RENTALS OF MATERIAL HANDLING EQUIPMENT

Solicitation number W8484-22-109

Publication date

Closing date and time 2022/05/16 14:00 EDT

Last amendment date


    Description

    RENTALS OF MATERIAL HANDLING EQUIPMENT

    OP REASSURANCE 2021

     

     

    Section 1.0 – Scope

     

    1.1 Purpose

     

    The Canadian Armed Forces (CAF) requires the establishment of a standing offer for contracting the rental of material handling equipment (MHE) and construction equipment to be used for camp construction and maintenance until 2023 on a request basis.

     

    1.2 Background

     

    Op REASSURANCE is Canada’s commitment to NATO air policing. Op REASSURANCE next ROTOs will have an ATF located in Mihail Kogălniceanu Air Base, Romania.

    Section 2.0 – Requirements

     

    2.1 Tasks

     

    2.1.1. The Contractor will provide MHE vehicle rentals for Op REASSURANCE at Mihail Kogălniceanu Air Base, Romania.

    2.2 General Technical Requirements

     

    2.2.1 The Contractor must be able to provide multiple of the following equipment:

    1. Electrical or Diesel Scissor Lift with a Working Height of 6m +/- 1m;

    2. Electrical or Diesel Scissor Lift with a Working Height of 9m +/- 1m;

    3. Electrical or Diesel Scissor Lift with a Working Height of a minimum of 12m +/- 1m;

    4. Electrical or Diesel Articulating Boom / Cherry Picker / Genie Boom All Wheel Drive (AWD) with a Working Height of 6m +/- 1m;

    5. Electrical or Diesel Articulating Boom / Cherry Picker / Genie Boom All Wheel Drive (AWD) with a Working Height of 9m +/- 1m;

    6. Electrical or Diesel Articulating Boom / Cherry Picker / Genie Boom All Wheel Drive (AWD) with a Working Height of a minimum of 12m +/- 1m;

    7. Diesel Zoom Boom / Telescopic Forklift All Wheel Drive (AWD) with a lifting capacity of 6 000lbs +/- 1000lbs;

    8. Diesel Zoom Boom / Telescopic Forklift All Wheel Drive (AWD) with a lifting capacity of 12 500lbs +/- 2000lbs;

    9. Diesel Zoom Boom / Telescopic Forklift All Wheel Drive (AWD) with a lifting capacity of 35 000lbs +/- 3000lbs. Including adjustable forks, able to lift seacans;

    1. Diesel Forklift with a minimum lifting capacity of 5 000lbs capacity. Hydraulically adjustable sliding forks are preferred but not essential to this requirement;

    2. Diesel Forklift with a minimum lifting capacity of 10 000lbs capacity. Hydraulically adjustable sliding forks are preferred but not essential to this requirement;

    3. Diesel Rough Terrain Forklift with a minimum lifting capacity of 5 000lbs capacity. Hydraulically adjustable sliding forks are preferred but not essential to this requirement;

    4. Diesel Rough Terrain Forklift with a minimum lifting capacity of 10 000lbs capacity. Hydraulically adjustable sliding forks are preferred but not essential to this requirement;

    5. Skid Steer and the following attachment based on need :

      1. Forks;

      2. Bucket;

      3. Backhoe;

      4. Hammer; and

      5. Auger.

    6. Steam Roller; and

      2.2.2 The Contractor must ensure that all the equipment is functional and free from damage; 

      2.2.3 The Contractor must replace all unserviceable heavy equipment within 48 hrs at no additional cost to the CAF;

      2.2.4 The Contractor must include operating instructions in English and keys with delivery of all MHE rentals; and

      2.2.5 The Contractor must ensure that all MHE is full of fuel on delivery.

       

      2.4 Constraints

       

      2.4.1 The equipment will be ready and stored at the Contractor’s location and ready for delivery. The Contractor must be prepared to deliver all or some of the equipment within 24 hours of the request from the CAF Theatre Technical Authority (TTA).

      2.4.2 The CAF must be able to modify the dates of the requirement no later than 24 hours prior to the drop off times;

      2.4.3 In the event of an operational changes, the CA will advise the contractor of cancellation with termination or contract amendment with a 48 hours’ notice. For less than 48 hours’ notice, Canada will pay a penalty of one rental day per cancelled vehicle.

      2.4.4 The CAF must be able to increase, decrease or modify the requests of the MHE providing a 48 hrs notice to the contractor; and

       

      2.4.5 The CAF must be able, if required, to extend the contract after providing a 48 hours’ notice to the contractor before the expiry date of the Call-Up.

       

      2.5 CAF Responsibilities

       

      2.5.1 The CAF will identify a TTA for the requested services. The CAF TTA is the CAF on-site representative for whom the work is being carried out and is responsible for all matters concerning the technical content of the work;

      2.5.2 The CAF will provide the Contractor with the exact delivery location of the MHE vehicles at Mihail Kogălniceanu Air Base for every Call-Up; and

      2.5.3 The CAF will provide timings and exact location for delivery of the equipment no later than 24 hours prior to delivery.

       

      2.6 Contractors Responsibilities

       

      2.6.1 The Contractor must pro-actively resolve any issues with the delivery and advise the CAF TTA of the issues (s) and the resolution as to not disrupt operations;

      2.6.2 The Contractor must ensure delivery will be done at approved site locations;

      2.6.3 The Contractor will be responsible for unloading and reloading of MHE at the commencement and completion of the contract;

      2.6.4 The Contractor must ensure all MHE comply with relevant Local /Territorial laws and regulations; and

      2.6.5 All deliverables outlined in the Statement of Work must be met at all times by the Contractor. Discrepancies shall be addressed by the designated CAF TTA.

      Section 3.0 – Deliverables

       

      3.1 Delivery and inspection

       

      3.1.1 Delivery and inspection of the materials must be completed in accordance with the following:

      3.1.1.1 Upon delivery, the MHE being provided must be inspected and accepted by the CAF TTA;

      3.1.1.2 The Contractor agrees to replace within 48 hours any MHE found with latent damages, defects or concealed damages if so requested by the CAF TTA. No extra charges shall be incurred by the CAF during the replacement of the equipment, as it is the sole responsibility of the Contractor to deliver materials in good condition; and

      3.1.1.3 The CAF TTA and the Contractor shall sign duplicate copies of the acceptance and confirmed delivery of materials.

      3.1.2 Acceptance of the materials process must be completed in accordance with the following:

      3.1.2.1 At time of MHE delivery, in the event materials are not in good condition or otherwise not in conformity with the requirements of this Statement of Work, the CAF TTA must have the right to either reject the materials or have the materials replaced within 48 hrs.

      3.2 Equipment return

      3.2.1 Return of the equipment process must be completed in accordance with the following:

      3.2.1.1 The CAF TTA and the Contractor shall note any damage or defects with the equipment that do not correspond to the original Vehicle/Equipment Inspection Sheet;

      3.2.1.2 The CAF TTA shall only consider damage or defects with the equipment that do not correspond to the original Vehicle/Equipment Inspection Sheet;

      3.2.1.3 The Contractor must provide a written estimate for any equipment repairs as a result of agreed damages and defects incurred during use by CAF. The Contractor must submit estimate to the CAF TTA within 7 days of the return of the damaged equipment;

       

      3.2.1.4 The CAF is not responsible for damages or repairs due to normal wear and tear. The CAF will not be liable for the cost of repairs to equipment failure or break down due to normal wear and tear;

      3.2.1.5 It is expressly agreed and understood that the CAF is only responsible for damages and repairs to the equipment supplied under the contract during the rental period that are caused by or contributed to, by negligence or carelessness of CAF members; and

    3.2.1.6 For damages and repairs that are the responsibility of the CAF, the CAF reserves the right to obtain its own estimates at its own cost through a third party on the agreed damages and repairs, in order to validate the Contractor’s repair estimates. Once the value of the repairs has been established, the CAF will enter into a separate repair contract whereby the Contractor will invoice the CAF for the repairs in accordance with the new repair contract.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Adamson, Laura
    Email
    laura.adamson@forces.gc.ca

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    French
    3
    English
    3
    000
    French
    10
    000
    English
    21

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Standing Offer
    Language(s)
    English, French
    Region(s) of delivery
    Europe
    Region of opportunity
    Europe
    Procurement method
    Competitive – Open Bidding

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: