• Aucun résultat trouvé

(a) Bids will be assessed in accordance with the entire requirement of the bid solicitation including the technical and financial evaluation criteria.

(b) An evaluation team composed of representatives of Canada will evaluate the bids.

4.1.1 Technical Evaluation

4.1.1.1 Mandatory Technical Criteria Please refer to Form “B”

4.1.2 Financial Evaluation

Please provide pricing as per Annex “B”

SACC Manual Clause A0222T (2014-06-26), Evaluation of Price-Canadian/Foreign Bidders 4.2 Basis of Selection

4.2.1 Basis of Selection – Mandatory Technical Criteria

SACC Manual Clause A0031T(2010-08-16) Basis of Selection – Mandatory Technical Criteria PART 5 – CERTIFICATIONS AND ADDITIONAL INFORMATION

Bidders must provide the required certifications and additional information to be awarded a contract.

The certifications provided by Bidders to Canada are subject to verification by Canada at all times. Unless specified otherwise, Canada will declare a bid non-responsive, or will declare a contractor in default if any certification made by the Bidder is found to be untrue whether made knowingly or unknowingly, during the bid evaluation period or during the contract period.

The Contracting Authority will have the right to ask for additional information to verify the Bidder’s certifications. Failure to comply and to cooperate with any request or requirement imposed by the Contracting Authority will render the bid non-responsive or constitute a default under the Contract.

5.1 Certifications Required with the Bid

Bidders must submit the following duly completed certifications as part of their bid.

5.1.1 Integrity Provisions - Declaration of Convicted Offences

In accordance with the Integrity Provisions of the Standard Instructions, all bidders must provide with their bid, if applicable, the declaration form available on the Forms for the Integrity Regime website

(http://www.tpsgc-pwgsc.gc.ca/ci-if/declaration-eng.html), to be given further consideration in the procurement process.

5.2 Certifications Precedent to Contract Award and Additional Information

The certifications and additional information listed below should be submitted with the bid, but may be submitted afterwards. If any of these required certifications or additional information is not completed and submitted as requested, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Failure to provide the certifications or the additional information listed below within the time frame provided will render the bid non-responsive.

5.2.1 Integrity Provisions – Required Documentation

In accordance with the section titled Information to be provided when bidding, contracting or entering into a real property agreement of the Ineligibility and Suspension Policy (http://www.tpsgc-pwgsc.gc.ca/ci-if/politique-policy-eng.html), the Bidder must provide the required documentation, as applicable, to be given further consideration in the procurement process.

5.2.2 Federal Contractors Program for Employment Equity - Bid Certification

By submitting a bid, the Bidder certifies that the Bidder, and any of the Bidder's members if the Bidder is a Joint Venture, is not named on the Federal Contractors Program (FCP) for employment equity "FCP Limited Eligibility to Bid" list available at the bottom of the page of the Employment and Social Development Canada (ESDC) - Labour's website (https://www.canada.ca/en/employment-social-development/programs/employment-equity/federal-contractor-program.html#).

Canada will have the right to declare a bid non-responsive if the Bidder, or any member of the Bidder if the Bidder is a Joint Venture, appears on the “FCP Limited Eligibility to Bid“ list at the time of contract award.

PART 6 - RESULTING CONTRACT CLAUSES

The following clauses and conditions apply to and form part of any contract resulting from the bid solicitation.

6.1 Security Requirements

6.1.1 There is no security requirement applicable to the Contract.

6.2 Requirement

The Contractor must provide the items detailed under the "Requirement" at Annex "A".

6.3 Standard Clauses and Conditions

All clauses and conditions identified in the Contract by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual (https://buyandsell.gc.ca/policy-and-guidelines/standard-acquisition-clauses-and-conditions-manual) issued by Public Works and Government Services Canada.

6.3.1 General Conditions

2010A (2018-06-21), General Conditions - Goods (Medium Complexity), apply to and form part of the Contract.

6.4 Term of Contract 6.4.1 Delivery Date

All the deliverables must be received on or before March 31, 2021.

6.4.2 Delivery Points

Delivery of the requirement will be made to delivery point(s) specified at Annex “A” of the Contract.

6.5 Authorities

6.5.1 Contracting Authority

The Contracting Authority for the Contract is:

Name: Sangeeta Dutt Title: Supply Officer

Public Works and Government Services Canada Acquisitions Branch

Address: Room 219 - 800 Burrard Street, Vancouver, B.C. V6Z 0B9 Telephone: 778-231-5951

Facsimile: 604-775-7526

E-mail address: Sangeeta.Dutt@pwgsc-tpsgc.gc.ca

The Contracting Authority is responsible for the management of the Contract and any changes to the Contract must be authorized in writing by the Contracting Authority. The Contractor must not perform work in excess of or outside the scope of the Contract based on verbal or written requests or instructions from anybody other than the Contracting Authority.

6.5.2 Project Authority (to be inserted at contract award) The Project Authority for the Contract is:

Name: _________

Title: _________

Organization: __________

Address: __________

Telephone: ___ ___ _______

Facsimile: ___ ___ _______

E-mail address: ___________

The Project Authority is the representative of the department or agency for whom the Work is being carried out under the Contract and is responsible for all matters concerning the technical content of the Work under the Contract. Technical matters may be discussed with the Project Authority, however the Project Authority has no authority to authorize changes to the scope of the Work. Changes to the scope of the Work can only be made through a contract amendment issued by the Contracting Authority.

6.5.3 Contractor's Representative (bidder to insert information) The Contractor’s Representative for the Contract is:

Name Title

Organization Address Telephone Facsimile E-mail address

6.6 Payment

6.6.1 Basis of Payment

In consideration of the Contractor satisfactorily completing all of its obligations under the Contract, the Contractor will be paid a firm unit price, as specified in Annex “B” for a cost of $ _________ insert the amount at contract award). Customs duties are included and Applicable Taxes are extra.

Canada will not pay the Contractor for any design changes, modifications or interpretations of the Work, unless they have been approved, in writing, by the Contracting Authority before their incorporation into the Work.

6.6.2 Limitation of Price

SACC Manual clause C6000C (2017-08-17), Limitation of Price 6.6.3 Method of Payment

SACC Manual clause H1000C, (2008-05-12) Single Payment 6.6.4 Electronic Payment of Invoices – Contract (if applicable)

The Contractor accepts to be paid using any of the following Electronic Payment Instrument(s):

a. Visa Acquisition Card;

b. MasterCard Acquisition Card;

c. Direct Deposit (Domestic and International);

d. Electronic Data Interchange (EDI);

e. Wire Transfer (International Only);

f. Large Value Transfer System (LVTS) (Over $25M) 6.6.5 Price

SACC Manual clause C2000C (2007-11-30), Taxes - Foreign-based Contractor

6.7 Invoicing Instructions

1. The Contractor must submit invoices in accordance with the section entitled "Invoice Submission"

of the general conditions. Invoices cannot be submitted until all work identified in the invoice is completed.

2. Invoices must be distributed as follows:

a. The original and one (1) copy must be forwarded to the address shown on page 1 of the Contract for certification and payment.

b. One (1) copy must be forwarded to the Contracting Authority identified under the section entitled "Authorities" of the Contract.

6.8 Certifications and Additional Information 6.8.1 Compliance

Unless specified otherwise, the continuous compliance with the certifications provided by the Contractor in its bid or precedent to contract award, and the ongoing cooperation in providing additional information are conditions of the Contract and failure to comply will constitute the Contractor in default. Certifications are subject to verification by Canada during the entire period of the Contract.

6.9 Applicable Laws

The Contract must be interpreted and governed, and the relations between the parties determined, by the laws in force in _____________ (insert the name of the province or territory as specified by the Bidder in its bid, if applicable).

6.10 Priority of Documents

If there is a discrepancy between the wording of any documents that appear on the list, the wording of the document that first appears on the list has priority over the wording of any document that subsequently appears on the list.

(a) the Articles of Agreement;

(b) the general conditions 2010A (2018-06-21), General Conditions - Goods (Medium Complexity), apply to and form part of the Contract;

(d) Annex A, Requirement;

(e) Annex B, Basis of Payment;

(f) the Contractor's bid dated _______ (insert date of bid) (If the bid was clarified or amended, insert at the time of contract award: “, as clarified on _______” or “, as amended on_________” and insert date(s) of clarification(s) or amendment(s))

6.11 SACC Manual Clauses A9049C (2011-05-16), Vehicle Safety B7500C (2006-06-16), Excess Goods D0018C (2007-11-30) Delivery and Unloading

G1001C (2013-11-06), Insurance – Specific Requirements

ANNEX "A"

REQUIREMENT

Section 1: SCOPE

1.1 Scope – Supply and delivery of a 6 cubic meter (8 yd³) capacity, 19,505 kg (43,000 lbs) GVWR, 4 X 4 Snow Plow truck complete with a 19 foot reversible snow plow and all items detailed in Sections 1 through 8 of Annex A.

1.2 Delivery Point: Transport Canada, Sandspit Airport, 1 Airport Road, Sandspit, BC, Canada Section 2: GENERAL REQUIREMENTS

2.1 Standard Requirements - The vehicle supplied under this specification must be new and the manufacturer’s latest model standard commercial product and must have demonstrated industry acceptance by having been manufactured in significant numbers. Must have been proven in service for the application specified.

2.2 Overview – The vehicle supplied under this specification must be a four wheel drive truck embodying an automatic transmission, a diesel engine, and a tilt forward hood. The vehicle supplied must be complete with all accessories furnished and installed on this type of vehicle, whether specified herein or not, to enable the vehicle to function reliably and efficiently under all conditions of service.

2.3 Operating Conditions – The vehicle must operate without failure of components when loaded to the maximum GVW specified. The vehicle must satisfactory operate in ambient temperatures down to –40 degrees Celsius.

Section 3: REGULATIONS AND STANDARDS

3.1 General – All standards and specifications referenced herein refer to the latest editions.

3.2 Highway Traffic Act – The vehicle must comply in all respects with the Highway Traffic Act or regulations for the province in which it is to operate.

3.3 Canada Motor Vehicle Safety Standards – The vehicle must adhere to all applicable Canada Motor Vehicle Safety Standards.

3.4 Society of Automotive Engineers – All notations in this specification indicating SAE refer to the most recent specification in effect by the Society of automotive Engineers.

Section 4: DELIVERY

4.1 Pre-delivery – A pre-delivery service must be completed by the truck manufacturer’s dealer prior to delivery. The truck must be lubricated and serviced with all associated products suitable for the climatic conditions in the area the truck will operate.

4.2 Documentation – All necessary documentation (origin certificate, weight ticket, or new vehicle information statement, etc.) required for licensing the vehicle for road use, by the issuing provincial authority, must be provided to the consignee when the vehicle is delivered.

4.3 Inspection – The Contractor must ensure that the vehicle are thoroughly tested, inspected, and that all deviations are corrected prior to delivery. A final inspection will be completed by the consignee at time of delivery.

Section 5: WARRANTY AND MANUALS

5.1 Manuals – Contractor must provide one copy of maintenance manuals for each truck chassis and one copy of the manufacturer’s maintenance and parts manuals for the transmission, engine, rear axle, snow plow and dump box. All manuals must be delivered with the truck and must be in English.

5.2 Warranty period – Provide warranty on all components and repair labour from the date, mileage and hours on the unit when it is initiated into service. State the warranty term. All warranty repairs must be done onsite in Sandspit, BC.

5.3 Dealer – Specify the dealer responsible for performing any required warranty repairs, and provide the name and phone number of the person to be contacted should warranty repairs be required.

Section 6: CAB AND CHASSIS 6.1 G.V.W.R.

.1 The minimum gross vehicle weight rating must be (19, 505 kg.) 43,000 lbs.

6.2 Chassis Dimensions

.1 Cab to Axle must be a minimum of 2133mm (84 in) to suit a 3048 mm (10 FT) dump body.

.2 Cab dimensions, Bumper to Back of Cab must be 2794mm to 2900mm (110 in to 114 in).

.3 Wheelbase must be 3605mm to 3935mm (142 in to 155 in).

.4 Maximum Turning Radius must be (9.75 M) 32ft to centerline of front tire.

6.3 Engine

.1 Engine must be diesel. The engine must have wet sleeve replaceable cylinders liners.

.2 Minimum power output must be 350 HP at the manufacturer’s recommended maximum rpm per SAE-J1349.

.3 Minimum torque must be 1150 Ft-Ib.

.4 Oil filter must be a full flow type, incorporating a replaceable element.

.5 Must provide a full flow, heated, fuel filter/water separator incorporating a replaceable element.

.6 Must provide a two-stage inside/outside intake air cleaner complete with in-cab air restriction gauge.

.7 The radiator must be a severe duty type. Coolant protection to –40 C must be included.

.8 The engine fan must be incorporate a thermostatically controlled fan clutch, if not air to air engine.

.9 All radiator and heater hoses must be silicon type. All hose clamps MUST be silicon hose type. No deviations accepted.

.10 Must have a fast idle switch capable of maintaining a constant engine speed of 1200 RPM.

The fast idle system must only operate with the transmission in neutral.

6.4 Transmission

.1 The vehicle(s) must incorporate an automatic transmission with a minimum of five forward speeds, with 3rd gear hold.

.2 Must have an automatic safety device to ensure that the truck engine can only be started in neutral range.

.3 Shift control quadrant must be illuminated.

.4 Must have a transmission oil cooler.

6.5 Suspensions

.1 The front and rear springs must be a progressive, heavy duty type spring with a front rating of a minimum of 19,000 lbs. and a rear rating of a minimum of 23,000 lbs.

.2 The rear suspension must be complete with auxiliary helpers.

.3 Shock absorbers must be supplied on the front axle.

6.6 Drive Line

.1 Must be a Spicer 1710HD series or “equivalent” drive shaft(s) and universal joints.

.2 Must have a visible oil seal caps on the front axle.

6.7 Frame

.1 Must be a full depth, heavy duty, reinforced frame with a minimum PSI rating of 120,000 in-lbs.

.2 The frame must be reinforced the entire length.

.3 Must have a PTO installed.

6.8 Axles

.1 The front axle must have a minimum capacity of 8618 kg (19,000 lbs).

.2 The front axle must be set back a minimum of 1016 mm (40in).

.3 The rear axle must have a minimum capacity of 10,400 kg (23,000lb).

.4 Axle ratio must be provided to allow for an approximate road speed of 90 km. per hour.

.5 Must include a power operated, driver controlled, traction lock rear differential, with dash-mounted switch and warning light.

6.9 Wheels

.1 Front rims must be 12.25 x 22.5 inches .2 Rear dual rims must be 8.25 x 22.5 inches .3 Both front and rear wheels must be disc type.

.4 The wheels must comply with the axle manufacturer’s rating for imposed loads.

.5 Must include one front spare rim and one rear spare rim fitted with a front tread type tire as noted in section 6.10.2 of this specification.

6.10 Tires

.1 Rear tires must be 16 ply on/off road, radical type, 11R 22.5 Michelin XDY-EX or equivalent.

.2 Front tires must be 20 ply on/off road radial type, 425/65R 22.5 Michelin XZY or Goodyear G286 or “equivalent.”

6.11 Steering

.1 Must be Integral power steering with a right side slave or ram.

6.12 Fuel Tank

.1 Capacity must not be less than 220 litres. Left hand side mounted preferred.

6.13 Exhaust

.1 Must be a vertical exhaust pipe equipped with an elbow.

6.14 Brakes

.1 Must be a full air brake system that incorporate the following items:

A. Minimum 13 CFM compressor;

B. Spring applied, air release parking brakes;

C. Minimum 16.5 x 6 “S cam” front brakes with automatic adjusters;

D. Minimum 16.5 x 7 “S cam” rear brakes with automatic adjusters and backing plates;

E. Bendix AD-9, or equivalent, heated air dryer, complete with moisture ejector and F. In dash pressure gauge with low pressure warning light and buzzer.

.2 Must have a full trailer connection that includes:

A. air and electrical connections mounted at the end of the frame;

B. tractor protection valve; and C. 7 pin electrical trailer receptacle.

6.15 Electrical

.1 Must include batteries having a minimum of 2100 CCA capacity.

.2 Must include a minimum 145 amp 12 V alternator with a minimum output of 60 amps at engine idle.

.3 Must include a back-up alarm with a minimum of 97 dB(A).

.4 Must have a warning light and buzzer to indicate the following conditions: high coolant temperature and low engine oil pressure.

.5 An Engine hour meter must be installed in the instrument panel.

.6 Must have an engine block heater, minimum size of 1000 watts complete with bulkhead receptacle located beneath the driver’s door.

.7 Must include resettable circuit breakers

.8 Must have a roof mounted amber light, Whelen RB6PAPS Rotating Beacon, Dominion Auto Strobe light number 420700-02 or “equivalent”. The light flashing frequency must in the range of 60 to 90 per minute.

6.16 Cab

.1 The cab must be a fully insulated metal cab equipped with maximum capacity fresh air intake heating and defrosting system, and with air intake protected from the ingress of rain and snow.

.2 The cab heating system must have sufficient capacity to maintain the cab interior at 13 degrees Celsius with an ambient temperature of –40 degrees Celsius.

.3 Cab access handles must be installed on both right and left hand sides of the vehicle exterior, as well as interior door access handles.

.4 Must include a heavy duty, variable speed electric or air wipers. The wipers must be complete with automatic park capability. Wet blade type windshield washers preferred.

.5 A soundproof insulation package must be fitted to provide the lowest possible interior sound level, Interior sound level must not exceed 83 dB(A) when measured in accordance on bare asphalt with the vehicle moving at maximum governed speed in third gear.

.6 Hood must be a tilt forward type having both a stationary grill and side access hatches to permit easy access to the engine.

.7 A driver and passenger sun visor must be included.

.8 Must have a driver’s high back, cloth, air-ride suspension seat with right side arm rest.

Single passenger seating must be included.

.9 Must have a right side power window with the controls at the driver’s side.

.10 Must have dual west coast type, heated mirrors: minimum 178 X 406 mm (7 X 16 in.).

Minimum 8-inch convex mirrors must supplied on each side.

6.17 Painting

.1 The cab and dump box must be painted with Epoxy, Polyurethane or Imron type paint or

“equivalent”. Paint colour Orange CGSB-GP-88, shade 508-101, standard paint colour 1-GP-12, or manufacturer’s closest equivalent.

6.18 Instruction Identification

.1 Must include a permanently installed ISO or English /French instructions, diagrams and warning plates, where required to ensure efficient operation and servicing with maximum safety.

Section 7: DUMP BODY 7.1 Body and hoist

.1 The tailgate must be a minimum of 1066 mm (42 in) high.

.2 Must include two six-inch hardwood sideboards.

.3 The sides, tailgate, and header must be constructed utilizing minimum 10 gauge steel.

The floor must be a minimum 3/16 inch Cor-ten steel or equivalent.

.4 The body sub frame must consist of two trapezoidal long members, welded directly to the underside of the floor plate. All components must be box section type and fully sealed against moisture.

.5 The body must incorporate an air operated double acting locking tailgate with combined spreader and drop chains. Ladders must be provided on both sides of the box.

.6 The header must incorporate a cab shield, which extends to a minimum of 13 inches.

.7 All Stop, Tail and Clearance lights must be recessed and protected from damage. All wiring must be installed in loom and fastened securely to the body.

.8 Must include four mud flaps. The mud flaps must not “sail” more than 30 degrees from the vertical.

.9 Heavy duty telescopic front mounted lift hoist installed, and a) must have a tipping angle of a minimum of 50 degrees and b) the dump box hoist must have a minimum capacity of 20,320 kg.

.10 Must have a self-storing, locking bar, which is capable of safely supporting the dump box allowing the hoist to be serviced.

.10 Must have a self-storing, locking bar, which is capable of safely supporting the dump box allowing the hoist to be serviced.

Documents relatifs