Coach Buses with Operators
Solicitation number W6704-14TN01/A
Publication date
Closing date and time 2014/05/05 16:00 EDT
Description
Trade Agreement: Agreement on Internal Trade (AIT) Tendering Procedures: The bidder must supply Canadian goods and/or services Attachment: None Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: 1. TITLE: HIGHWAY COACHES WITH OPERATORS 2. SECURITY: There is no security requirement associated with the requirement. 3. REQUIREMENT: A Regional Individual Standing Offer (RISO) for the provision of all labour, transportation, materials, tools, equipment and supervision necessary to provide various sized passenger motor coaches/highway cruisers (40 passenger and above), with operators on an "as required" basis for the Department of National Defence (DND) Calgary, Alberta. The service is for DND units within the Southern Alberta Area including the City of Red Deer, Calgary, Lethbridge and Medicine Hat, AB to Training Areas for exercise in: a. Alberta: Wainwright, Suffield, Cold Lake; or b. Saskatchewan: Dundurn; or c. Manitoba: Shilo; or d. British Columbia: Chilcotin, Vancouver, Vernon and Chilliwack. Trips normally begin and end at the location identified in the Call-up. It is Canada's intention to issue up to two (2) Standing Offers for each geographic region. 4. EVALUATION AND SELECTION: An offer must comply with the requirements of the Request for Standing Offers to be declared responsive. The responsive offer with the lowest evaluated price will be recommended for issuance of a standing offer. Responsive offers will be ranked for each of the geographic locations, based on the lowest aggregate Total Bid price. It is Canada's intention to issue up two (2) standing offers for each geographic location. If more than one (1) responsive offer has been received, the Standing Offers will be issued as follows: a) The first Standing Offer authorized for use, will be issued to the responsive Offeror whose Total Bid Price is the lowest. Funding will be 60% of the total estimated expenditure. b) The second Standing Offer authorized for use, will be issued to the responsive Offeror who has the second lowest Total Bid Price. Funding will be 40% of the total estimated expenditure. If only one responsive offer is received, one standing offer will be authorized for use and will be funded at 100% of the total estimated expenditure. 5. PERIOD OF STANDING OFFER: The period of the Standing Offer will be from date of issuance for a two (2) year period, with one (1) additional one year option period. 6. CODE OF CONDUCT CERTIFICATIONS Pursuant to section 01 of Standard Instructions 2006, Bidders who are incorporated, including those bidding as a joint venture, must provide with their bid or promptly thereafter a complete list of names of all individuals who are currently directors of the Bidder. Bidders bidding as sole proprietorship, including those bidding as a joint venture, must provide with their bid or promptly thereafter the name of the owner. Bidders bidding as societies, firms, or partnerships do not need to provide lists of names. If the required names have not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to comply will render the bid non-responsive. Providing the required names is a mandatory requirement for contract award. Contracting Authority Lorraine Jenkinson Supply Specialist Public Works and Government Services Canada Acquisitions Branch, Western Region ATB Place, North Tower 10025 Jasper Avenue, 5th Floor Edmonton, AB T5J 1S6 Telephone: (780) 497-3593 Facsimile: (780) 497-3510 E-mail address: Lorraine.Jenkinson@pwgsc-tpsgc.gc.ca IMPORTANT NOTICE TO BIDDERS Notifications about amendments to an opportunity. Buyandsell.gc.ca/tenders provides a Web feed to keep you informed about amendments to an opportunity of interest. Get more details on the Government of Canada Web site: https://buyandsell.gc.ca/procurement-data/tenders/follow-opportun ities#20 Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
Agreement on Internal Trade (AIT)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Jenkinson, Lorraine
- Phone
- (780) 497-3593 ( )
- Fax
- (780) 497-3510
- Address
-
ATB Place North Tower
10025 Jasper Ave./10025 ave Jasper
5th floor/5e étageEdmonton, Alberta, T5J 1S6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_EDM.B607.F10161.EBSU000.PDF | 000 |
French
|
1 | |
ABES.PROD.PW_EDM.B607.E10161.EBSU000.PDF | 000 |
English
|
6 |
Access the Getting started page for details on how to bid, and more.