RMSO - FOOD PRODUCTS

Solicitation number E6VIC-120005/A

Publication date

Closing date and time 2012/05/22 17:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada-Peru
    FTA/Canada-Colombia FTA
    Tendering Procedures: All interested suppliers may submit a bid
    Attachment: YES (MERX) Electronic
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    RMSO - FOOD PRODUCTS
    
    E6VIC-120005/A
    Kobenter, Hélène
    Telephone No. - (250) 363-3404 (    )
    Fax No. - (250) 363-3344
    
    Request for Regional Master Standing Offer(s) (RMSO) for the
    supply and delivery including offloading of various quantities
    of food items to kitchens and ships of various Federal
    Government Departments and Agencies located within the Pacific
    Region, British-Columbia, Canada on an "as and when requested"
    basis.
    
    The period of the Standing Offer(s) is for 6 months from
    01-Jun-2012 to 30-Nov-2012 with the option to extend the
    Standing Offer by two (2) additional 6-month periods (Extension
    1 = 01-Dec-2012 to 31-May-2013; Extension 2 = 01-Jun-2013 to
    30-Nov-2013) under the same conditions.
    
    The requirement is divided into three (3) delivery zones. 
    Offerors may submit an offer for one, two, or all three zones:
    Zone 1:  Capital Regional District and Nanaimo
    Zone 2:  North of Nanaimo, Vancouver Island
    Zone 3:  Greater Vancouver Regional District and Lower Mainland
    
    The requirement is divided into eight (8) food categories as
    detailed below.  Offerors may submit an offer for only one or
    more food categories within each delivery zone.  If Offerors
    want to deliver to multiple zones, the same pricing must apply.
    
    Offers for each zone and each food category will be evaluated
    separately. 
    
    The total estimated annual expenditure of $12,000,000.00 CAD is
    expected to be distributed as follows:
    Annex B - Meat and Poultry  $3,700,000.00
    Annex C - Fish  $1,200,000.00
    Annex D - Bread and Bakery Products  $300,000.00
    Annex E - Dairy Products  $1,300,000.00
    Annex F - Eggs  $200,000.00
    Annex G - Fresh Fruit & Vegetables  $1,400,000.00
    Annex H - Frozen Fruit & Vegetables  $700,000.00
    Annex I - Miscellaneous Groceries (Retail and Institutional
    Packs)  $3,200,000.00
    
    Above noted estimated annual expenditure does not represent a
    commitment by Canada and is only an estimation of the potential
    value of all call-ups which may be placed by the Identified
    Users against the Standing Offer.
    (2) Food annexes are separate attachments in Microsoft Excel
    format that must be downloaded directly from GETS/MERX at
    www.merx.com 
    
    Offerors must submit firm FOB Destination pricing for a minimum
    70% of the food items specified in each of the food category
    selected by the Offeror to be given further consideration. 
    
    Offerors may also submit a firm percentage (%) discount offered
    for the miscellaneous food items not specified in the food
    annexes.  The miscellaneous items must remain within the same
    food category and delivery zone for which the offeror holds a
    Standing Offer.
    
    Offerors are responsible for providing pricing as per the unit
    of issue requested.  Failure to do so may render the Offer
    non-responsive and given no further consideration.
    
    Financial offers for each food category will be evaluated using
    an aggregate total for a representational basket of food items
    identified by asterisk "*".
    
    Prices submitted at time of bid closing must be firm for the
    entire period of the standing offer, unless otherwise specified.
     Offerors who have been issued a standing offer will receive the
    opportunity to submit price refreshers in accordance with the
    terms and conditions detailed in the solicitation document.
    Minimum order quantities will be not be accepted and will render
    the bid non-responsive.
    
    The RFSO includes provisions for volume discount pricing.  Food
    purchases exceeding the individual call-up limitation specified
    in the Standing Offer will be competed amongst Offerors that
    have been issued a standing offer for the applicable food
    categories and delivery zones.
    
    The three (3) responsive offers with the lowest evaluated
    aggregate price for each food category and for each delivery
    zone will be recommended for issuance of a Standing Offer.  
    
    Canada intends to issue a maximum of three (3) standing offers
    per food category and per delivery zone.  The solicitation
    process could result in the award of up to 72 standing offers.  
    
    The financial limitation of the Standing Offers will be prorated
    to the period of the standing offer and equally divided amongst
    the successful Offeror(s) using the above mentioned estimated
    annual expenditures per food category and per delivery zone.  
    
    An OFFERORS' CONFERENCE will be held at the PWGSC office at 1230
    Government Street, 4th Floor, Victoria BC V8W 3X4 on April 24,
    2012. The conference will begin at 1:00PM PDT. The scope of the
    requirement outlined in the Request for Standing Offers (RFSO)
    will be reviewed during the conference and questions will be
    answered. It is recommended that offerors who intend to submit
    an offer attend or send a representative.  Offerors are
    requested to communicate with the Standing Offer Authority
    before the conference to confirm attendance. Offerors should
    provide, in writing, to the Standing Offer Authority, the name
    of the person(s) who will be attending and a list of issues they
    wish to table at least five (5) working days before the
    scheduled conference. Any clarifications or changes to the RFSO
    resulting from the offerors' conference will be included as an
    amendment to the RFSO. Offerors who do not attend will not be
    precluded from submitting an offer. 
    
    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), and the Agreement
    on Internal Trade (AIT).
    
    This PWGSC office provides procurement services to the public in
    English.
    
    
    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)
    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Kobenter, Hélène
    Phone
    (250) 363-3404 ( )
    Fax
    (250) 363-3344
    Address
    401 - 1230 Government Street
    Victoria, B. C., V8W 3X4

    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
    English
    13
    001
    English
    5
    003
    English
    5
    000
    French
    1
    003
    French
    0
    001
    French
    0

    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

    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: