Canada - Buyandsell.gc.ca
Transcription
Canada - Buyandsell.gc.ca
Public Works and Government Services Canada Travaux publics et Services gouvernementaux Canada 1 1 Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Title - Sujet Travaux publics et Services gouvernementaux Canada Place Bonaventure, portail Sud-Est 800, rue de La Gauchetière Ouest 7 ième étage Montréal Québec H5A 1L6 FAX pour soumissions: (514) 496-3822 Solicitation No. - N° de l'invitation Date W0106-11V142/A 2012-11-20 Client Reference No. - N° de référence du client GETS Ref. No. - N° de réf. de SEAG W0106-11-V142 PW-$MTA-560-12202 Request For a Standing Offer Demande d'offre à commandes Maintenance Kitchen appliances File No. - N° de dossier CCC No./N° CCC - FMS No./N° VME MTA-1-34686 (560) Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2013-01-10 Time Zone Fuseau horaire Heure Normale du l'Est HNE Delivery Required - Livraison exigée VOIR DOC. Regional Individual Standing Offer (RISO) Address Enquiries to: - Adresser toutes questions à: Buyer Id - Id de l'acheteur Offre à commandes individuelle régionale (OCIR) Ghali, Camille mta560 Canada, as represented by the Minister of Public Works and Government Services Canada, hereby requests a Standing Offer on behalf of the Identified Users herein. Le Canada, représenté par le ministre des Travaux Publics et Services Gouvernementaux Canada, autorise par la présente, une offre à commandes au nom des utilisateurs identifiés énumérés ci-après. Comments - Commentaires Telephone No. - N° de téléphone FAX No. - N° de FAX (514)496-3871 ( (514)496-3822 ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: MINISTERE DE LA DEFENSE NATIONALE 5 GSS, GARNISON VALCARTIER SERVICE DU GÉNIE, ÉDIFICE 72 C.P. 1000, SUCCURSALE FORCES COURCELETTE Québec G0A4Z0 Canada Security - Sécurité This request for a Standing Offer does not include provisions for security. Cette Demande d´offre à commandes ne comprend pas des dispositions en matière de sécurité. Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Instructions: See Herein Instructions: Voir aux présentes Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Telephone No. - N° de téléphone Issuing Office - Bureau de distribution Facsimile No. - N° de télécopieur Travaux publics et Services gouvernementaux Canada Place Bonaventure, portail Sud-Est 800, rue de La Gauchetière Ouest 7 ième étage Montréal Québec H5A 1L6 Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Canada Page 1 of - de 2 Date 1 Item Article W0106 Inv. Code Fact. Qty Qté 1 LOT U. of I. U. de D. Page 2 of - de 2 Line Item Detail - Détails de l'article W0106 Dest. Code Dest. Travaux publics et Services gouvernementaux Canada Entretien appareil de cuisine. Voir Annexe A, B & C / See Annex A, B & C Description Public Works and Government Services Canada $ XXXXXXXXXX VOIR DOC. Delivery Req. Del. Offered Livraison Req. Liv. offerte Part - Partie 1 of - de 2 See Part 2 for Clauses and Conditions Voir Partie 2 pour Clauses et Conditions Unit Price/Prix unitaire FOB/FAM Destination Plant/Usine N° du documentW0106-11V142/A 12 1 1 1 1 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 TABLE OF CONTENTS PART 1 - GENERAL INFORMATION 1.1. 1.2. 1.3. 1.4. Introduction Summary Security Requirement Debriefings PART 2 - OFFEROR INSTRUCTIONS 2.1. 2.2. 2.3. 2.4 2.5. Standard Instructions, Clauses and Conditions Submission of Offers Enquiries - Request for Standing Offers Improvement of Requirement During Solicitation Period Applicable Laws PART 3 - OFFER PREPARATION INSTRUCTIONS 3.1. Offer Preparation Instructions PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1. 4.2. Evaluation Procedures Basis of Selection PART 5 - CERTIFICATIONS 5.1. 5.2. Code of Conduct Certifications - Consent to a Criminal Record Verification Certifications Precedent to Issuance of a Standing Offer PART 6 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. 1. 2. 3. 4. 5. 6. 7. STANDING OFFER Offer Security Requirement Standard Clauses and Conditions Term of Standing Offer Authorities Identified Users Call-up Instrument Part - Partie 2 of - de 2 / Page 1 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 8. 9. 10. 11. 12. B. 1. 2. 3. 4. 5. 