Mercury and Mercury Mercruiser Outboard Motors, Inboard Motors
and Stern Drives

Solicitation number E60ML-140001/B

Publication date

Closing date and time 2014/09/05 14:00 EDT


    Description
    Trade Agreement: WTO-AGP/NAFTA/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Mercury Marine Limited
    8698 Escarpment Way
    Milton Ontario
    Canada
    L9T0M1
    Nature of Requirements: 
    ACAN E60ML-140001/B
    To supply the 2015 models of Mercury and Mercury Mercruiser
    outboard motors, inboard motors and stern drives with their
    parts and accessories from the Original Equipment Manufacturer
    to government departments, agencies and Crown corporations for
    deliveries across Canada, except areas subject to Comprehensive
    Land Claims Agreements (CLCAs), on an as-and-when requested
    basis. In addition, a standing offer will be issued under the
    Procurement Strategy for Aboriginal Business which will be for
    deliveries across Canada, except areas subject to CLCAs for the
    same models offered by the OEM, if available. The requirement
    does not contain servicing, installation, or repair and
    overhaul. In the event a client requires outboard motors to be
    delivered in CLCA area, this procurement will be treated as a
    separate requirement outside the standing offer.
    
    The period of the standing offer will be from date of standing
    offer to 31 August 2015.
    
    Offerors must submit a  list of names, or other related
    information as needed, pursuant to section 01 of Standard
    Instructions 2007.
    
    Various government departments, agencies and Crown corporations
    across Canada require the 2015 models of Mercury and Mercury
    Mercruiser outboard motors, inboard motors and stern drives
    among the commercial brands of outboard motors, inboard motors
    and stern drives with their parts and accessories. Original
    Equipment Manufacturer (OEM) parts are required by the clients
    for the maintenance and repair of existing outboard motors,
    inboard motors and stern drives. The proposed sources of supply
    are the OEMs of these brands. Additional sources of supply will
    be selected using under the Procurement Strategy for Aboriginal
    Business (PSAB) for the same models of motors provided by OEMs,
    if available. A Letter of Interest will be advertised to verify
    if another commercial brand of motors is offered by an OEM.
    
    Individual call-ups against the Standing Offer shall not exceed
    $80,000.00, Applicable taxes included, when selection is based
    on the lowest price and $40,000.00, Applicable taxes included,
    when selection is based on the most cost effective option that
    is not the lowest price.
    
    This procurement is subject to limited tendering procedures
    under the World Trade Organization Agreement on Government
    Procurement Article XV, 1. (b), North American Free Trade
    Agreement Article 1016, 2. (b) and Agreement on Internal Trade
    Article 506, 12. (b). This procurement is not subject to CLCAs.
    
    Four (4) Advance Contract Award Notices (ACAN) are published
    simultaneously to identify the OEM and their commercial brands
    of outboard motors, inboard motors and stern drives.
    ACAN E60ML-140001/A, Yamaha Motor Canada Ltd., Toronto, Ontario,
    Yamaha brand;
    ACAN E60ML-140001/B, Mercury Marine Limited, Milton, Ontario,
    Mercury and Mercury Mercruiser brands;
    ACAN E60ML-140001/C, BRP US Inc., Sturtevant, Wisconsin, United
    States of America, Evinrude brand; and
    ACAN E60ML-140001/D, Volvo Penta Canada, Inc, Burnaby, British
    Columbia, Volvo Penta brand.
    
    The Notice of Proposed Procurement (NPP) E60ML-140001/E is
    published simultaneously to provide opportunities under the
    Procurement Strategy for Aboriginal Business to supply the 2015
    models of Yamaha, Mercury, Mercury Mercruiser, Evinrude or Volvo
    Penta brands of outboard motors, inboard motors or stern drives
    with their parts and accessories to government departments,
    agencies and Crown corporations for deliveries across Canada,
    except areas subject to CLCAs, on an as-and-when requested basis.
    
    The Letter Of Interest (LOI) E60ML-140001/F is published
    simultaneously to determine interest of any new OEM, that does
    not currently have a national master standing offer, capable to
    supply it's commercial brand of outboard motors, inboard motors
    or stern drives with their parts and accessories to government
    departments, agencies and Crown corporations for deliveries
    across Canada, except areas subject to CLCAs, on an as-and-when
    requested basis.
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate
    with one firm only as identified above. Should you have any
    questions concerning this requirement, contact the contracting
    officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and
    agencies to post a notice, for no less than fifteen (15)
    calendar days, indicating to the supplier community that it
    intends to award a good, service or construction contract to a
    pre-identified contractor. If no other supplier submits, on or
    before the closing date, a Statement of Capabilities that meets
    the requirements set out in the ACAN, the contracting authority
    may then proceed with the award.  However, should a Statement of
    Capabilities be found to meet the requirements set out in the
    ACAN, then the contracting authority will proceed to a full
    tendering process.
    
    Suppliers who consider themselves fully qualified and available
    to provide the services/goods described herein, may submit a
    statement of capabilities in writing to the contact person
    identified in this Notice on or before the closing date of this
    Notice. The statement of capabilities must clearly demonstrate
    how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the
    closing date of the ACAN must appear on the outside of the
    envelope in block letters or, in the case of a facsimile
    transmission, on the covering page.
    
    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-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights
    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

    Summary information

    Notice type
    Advance Contract Award Notice
    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
    Non-Competitive