New Commercial Brand of Outboard Motors, Inboard Motors or Stern
Drives
Solicitation number E60ML-140001/F
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: All interested suppliers may submit a bid Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: LOI E60ML-140001/F This Letter Of Interest (LOI) E60ML-140001/F is published to determine interest of any new Original Equipment Manufacturer (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 Comprehensive Land Claims Agreements (CLCAs) on an as-and-when requested basis from date of standing offer to 31 August 2015. This requirement does not contain servicing, installation, or repair & overhaul. 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 is invited to provide a response to the LOI with the following information: 1. The new OEM's name and address with a contact person, e-mail address, telephone number and fax number; 2. It's commercial brand of outboard motors, inboard motors or stern drives; 3. It's capacity to provide the same firm price list for the distribution of this commercial brand of outboard motors, inboard motors, or stern drives with their parts and accessories for deliveries across Canada, except areas subject to CLCAs on an as and when requested basis from date of standing offer to 31 August 2015; and 4. An estimated amount of it's commercial brand of outboard motors, inboard motors or stern drives sold to the Government of Canada for deliveries across Canada, except areas subject to CLCAs during a preceding period of 12 months. The new OEM shall offer its equipment documentation, operating and safety instructions in Canada's both official languages: English and French. The new OEM shall provide nation-wide services with offices (distributors or dealers) in each of the following areas in Canada: Atlantic, Central, and Western Regions. Various government departments, agencies and Crown corporations across Canada require various commercial brands of outboard motors, inboard motors and stern drives. OEM parts are required by the clients for the maintenance and repair of existing outboard motors, inboard motors or stern drives. 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. Four (4) Advance Contract Award Notices (ACANs) 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, also available on standing offers from the OEM. 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-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
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
- Guay, Yvan
- Phone
- (819) 956-0678 ( )
- Fax
- (819) 956-0897
- Address
-
11 Laurier St. / 11, rue Laurier
6C2, Place du PortageGatineau, Québec, K1A 0S5
Buying organization(s)
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
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__ML.B029.E24642.EBSU000.PDF | 000 |
English
|
13 | |
ABES.PROD.PW__ML.B029.F24642.EBSU000.PDF | 000 |
French
|
3 |
Access the Getting started page for details on how to bid, and more.