6. mta560 Limitation of Call-ups Financial Limitation Priority of Documents Certifications Applicable Laws RESULTING CONTRACT CLAUSES Requirement Standard Clauses and Conditions Term of Contract Payment Invoicing Instructions SACC Manual Clauses List of Annexes: Annex A - Statement of work Annex B - Pricing Annex C - List of appliances inventory Annex D - Mandatory Evaluation Criteria Annex E - Complete list of bidder’s board directors Part - Partie 2 of - de 2 / Page 2 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 1 - GENERAL INFORMATION 1.1. Introduction The Request for Standing Offers (RFSO) template is divided into six parts: (i) (ii) (iii) (iv) Part 1, General Information; Part 2, Offeror Instructions; Part 3, Offer Preparation Instructions; Part 4, Evaluation Procedures and Basis of Selection; (v) Part 5, Certifications, and (vi) Part 6: 6A, Standing Offer, and 6B, Resulting Contract Clauses; and, The Annexes. Part 1: provides a general description of the requirement; Part 2: provides the instructions applicable to the clauses and conditions of the RFSO and states that the Offeror agrees to be bound by the clauses and conditions contained in all parts of the RFSO; Part 3: provides offerors with instructions on how to prepare their offer to address the evaluation criteria specified; Part 4: indicates how the evaluation will be conducted, the evaluation criteria which must be addressed in the offer, the security requirement, if applicable, and the basis of selection; Part 5: includes the certifications to be provided; Part 6 6A, Standing Offer, and 6B, Resulting Contract Clauses: 6A, includes the Standing Offer containing the offer from the Offeror and the applicable clauses and conditions; 6B, includes the clauses and conditions which will apply to any contract resulting from a call-up made pursuant to the Standing Offer. Annex A - Statement of work Annex B - Pricing Annex C - List of appliances inventory Annex D - Mandatory Evaluation Criteria Annex E - Complete list of bidder’s board directors Part - Partie 2 of - de 2 / Page 3 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 1.2. mta560 Summary Request for a Regional Individual Standing Offer (RISO) to supply, on an as-and-when-required basis, maintenance service of commercial kitchen equipments including the estimated material, parts and necessary labor for the DND at the Valcartier Garrison.. The requirement is subject to the North American Free Trade Agreement (NAFTA), and the Agreement on Internal Trade (AIT)." 1.3. Security Requirement There is no security requirement associated with the requirement of the Standing Offer. 1.4. Debriefings After issuance of a standing offer, offerors may request a debriefing on the results of the request for standing offers. Offerors should make the request to the Standing Offer Authority within 15 working days of receipt of notification that their offer was unsuccessful. The debriefing may be provided in writing, by telephone or in person. . Part - Partie 2 of - de 2 / Page 4 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 2 - OFFEROR INSTRUCTIONS 2.1. Standard Instructions, Clauses and Conditions All instructions, clauses and conditions identified in the Request for Standing Offers (RFSO) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual issued by Public Works and Government Services Canada. Offerors who submit an offer agree to be bound by the instructions, clauses and conditions of the RFSO and accept the clauses and conditions of the Standing Offer and resulting contract(s). The 2006 (2012-07-11) Standard Instructions - Request for Standing Offers - Goods or Services Competitive Requirements, are incorporated by reference into and form part of the RFSO. The text under Subsection 4 of Section 01 - Code of Conduct and Certifications of 2006 referenced above is replaced by: Bidders should provide, with their bid or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder. If such a list has not been received by the time the evaluation of bids is completed, Canada will inform the Bidder of a time frame within which to provide the information. Failure to provide such a list within the required time frame will render the bid non-responsive. Bidders must always submit the list of directors before contract award. Canada may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive. The text under Subsection 5 of Section 01 - Code of Conduct and Certifications of 2006 referenced above is replaced by: The Bidder must diligently maintain the list up-to-date by informing Canada in writing of any change occurring during the validity period of the bid, and must also provide Canada, when requested, with the corresponding Consent Forms. The Bidder will also be required to diligently maintain the list and when requested, provide Consent Forms during the period of any contract arising from this bid solicitation. Subsection 5.4 of 2006, Standard Instructions - Request for Standing Offers - Goods or Services - Competitive Requirements, is amended as follows: Delete: sixty (60) days - Insert: ninety (90) days Part - Partie 2 of - de 2 / Page 5 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 2.1.1 SACC Manuel Clauses SACC Référence M1004T 2.2. Section Material Date 25-05-2007 Submission of Offers Offers must be submitted only to Public Works and Government Services Canada (PWGSC) Bid Receiving Unit by the date, time and place indicated on page 1 of the Request for Standing Offers. Bidders must submit firm rates for all categories of resources listed in Annex "B ". 2.3. Enquiries - Request for Standing Offers All enquiries must be submitted in writing to the Standing Offer Authority no later than ten (10) calendar days before the Request for Standing Offers (RFSO) closing date. Enquiries received after that time may not be answered. Offerors should reference as accurately as possible the numbered item of the RFSO to which the enquiry relates. Care should be taken by offerors to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as "proprietary" will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the questions or may request that offerors do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all offerors. Enquiries not submitted in a form that can be distributed to all offerors may not be answered by Canada. 2.4 Improvement of Requirement During Solicitation Period Should bidders consider that the specifications or Statement of Work contained in the bid solicitation could be improved technically or technologically, bidders are invited to make suggestions, in writing, to the Contracting Authority named in the bid solicitation. Bidders must clearly outline the suggested improvement as well as the reason for the suggestion. Suggestions that do not restrict the level of competition nor favour a particular bidder will be given consideration provided they are submitted to the Contracting Authority at least ten (10)calendar days before the bid closing date. Canada will have the right to accept or reject any or all Part - Partie 2 of - de 2 / Page 6 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 2.5 mta560 Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed, and the relations between the parties determined, by the laws in force in the province of Quebec. Offerors may, at their discretion, substitute the applicable laws of a Canadian province or territory of their choice without affecting the validity of their offer, by deleting the name of the Canadian province or territory specified and inserting the name of the Canadian province or territory of their choice. If no change is made, it acknowledges that the applicable laws specified are acceptable to the offerors. Part - Partie 2 of - de 2 / Page 7 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 3 - OFFER PREPARATION INSTRUCTIONS 3.1. Offer Preparation Instructions Canada requests that offerors follow the format instructions described below in the preparation of their offer. (a) (b) use 8.5 x 11 inch (216 mm x 279 mm) paper; use a numbering system that corresponds to that of the Request for Standing Offers. Prices must appear in the financial offer only. No prices must be indicated in any other section of the offer. In April 2006, Canada issued a policy directing federal departments and agencies to take the necessary steps to incorporate environmental considerations into the procurement process Policy on Green Procurement (http://www.tpsgc-pwgsc.gc.ca/ecologisation-greening/achatsProcurement/politique-policy-eng.html). To assist Canada in reaching its objectives, offerors are encouraged to: 1) use paper containing fibre certified as originating from a sustainably-managed forest and/or containing minimum 30% recycled content; and 2) use an environmentally-preferable format including black and white printing instead of colour printing, printing double sided/duplex, using staples or clips instead of cerlox, duotangs or binders. Payment by credit card Canada requests that offerors complete one of the following: (a) ( ) Government of Canada Acquisition Cards (credit cards) will be accepted for payment of call-ups against the standing offer. The following credit card(s) are accepted: VISA _______ or Master Card _______ (b) ( ) Government of Canada Acquisition Cards (credit cards) will not be accepted for payment of call-ups against the standing offer. The Offeror is not obligated to accept payment by credit card. Acceptance of credit cards for payment of call-ups will not be considered as an evaluation criterion. Part - Partie 2 of - de 2 / Page 8 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 4 - EVALUATION PROCEDURES AND BASIS OF SELECTION 4.1. Evaluation Procedures (a) Offers will be assessed in accordance with the entire requirement of the Request for Standing Offers including the technical and financial evaluation criteria. (b) An evaluation team composed of representatives of Canada will evaluate the offers. 4.1.1 Technical evaluation It is mandatory to meet the mandatory evaluation criteria to allow the technical evaluation of the tender. Failure to do so, will make it non-responsive. See Annex D - Mandatory Evaluation Criteria 4.1.2 Financial Evaluation The financial offer must comply with Annex B, Pricing. Pric Evaluation M0222T (11/01/2010) The Standing offers will be awarded in Canadian dollars. In the event the offer recommended for Standing offers award was submitted in foreign currency it will be converted using the rate given by the Bank of Canada in effect on the bid solicitation closing date. For evaluation purpose only: Estimated hours for the technician for one (1) year 1000 hours - (during regular hours) Estimated costs for parts and materials $25,000.00 (materials and spare) $4,000.00 (all other related work) Part - Partie 2 of - de 2 / Page 9 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 4.2. mta560 Basis of Selection - Mandatory Technical Criteria An offer must comply with the requirements of the Request for Standing Offers and meet all mandatory technical evaluation criteria to be declared responsive. The responsive offer with the lowest evaluated price* on an aggregate basis will be recommended for issuance of a standing offer. *The lowest price will be determined as the sum of the products of the hourly rate multiplied by the 1000 estimated hours per year AND the sum of estimated prices of the products of parts and materials as well as related works, multiplied by the respective mark-up for one year. Only one standing offer will be issued. Part - Partie 2 of - de 2 / Page 10 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 5 - CERTIFICATIONS Offerors must provide the required certifications to be issued a standing offer. Canada will declare an offer non-responsive if the required certifications are not completed and submitted as requested. Compliance with the certifications offerors provide to Canada is subject to verification by Canada during the offer evaluation period (before issuance of a standing offer) and after issuance of a standing offer. The Standing Offer Authority will have the right to ask for additional information to verify offerors´ compliance with the certifications before issuance of a standing offer. The offer will be declared non-responsive if any certification made by the Offeror is untrue, whether made knowingly or unknowingly. Failure to comply with the certifications or to comply with the request of the Standing Offer Authority for additional information will also render the offer non-responsive. 5.1. Code of Conduct Certifications - Certifications Required Precedent to Contract Award 5.1.1 Bidders should provide, with their bids or promptly thereafter, a complete list of names of all individuals who are currently directors of the Bidder. If such a list has not been received by the time the evaluation of bids is completed, the Contracting Authority will inform the Bidder of a time frame within which to provide the information. Bidders must submit the list of directors before contract award, failure to provide such a list within the required time frame will render the bid non-responsive. The Contracting Authority may, at any time, request that a Bidder provide properly completed and Signed Consent Forms (Consent to a Criminal Record Verification form - PWGSC-TPSGC 229) for any or all individuals named in the aforementioned list within a specified delay. Failure to provide such Consent Forms within the delay will result in the bid being declared non-responsive. Part - Partie 2 of - de 2 / Page 11 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 5.2. mta560 Certifications Precedent to Issuance of a Standing Offer The certifications listed below should be completed and submitted with the offer, but may be submitted afterwards. If any of these required certifications is not completed and submitted as requested, the Standing Offer Authority will so inform the Offeror and provide the Offeror with a time frame within which to meet the requirement. Failure to comply with the request of the Standing Offer Authority and meet the requirement within that time period will render the offer non-responsive. 5.2.1 Federal Contractors Program - $200,000 or more 1. The Federal Contractors Program (FCP) requires that some suppliers, including a supplier who is a member of a joint venture, bidding for federal government contracts, valued at $200,000 or more (including all applicable taxes), make a formal commitment to implement employment equity. This is a condition precedent to the issuance of a standing offer. If the Offeror, or, if the Offeror is a joint venture and if any member of the joint venture, is subject to the FCP, evidence of its commitment must be provided before the issuance of a standing offer. Suppliers who have been declared ineligible contractors by Human Resources and Skills Development Canada (HRSDC) are no longer eligible to receive government contracts over the threshold for solicitation of bids as set out in the Government Contracts Regulations. Suppliers may be declared ineligible contractors either as a result of a finding of non-compliance by HRSDC, or following their voluntary withdrawal from the FCP for a reason other than the reduction of their workforce to less than 100 employees. Any offers from ineligible contractors, including an offer from a joint venture that has a member who is an ineligible contractor, will be declared non-responsive. 2. If the Offeror does not fall within the exceptions enumerated in 3.(a) or (b) below, or does not have a valid certificate number confirming its adherence to the FCP, the Offeror must fax (819-953-8768) a copy of the signed form LAB 1168, Certificate of Commitment to Implement Employment Equity, to the Labour Branch of HRSDC. 3. The Offeror, or, if the Offeror is a joint venture the member of the joint venture, certifies its status with the FCP, as follows: The Offeror or the member of the joint venture (a) ( ) is not subject to the FCP, having a workforce of less than 100 full-time or part-time permanent employees, and/or temporary employees having worked 12 weeks or more in Canada; Part - Partie 2 of - de 2 / Page 12 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 (b) ( ) is not subject to the FCP, being a regulated employer under the Employment Equity Act, S.C. 1995, c. 44; (c) ( ) is subject to the requirements of the FCP, having a workforce of 100 or more full- time or part-time permanent employees, and/or temporary employees having worked 12 weeks or more in Canada, but has not previously obtained a certificate number from HRSDC (having not bid on requirements of $200,000 or more), in which case a duly signed certificate of commitment is attached; (d) ( ) is subject to FCP, and has a valid certificate number as follows: _______ (e.g. has not been declared an ineligible contractor by HRSDC). Further information on the FCP is available on the HRSDC Web site. Part - Partie 2 of - de 2 / Page 13 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 6 - STANDING OFFER AND RESULTING CONTRACT CLAUSES A. STANDING OFFER 1. Offer The Offeror offers to fulfill the requirement in accordance with the Statement of work at Annex A, B & C. 2. Security Requirement There is no security requirement associated with the requirement of the Standing Offer. 3. Standard Clauses and Conditions All clauses and conditions identified in the Standing Offer and resulting contract(s) by number, date and title are set out in the Standard Acquisition Clauses and Conditions Manual issued by Public Works and Government Services Canada. 3.1 General Conditions 2005 (2012-07-16) General Conditions - Standing Offers - Goods or Services, apply to and form part of this Standing Offer. The text under Subsection 4 of Section 11- Code of Conduct and Certifications - Contract of 2005 referenced above is replaced by: During the entire period of the Contract, the Contractor must diligently update, by written notice to the Contracting Authority, the list of names of all individuals who are directors of the Contractor whenever there is a change. As well, whenever requested by Canada, the Contractor must provide the corresponding Consent Forms. 4. 4.1 Term of Standing Offer Period of Standing Offer The period for making Call-ups against the Standing Offer is from the awarding date and till June 30th, 2014. 4.2 Extension of Standing Offer If the Standing Offer is authorized for use beyond the initial period, the Offeror offers to extend its offer for one additional period of one year from July 1st, 2014 until June 30th, 2015; Part - Partie 2 of - de 2 / Page 14 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 under the same conditions and at the rates or prices specified in the Standing Offer, or at the rates or prices calculated in accordance with the formula specified in the Standing Offer. The Offeror will be advised of the decision to authorize the use of the Standing Offer for an extended period by the Standing Offer Authority 30 days before the expiry date of the Standing Offer. A revision to the Standing Offer will be issued by the Standing Offer Authority. 5. 5.1 Authorities Standing Offer Authority The Standing Offer Authority for the Standing Offer is: Camille Ghali Supply Specialist Public Works and Government Services Canada Acquisitions Branch Quebec Regional Office 800 de la Gauchetière Ouest, suite 7300, Montréal (Québec), Canada, H5A 1L6 Telephone: (514) 496-3871 Facsimile: (514) 496-3822 E-mail address: [email protected] The Standing Offer Authority is responsible for the establishment of the Standing Offer, its administration and its revision, if applicable. Upon the making of a call-up, as Contracting Authority, he is responsible for any contractual issues relating to individual call-ups made against the Standing Offer by any Identified User. 5.2 Offeror Representative (The Offeror's Representative will be identified in the Standing Offer.) Name and telephone number of the person responsible for : General enquiries & Delivery follow-up Name: Telephone No. Facsimile No. E-mail address: 6. ___________________ ___________________ ___________________ ___________________ Identified Users The Identified User authorized to make call-ups against the Standing Offer is : ___________ ( to be identified at the time of award) Part - Partie 2 of - de 2 / Page 15 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 6.1 mta560 Contact at Customer Department (to be completed by Canada at the time of award) For all information related to invoicing and/or payments you may communicate with: CUSTOMER DEPARTMENT: NAME: TELEPHONE NUMBER: 7. _____________________________________ _____________________________________ _____________________________________ Instrument The Work will be authorized or confirmed by the Identified User(s) using form PWGSC-TPSGC 942, "Call-up Against a Standing Offer", etc.) or electronic document. 8. Limitation of Call-ups Individual call-ups against this Standing Offer must not exceed $ 10 000.00 (Goods and Services Tax or Harmonized Sales Tax included). 9. Limitation of Expenditure The total cost to Canada resulting from call-ups against the Standing Offer must not exceed the sum of $_____ (Goods and Services Tax or Harmonized Sales Tax excluded) unless otherwise authorized in writing by the Standing Offer Authority. The Offeror must not perform any work or services or supply any articles in response to call-ups which would cause the total cost to Canada to exceed the said sum, unless an increase is so authorized. The Offeror must notify the Standing Offer Authority as to the adequacy of this sum when 75 percent of this amount has been committed, or three (3) months before the expiry date of the Standing Offer, whichever comes first. However, if at any time, the Offeror considers that the said sum may be exceeded, the Offeror must promptly notify the Standing Offer Authority. 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) (b) (c) the call up against the Standing Offer, including any annexes; the articles of the Standing Offer; the general conditions 2005 (2012-07-16), General Conditions - Standing Offers - Good or Services Part - Partie 2 of - de 2 / Page 16 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A (d) mta560 (e) (f) (g) (h) the general conditions 2010C (2012-07-16), General Conditions - Services (Medium Complexity) Annex A - Statement of work Annex B - Pricing Annex C - List of appliances inventory the Offeror's offer _________ , (insert date of the offer) 11. 11.1 Certifications Compliance Compliance with the Certifications provided by the Offeror is a condition of authorization of the Standing Offer and subject to verification by Canada during the entire period of the Standing Offer and of any resulting contract that would continue beyond the period of the Standing Offer. In the event that the Offeror does not comply with any certification or that it is determined that any certification made by the Offeror in its offer is untrue, whether made knowingly or unknowingly, the Standing Offer Authority has the right to terminate any resulting contract for default and set aside the Standing Offer. 12. Applicable Laws The Standing Offer and any contract resulting from the Standing Offer must be interpreted and governed by the laws in force in __________. Part - Partie 2 of - de 2 / Page 17 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A B. mta560 RESULTING CONTRACT CLAUSES The following clauses and conditions apply to and form part of any contract resulting from a call-up against the Standing Offer. 1. Statement of Work The Contractor must perform the Work described in the call-up against the Standing Offer. 2. 2.1 Standard Clauses and Conditions General Conditions 2010C (2012-07-16) General Conditions - Services (Medium Complexity) apply to and form part of the Contract. The text under Subsection 4 of Section 27- Code of Conduct and Certifications - Contract of 2010C referenced above is replaced by: During the entire period of the Contract, the Contractor must diligently update, by written notice to the Contracting Authority, the list of names of all individuals who are directors of the Contractor whenever there is a change. As well, whenever requested by Canada, the Contractor must provide the corresponding Consent Forms. Interest on Overdue Accounts Section 13 Interest on Overdue Accounts, of 2010C (2012-07-16) General Conditions - Services (Medium Complexity) will not apply to payments made by credit cards at point of sale. 3. 