DISO &NISO/ light duty vehicles

Solicitation number E60HP-22DS01/A

Publication date

Closing date and time 2022/07/12 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: No
    Nature of Requirements: 
    
    DISO & NISO - Light-duty Vehicles
    
    
    
    REQUEST FOR STANDING OFFER (RFSO) FOR LIGHT DUTY VEHICLES.
    
    Notice of Proposed Procurement (NPP):
    
    The Government of Canada has a requirement for light duty vehicles.
    
    This requirement is subject to a two stage competitive procurement process. The first stage is a qualification process to create a qualified Offeror list. This NPP is published for a minimum of 40 days on the Government Electronic Tendering System (GETS) and is closing on July 12th, 2022 at 2:00pm (EDT). 
    
    At the closing date and time of the NPP, the Offerors must provide the following:
    
    1. Provide written confirmation that they possess all necessary competencies, capacities, qualifications, knowledge and skills to perform the Work. "Work" is described as the delivery of light duty vehicles to the federal government in accordance with specifications listed in the Government Motor Vehicle Ordering Guide (GMVOG), the quantity, time frame and point of delivery requirements, as well as all administrative work associated with the fulfillment of these requirements. The GMVOG can be requested by contacting the Standing Offer Authority at the following email address: 
    Marc-olivier.Lafreniere@tpsgc-pwgsc.gc.ca .
    
    2. Provide a written confirmation that they possess a network of authorized dealerships that enables them to meet the requirements of Pre-Delivery Inspection (PDI), other necessary pre-delivery preparation of the vehicles and actual delivery to the end-users throughout Canada; 
    
    or 
    
    Provide a written confirmation that they have a formal written agreement with every Canadian authorized dealership of the brand they represent, confirming that they can meet the requirements of PDI, other necessary pre-delivery preparation of the vehicles and actual delivery to the end-users throughout Canada; 
    
    3. Provide a written confirmation that they can supply vehicles which meet the provisions of the Canadian Motor Vehicle Safety Act (CMVSS) and the regulations made there under, which are in effect on the date of manufacture of each vehicle.
    
    4. Provide proof and certificate number of ISO 14001 accreditation or written confirmation that the Offeror has started and is in the process of obtaining ISO 14001 certification.
    
    5. Provide technical data for the vehicles and options offered in order to update the GMVOG. The data must be submitted using epost Connect services.
    
    As a result of this NPP, a qualified Offeror list will be created. At the second stage, only the Offerors on the list will be allowed to bid on the Request for Standing Offer (RFSO). 
    
    Subsequently, all qualified Offerors meeting the mandatory criteria of the RFSO, will be eligible to become a Standing Offer (SO) holder for the supply of the 2023 or newer model year light duty vehicles and 2022 model year Zero Emission Vehicles (ZEV) & Hybrid Electric Vehicles (HEV) light duty vehicles where specified listed in the 2022-2023 GMVOG. Departmental Individual Standing Offer (DISO) / National Individual Standing Offer (NISO) will be established. Call-ups will be placed by Public Services and Procurement Canada (PSPC) and Royal Canadian Mounted Police (RCMP) on an as and when requested basis.
    
    Offerors must communicate with the Standing Offer Authority in order to get an electronic draft version of the GMVOG including the technical data for the vehicles and options offered. The data must be submitted by using epost Connect services, before July 12th, 2022 at 2:00 pm (EDT), otherwise the Offeror will be considered non-compliant.
    
    Given that many people are currently working from home and in an effort to reduce the spread of the coronavirus disease (COVID-19) within communities, bidders have to transmit their bid electronically using the epost Connect service. Information on the epost Connect service can be found in Part 2 entitled Bidder Instructions, and Part 3 entitled Bid Preparation Instructions, of the bid solicitation.
    
    Quantity: Total estimated at 4000 vehicles per year.
     
    Delivery: Various locations across Canada including locations subject to Comprehensive Land Claims Agreements (CLCAs). Any of all CLCAs may apply to this procurement.
    
    
    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

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Lafrenière, Marc-O.
    Phone
    (613) 296-4786 ( )
    Email
    marc-olivier.lafreniere@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
    001
    English
    45
    001
    French
    13

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Alberta
    ,
    British Columbia
    ,
    Manitoba
    ,
    New Brunswick
    ,
    Newfoundland and Labrador
    ,
    Nova Scotia
    ,
    Northwest Territories
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: