SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Friday, June 21 from 3:00 pm until 7:00 pm (Eastern Time) 
  • Saturday, June 22 from 6:00 pm until Sunday, June 23 12:00 am (Eastern Time) 

RMSO - RENTAL OF FORKLIFTS AND OTHER MATERIAL LIFTING EQUIPMENT
WITHOUT OPERATOR - BC

Solicitation number E6VIC-130001/A

Publication date

Closing date and time 2013/08/16 17:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with
    Peru/Colombia/Panama
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    RMSO - FORKLIFT RENTAL 
    
    E6VIC-130001/A
    Kobenter, Hélène
    Telephone No. - (250) 363-3404 (    )
    Fax No. - (250) 363-3344
    
    For the issuance of a Regional Master Standing Offer (RMSO) for
    the rental of forklifts and other  lifting equipment without
    operator on an "as and when requested" basis in accordance with
    the requirements detailed in this Request for Standing Offer
    (RFSO) to various Federal Government Departments and Agencies
    located within British-Columbia, Canada.
    
    Offerors must submit firm daily, weekly and monthly rental rates
    FOB Offeror Point for the most frequently used rental equipment
    types. Offerors may also submit a firm percentage (%) discount
    rate for miscellaneous rental services and accessories, subject
    to the restrictions detailed herein.    
    
    Pick-up and drop -off of the rental equipment to and from the
    Offeror rental outlet location is the responsibility of
    Government end-users.  Offerors must be able to provide delivery
    services upon request for an additional delivery fee, if
    applicable.  
    
    The period of the RMSO is for one (1) year from date of issuance
    with the possibility of extending the Standing Offer by two (2)
    one (1) year extension periods under the same terms and
    conditions.
    
    The requirement is divided between two (2) geographical
    servicing zones.  Offerors may bid on only one (1) or both
    servicing zones.  
    -  Zone 1 covers all of  Vancouver Island, British-Columbia,
    Canada
    -  Zone 2 covers all of  the BC Mainland, Canada
    
    Offerors must  submit with their offer a list of all rental
    outlets available under this RMSO and support delivery services
    to selected mandatory locations as identified in this RFSO for
    each zone.
    
    An offer must comply with the requirements of the Request for
    Standing Offer and meet all mandatory technical and financial
    evaluation criteria to be declared responsive. Offers will be
    evaluated separately for each servicing  zone. The responsive
    offer with the lowest evaluated price on an aggregate basis for
    each servicing zone will be recommended for issuance of an RMSO.
    Canada intends to issue only one (1) RMSO per servicing zone.  A
    Standing offer may combine both servicing zones in the event the
    same bidder is recommended for issuance of an RMSO for both
    servicing zones.
    
    The total estimated yearly value of this requirement is CAD
    $165,000.00, Applicable Taxes included, and distributed as
    follows:
    -  Zone 1 (Vancouver Island BC): CAD $100,000.00 /Year
    -  Zone 2 (BC Mainland) : CAD $  65,000.00 /Year
    
    The above estimated annual value will be used for financial
    evaluation purposes only.  It 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.
    
    Offerors must submit a list of names, or other related
    information as need, pursuant to section 01 of Standard
    Instructions 2006.
    
    For services requirements, Offerors in receipt of a pension or a
    lump sump payment must provide the required information as
    detailed in article 3 of Part 2 of the RFSO.
    
    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 Public Works and Government Services Canada (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)
    • Canada-Panama Free Trade Agreement
    • 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
    23
    001
    English
    6
    001
    French
    4
    000
    French
    11

    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 Proposal
    Language(s)
    English, French
    Region(s) of delivery
    British Columbia

    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: