Commercial Brands of Outboard Motors, Inboard Motors and Stern
Drives PSAB/CLCA

Solicitation number E60ML-130001/E

Publication date

Closing date and time 2013/10/16 14:00 EDT

Last amendment date


    Description
    Trade Agreement: Set-Aside Program for Aboriginal Business (SPAB)
    Tendering Procedures: Suppliers on permanent list or able to
    meet qualification requirements
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: Yes
    Nature of Requirements: 
    To supply the 2014 models of Yamaha, Mercury, Mercury Marine,
    Evinrude and Volvo Penta brands of outboard motors, inboard
    motors and stern drives with their parts and accessories to
    government departments, agencies and Crown corporations under
    the Procurement Strategy for Aboriginal Business for deliveries
    across Canada, including areas subject to the Comprehensive Land
    Claims Agreements (CLCAs), on an as-and-when requested basis,
    from date of standing offer to 31 August 2014. In addition,
    standing offers will be issued to Original Equipment
    Manufacturers which will be for deliveries across Canada,
    excluding areas subject to CLCAs. The requirement does not
    contain servicing, installation, or repair & overhaul.
    
    Offerors must submit a  list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2006.
    
    This procurement is set aside under the federal government's
    Procurement Strategy for Aboriginal Business.
    
    This procurement is set aside from the international trade
    agreements under the provision each has for set-asides for small
    and minority businesses.
    
    Further to Article 1802 of the Agreement on Internal Trade
    (AIT), AIT does not apply to this procurement.
    
    Mandatory Technical Criteria
    
    Category A, Yamaha brand. The Aboriginal Business or its
    subcontractor must provide a copy of its dealer agreement to
    sell the 2014 models of Yamaha outboard motors for deliveries
    across Canada, including areas subject to CLCAs, if the Original
    Equipment Manufacturer has received a standing offer for its
    outboard motors for deliveries across Canada, excluding areas
    subject to CLCAs.
    
    Category B.1, Mercury brand. The Aboriginal Business or its
    subcontractor must provide a copy of its dealer agreement to
    sell the 2014 models of Mercury outboard motors for deliveries
    across Canada, including areas subject to CLCAs, if the Original
    Equipment Manufacturer has received a standing offer for its
    outboard motors for deliveries across Canada, excluding areas
    subject to CLCAs.
    
    Category B.2, Mercury Mercruiser brand. The Aboriginal Business
    or its subcontractor must provide a copy of its dealer agreement
    to sell the 2014 models of Mercury Mercruiser inboard motors and
    stern drives for deliveries across Canada, including areas
    subject to CLCAs, if the Original Equipment Manufacturer has
    received a standing offer for its outboard motors for deliveries
    across Canada, excluding areas subject to CLCAs.
    
    Category C, Evinrude brand. The Aboriginal Business or its
    subcontractor must provide a copy of its dealer agreement to
    sell the 2014 models of Evinrude outboard motors for deliveries
    across Canada, including areas subject to CLCAs, if the Original
    Equipment Manufacturer has received a standing offer for its
    outboard motors for deliveries across Canada, excluding areas
    subject to CLCAs.
    
    Category D, Volvo Penta brand. The Aboriginal Business or its
    subcontractor must provide a copy of its dealer agreement to
    sell the 2014 models of Volvo Penta inboard motors and stern
    drives for deliveries across Canada, including areas subject to
    CLCAs, if the Original Equipment Manufacturer has received a
    standing offer for its outboard motors for deliveries across
    Canada, excluding areas subject to CLCAs.
    
    Basis of Selection
    
    An offer must comply with the requirements of the Request for
    Standing Offers and meet all mandatory technical evaluation
    criteria in at least one category to be declared responsive. The
    responsive offer with the lowest evaluated price on an aggregate
    basis of all models 2014 by commercial brand available in each
    of the categories A, B.1, B.2, C or D will be recommended for
    issuance of a standing offer.
    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

    • Set-Aside Program for Aboriginal Business (SPAB)
    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
    Guay, Yvan
    Phone
    (819) 956-0678 ( )
    Fax
    (819) 956-0897
    Address
    11 Laurier St. / 11, rue Laurier
    6C2, Place du Portage
    Gatineau, Québec, 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
    5
    002
    English
    0
    000
    English
    31
    001
    French
    0
    002
    French
    0
    000
    French
    0

    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
    ,
    Nunavut Territory
    ,
    Ontario (except NCR)
    ,
    Prince Edward Island
    ,
    Quebec (except NCR)
    ,
    Saskatchewan
    ,
    Yukon
    ,
    National Capital Region (NCR)