New Brand - Ouboard Motors, Inboard Motors and Stern Drives

Solicitation number E60ML-230001/I

Publication date

Closing date and time 2023/09/25 14:00 EDT


    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: N/A - P&A/LOI Only
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Letter of Interest (LOI) for New Commercial Brand of
    Outboard Motors, Inboard Motors or Stern Drives for the
    Authorized Users (Federal Identified Users and Provincial/Territorial Identified Users)
    
    1. BACKGROUND
    
    The Authorized Users (Federal Identified Users and Provincial/Territorial Identified Users) across Canada require the 2024 models of the commercial brands of outboard motors, inboard motors or stern drives. In addition, OEM parts and accessories are required by the clients for the maintenance and repair of existing outboard motors, inboard motors or stern drives.
    
    2. REQUIREMENT
    
    This Letter Of Interest (LOI) E60ML-230001/I is published to qualify any new Original Equipment Manufacturer (OEM), other that the proposed OEMs, or up to two (2) Exclusive Distributors other than the proposed Exclusive Distributors capable to supply the 2024 models of its commercial brand of outboard motors, inboard motors or stern drives with their parts and accessories to Authorized Users (Federal Identified Users and Provincial/Territorial Identified Users) for deliveries across Canada, except areas subject to Comprehensive Land Claim Agreements (CLCAs), on an as-and-when requested basis. In addition, a standing offer will be issued under the Procurement Strategy for Indigenous Business which will be for deliveries across Canada, except areas subject to CLCAs. This requirement does not contain servicing, installation, or repair & overhaul. In the event a client requires outboard motors, inboard motors or stern drives to be delivered in CLCA area, this procurement will be treated as a separate requirement outside the standing offer. The period will be from date of standing offer to 31 August 2024.
    
    Below is a list of provinces and territories who have shown interest in making call-ups against the Standing Offer:
    
    The Government of the Province of Nova Scotia
    Includes the Province of Nova Scotia’s MASH sector organizations
    The Government of the Province of New-Brunswick
    Includes the Province of New-Brunswick’s MASH sector organizations
    The Government of the Province of Newfoundland and Labrador
    Includes the Province of Newfoundland and Labrador’s MASH sector organizations
    The Government of the Province of Prince Edward Island including: 
    Includes the Province of Prince Edward Island’s MASH sector organizations
    The Government of the Province of Saskatchewan
    The Government of the Province of Alberta including: 
    Includes the Province of Alberta’s MASH sector organizations
    The Government of the Northwest Territories
    Includes the Northwest Territories’ MASH sector organizations
    The Government of the Province of British Columbia
    The Government of the Yukon Territory
    Includes the Yukon Territory’s MASH sector organizations
    The Government of the Province of Ontario including:
    Township of Georgian Bay, ON 
    Carleton University, ON
    Township of Strong, ON
    Toronto Police Service, ON
    City of Toronto, ON  
    Northumberland County, ON
    Ontario Provincial Police, ON
    Toronto Zoo, ON
    Town of Collingwood, ON
    Town of Huntsville, ON
    Town of Innisfil, ON
    The Government of the Province of Manitoba including:
    Town of Altona, MB
    City of Brandon, MB
    Rural Municipality of Brokenhead, MB
    Rural Municipality of Cornwallis, MB
    Municipality of Hamiota, MB
    Rural Municipality of Lakeshore, MB
    City of Morden, MB
    Rural Municipality of Mountain, MB
    Municipality of Riverdale, MB
    Rural Municipality of Rockwood, MB
    Rural Municipality of Rosser, MB
    Rural Municipality of Springfield, MB
    Town of Teulon, MB
    Town of Ste Anne, MB
    Rural Municipality of Victoria Beach, MB
    City of Winkler, MB
    City of Winnipeg, MB
    School Division of Borderland, MB
    School Division of Frontier, MB
    School Division of Hanover, MB
    School Division of Lakeshore, MB
    School Division of Louis Riel, MB
    School Division of Pembina Trails, MB
    School Division of River East Transcona, MB
    School Division of Seven Oaks, MB
    School Division of St James-Assiniboia, MB
    School Division of Sunrise, MB
    School Division of Winnipeg, MB
    CancerCare, MB
    Shared Health, MB 
    Manitoba Hydro, MB
    Manitoba Liquor and Lotteries, MB
    Red River College, MB
    University of Winnipeg, MB
    University of Manitoba, MB 
    
    The proposed OEMs and their commercial brands of outboard motors, inboard motors or stern drives are:
    Yamaha Motor Canada Ltd., Toronto, Ontario, Yamaha brand of outboard motors; 
    Mercury Marine Limited, Milton, Ontario, Mercury Marine brands of outboard motors, inboard motors or stern drives; and
    Suzuki Canada Inc., Richmond Hill, Ontario, Suzuki brand of outboard motors.
    
    The proposed Exclusive Distributors and their commercial brands of outboard motors, inboard motors or stern drives are:
    Wajax Limited, Mississauga, Ontario, Volvo Penta brand of inboard motors or stern drives in Atlantic and Central Regions;
    Cullen Diesel Power Ltd., Surrey, British Columbia, Volvo Penta brand of inboard motors or stern drives in Western Region;
    Wajax Limited, Mississauga, Ontario, COX Diesel brand of outboard motors; and
    BCI Marine, Oka, Québec, OXE Diesel brand of outboard motors.
    
    3. QUALIFICATION CRITERIA
    
    The new OEM or Exclusive Distributor(s) is invited to provide a response to the LOI meeting the following qualification criteria:
    
    1. The response with the LOI number before the Closing Date;
    2. The new OEM's or Exclusive Distributor’s name and address with a contact person, e-mail address and telephone number;
    3. Their commercial brand of outboard motors, inboard motors or stern drives;
    4. Their capacity or the combined capacity of up to two (2) exclusive distributors to provide the commercial brand with nation-wide services with offices (distributors or dealers) in each of the following areas in Canada: Atlantic, Central, and Western Regions;
    5. Their capacity or the combined capacity of up to two (2) exclusive distributors to provide the same firm price list for the distribution of their commercial brand of outboard motors, inboard motors or stern drives with their parts and accessories for deliveries across Canada on an as and when requested basis from date of standing offer to 31 August 2024;
    6. Their capacity to offer their manuals required for description, operation, installation, maintenance, repair and safety instructions of the deliverable end items in Canada's both official languages: English and French; and
    7. An estimated amount of their commercial brand of outboard motors, inboard motors or stern drives sold to Authorized Users (Federal Identified Users and Provincial/Territorial Identified Users) for deliveries across Canada, except areas subject to CLCAs, during a preceding period of 12 months.
    
    4. SUBMISSION OF THE RESPONSE TO THE LETTER OF INTEREST (LOI)
    
    The new OEM or Exclusive Distributor(s) must submit its response to the Letter of Interest (LOI) to Alex Haydock by e-mail at alex.haydock@tpsgc-pwgsc.gc.ca.
    
    Alex Haydock
    Supply Officer
    Public Works and Government Services Canada
    Defence and Marine Procurement Branch
    Refit, Logistics and Small Vessel Construction Directorate
    Place du Portage, Phase III, 6A2
    11 Laurier Street
    Gatineau, Québec
    K1A 0S5
    
    Telephone: 343-598-1292
    E-mail address: alex.haydock@tpsgc-pwgsc.gc.ca
    
    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
    Haydock, Alex
    Phone
    (343) 598-1292 ( )
    Email
    alex.haydock@tpsgc-pwgsc.gc.ca
    Address
    11 Laurier St. / 11, rue Laurier
    Place du Portage III, 8B3
    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
    000
    French
    10
    000
    English
    36

    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 Information
    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
    Not applicable

    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: