progress monitoring and notification of changes to the project schedule
  • issue identification and mitigation was effective with minimal or no delays to the project schedule that were attributable to the contractor
2 Moderate improvement needed
  • Initial schedule provided was not feasible requiring significant revisions and administrative effort by Canada to make acceptable
  • Progress monitoring and notification was inconsistent and required significant administrative effort by Canada
  • The contractor made some effort to mitigate of potential delays to the project schedule that was partially effective
1 Significant improvement needed
  • Commencement of the project was delayed as a result of late delivery of an acceptable project schedule
  • Minimal or unreliable progress monitoring and notification resulted in operational impacts to the project
  • The contractor was not responsive when addressing issues leading to significant delays to the project schedule
Date modified: