RISO Repair and Maintenance of GM Vehicles
Solicitation number W0130-17B015/A
Publication date
Closing date and time 2018/04/09 14:00 EDT
Description
Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea Tendering Procedures: All interested suppliers may submit a bid Competitive Procurement Strategy: Lowest/Lower Bid Comprehensive Land Claim Agreement: No Nature of Requirements: RISO Repair and Maintenance of GM Vehicles W0130-17B015/A Brunet, Luc Telephone No. - (514) 602-2408 Canada intends to issue up to three (3) Individual Regional Standing Offers (RISO), one per region in the province of Quebec, as identified in the attached Annex B. The agreements are for the supply on an as and when needed basis of inspection, maintenance and repair services for Chevrolet military vehicles as set out in Annex A and it’s related appendices, this annex being part of the Request for Standing Offers (RFSO) and of resulting Standing Offer(s). These services are required for the Department of National Defence (DND) and the units of the Canadian Army (CA) located in the three following regions of Quebec: Montreal, Shawinigan/ Trois-Rivières as well as Valcartier, QC The supplier for each region will be selected following an evaluation based on mandatory technical criteria and financial evaluation criteria Some of the work required for the Valcartier region may also require body work and painting services to repair the vehicles. Please refer to Appendix B of annex A for additional directives, applicable to the request to service vehicles from the Valcartier region. Furthermore, the Offeror must be registered, exempt or excluded under the Controlled Goods Program (CGP) before performing the work involving certain paints and coatings that are provided by the DND. Details on how to register under the CGP are available at: Controlled Goods Program: (http://ssi-iss.tpsgc-pwgsc.gc.ca/dmc-cgd/index-eng.html) The work is to be carried out at the offeror facilities. The Offeror may lease or own the facility where the work is performed. The facility must not be located at a distance greater than 60km or 60 minutes of drive each way from at least one of the addresses listed at Annex B for which the offer is made. Please refer to Annex E for a list of technical criteria to meet and documents to provide by bid closing. The resulting Standing Offer will be valid for a period of two (2) years from the date of issue and will include a right for Canada to authorize an additional period of one year. According to the lowest receivable offer, Canada may adjudicate a maximum of three standing offers, One Standing Offer to provide services in the region of Montreal, QC One Standing Offer to provide services in the region of Shawinigan/ Trois-Rivières, QC One Standing Offer to provide services in the region of Valcartier, QC or one Standing Offer to cover more than one region if a responsive Offer with the lowest total price is offered to cover more than one region. The requirement is subject to the provisions of the World Trade Organization Agreement on Government Procurement (WTO-AGP), the North American Free Trade Agreement (NAFTA), the Canada-European Union Comprehensive Economic and Trade Agreement (CETA), the Canadian Free Trade Agreement (CFTA), the Free Trade Agreement with Columbia, the Free Trade Agreement with Panama and the Free Trade Agreement with Peru. All inquiries and other communications concerning this Request for Standing Offer must be sent in writing only to the contracting authority named in the Request for Standing Offer. Please provide you Procurement Business Number (PBN) with your offer. If you do not have a PBN or if you are not registered to Canada’s Supplier Registration Information (SRI), it is recommended that you send an email to OSMEclient@pwgsc-tpsgc.gc.ca or call the InfoLine at 1-800-811-1148 and initiate this process in order to provide a valid PBN with your offer. A Valid PBN and SRI registration will be required prior to the adjudication of the Standing Offer. Refer to the following site for more information: https://srisupplier.contractscanada.gc.ca/ Public Works and Government Services Canada provides services in Canada's two official languages. 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)
-
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
- Brunet, Luc
- Phone
- (514) 602-2408 ( )
- Email
- luc.brunet@tpsgc-pwgsc.gc.ca
- Fax
- () -
- Address
-
Place Bonaventure,
800 rue de la Gauchetière Ouest
Voir aux présentes - See hereinMontréal, Québec, H5A 1L6
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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_MTA.B060.F14775.EBSU000.PDF | 000 |
French
|
20 | |
ABES.PROD.PW_MTA.B060.E14775.EBSU000.PDF | 000 |
English
|
17 |
Access the Getting started page for details on how to bid, and more.