NMSO Commercial Tires

Solicitation number E60HP-21COMT/A

Publication date

Closing date and time 2021/10/25 14:00 EDT

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    
    NMSO Commercial Tires
    
    E60HP-21COMT/A
    Paravan, Tony
    Telephone No (613) 296-9781 
    
    This requirement is to establish a National Master Standing Offer (NMSO) for all Federal Government  Departments and Provincial/Territorial Identified Users, for the procurement of commercial pneumatic tires and tubes and commercial airless tires for the vehicle categories listed below (excluding aircraft, military and pursuit vehicle applications). 
    
    The Offerors should produce a list of products for each of the categories to facilitate selection by Users:
    
    1) Light Duty Vehicles including but not necessarily limited to Passenger Cars, Vans, Light Trucks and Trailers (include Winter applications);
    2) Medium and Heavy Vehicles including but not necessarily limited to Highway Tractors, Dump Trucks, Buses, Fire Trucks, Refueling Vehicles and Trailers;
    3) Agricultural Tractors and Equipment;
    4) Earthmoving and Construction Equipment including but not necessarily limited to Loaders, Graders, Backhoes, Skid steers;
    5) Material Handling Equipment including but not necessarily limited to Warehouse Forklifts and Rough Terrain Forklifts; and
    6) Aircraft & Airfield Ground Support Equipment.
    
    This NMSO excludes installation and maintenance.        
    
    The annual estimated usage for the Federal Identified Users is 33,000 commercial tires and is only an approximation. 
    
    The period of the NMSO is for up to seventeen (17) months.
    
    The following paragraph applies to Federal Identified Users only:
    
    The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), and the Canadian Free Trade Agreement (CFTA).
    
    The Request for Standing Offers (RFSO) is to establish National Master Standing Offers for the delivery of the requirement detailed in the RFSO, to the Authorized Users across Canada, including areas subject to Comprehensive Land Claims Agreements (CLCAs), except for CLCA’s within Nunavut.  Any requirement for deliveries to CLCAs within Nunavut will have to be treated as a separate procurement, outside of the resulting standing offers.
    
    Debriefings
    
    Offerors may request a debriefing on the results of the request for standing offers process. Offerors should make the request to the Standing Offer Authoritywithin 15 working days of receipt of the results of the requestfor standing offers process. The debriefing may be in writing, by telephone or in person.
    
    PSPC is committed to increasing the socio-economic and environmental sustainability benefits achieved through its procurement processes. This includes fostering equity in the supply chain by leveraging procurement spending to better include specific groups, such as Canadian small businesses, including those led by Indigenous Peoples, Black and racialized Canadians, women, persons with disabilities, LGBTQ2 Canadians and other groups. In this aim, we are dedicated to identifying and reducing barriers to participation in our procurement processes, and we continue to develop initiatives to ensure that the diversity of federal bidders and suppliers better reflects the Canadian population, while also advancing environmental benefits. To this end, businesses which are owned or operated by members of diverse groups are encouraged to apply to our processes, and all businesses are encouraged to highlight and demonstrate their environmental performance in their applications.
    
    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.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Paravan, Tony
    Phone
    (613) 296-9781 ( )
    Email
    tony.paravan@tpsgc-pwgsc.gc.ca
    Address
    140 O’Connor, Tower East
    4th Floor
    140 O’Connor, Tour Est
    4ème étage
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    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
    002
    French
    11
    002
    English
    69
    001
    French
    5
    001
    English
    36
    000
    French
    24
    000
    English
    80

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price