3.1 Term of Contract Delivery Date The Work must be completed in accordance with the call-up against the Standing Offer and as soon as possible upon receiving of the request. Part - Partie 2 of - de 2 / Page 18 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 4. Payment 4.1 SACC Manual Clauses SACC Reference A2000C A2001C C2000C C6000C H1000C Section Foreign Nationals (Canadian Contractor) Foreign Nationals (Foreign Contractor) Taxes - Foreign-based Contractor Limitation of price Single Payment 4.2 Payment by Credit Card Date 16/06/06 16/06/06 30/11/07 25/05/07 12/05/08 The following credit card is accepted: ___________ OR The following credit cards are accepted: _______ and _________. 5. Invoicing Instructions The Contractor must submit invoices in accordance with the section entitled "Invoice Submission" of the general conditions. Claims cannot be submitted until all work identified in the claim is completed. 6. SACC Manual Clauses SACC Reference A9068C B1505C B7500C G1005C Section Government Site Regulations Electrical Equipment Excess Goods Insurance Part - Partie 2 of - de 2 / Page 19 of - de 35 Date 11/01/10 16/06/06 16/06/06 12/05/08 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 Annex A Statement of work PART 1 - GENERAL INSTRUCTIONS 1.1 DOCUMENT INTERPRETATION .1 The term "DND Representative" refers to the Department of National Defence (DND) Engineering Service Contracts Inspector or any other person he/she officially delegates who is authorized to make and coordinate call-ups to the Contractor. .2 Work descriptions or drawings may be attached to call-up forms. Notify the DND Representative of any errors on the forms or the documents attached to them. 1.2 DESCRIPTION .1 Perform on demand as a measure needs repairs modification, inspection and maintenance of commercial kitchen appliances of different makes, models and types, e.g., Electric, Steam, Natural Gas, etc. (See inventory list at Annex C). .2 Upon request (following a purchase, replacement or more or less extended stoppage), perform inspections before operating the equipment and start up the commercial kitchen equipment or group of equipment of different makes and models in accordance with the manufacturer's specifications. .3 The work to be performed under this statement of requirements includes the provision of all labour, tools, equipment, parts, products and anything else needed for the complete and compliant performance of the work. .4 DND currently has ±190 appliances of different types, makes and models in its inventory. (See inventory list at Annex C). This inventory may change if DND stops using some systems or has new ones installed. EXCLUSION .5 All movable commercial kitchen appliances that are not permanently attached (mechanically or electrically) to the building structure are excluded from these specifications. .6 Work requiring qualifications in refrigeration is excluded from these specifications. Part - Partie 2 of - de 2 / Page 20 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 1.3 mta560 LOCATION OF WORK .1 Valcartier Garrison: Kitchens with an approximate capacity of 1,000 people: NCMs' Kitchen (VC-505), annually Cadet Summer Training Centre Kitchen (CC-119), annually Camp Vimy Kitchen (CM-03). Open from May to September Kitchens with an approximate capacity of 500 people: WOs' and Sgts' Mess Kitchen (VC-510), annually Officers' Mess Kitchen (VC-511), annually .2 1.4 Quebec City Region & Citadel of Quebec: Kitchens with an approximate capacity of 250 people: NCMs' Kitchen (QC-14), annually WOs' and Sgts' Mess Kitchen (QC-13), annually Officers' Mess Kitchen (QC-18), annually Pointe-à-Carcy Naval Reserve Kitchen (QC-NPC-002), annually St-Malo Armoury Kitchen (QC-SM-101), annually CALL-UP INSTRUMENT .1 Before starting a job, wait to receive a written request from the DND Representative using form PWGSC-TPSGC 942, "Call-up Against a Standing Offer." .2 Respond to all these call-ups and only to these call-ups. Services rendered at the request of unauthorized individuals will not be paid for. .3 A list of authorized personnel will be provided by the DND Representative at the start-up meeting. 1.5 ACCESS TO WORKSITE .1 The terms and conditions for access to the site will be specified by the DND representative. .2 Comings and goings at the worksite will be subject to troop movements and to the regulations in force on the Base or at the Armoury, as applicable. Part - Partie 2 of - de 2 / Page 21 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 .3 The Contractor's employees must bear a photo identity card so that the DND Representative can verify that they are authorized personnel. 1.6 SAFETY STANDARDS .1 Observe and enforce the provincial law on occupational health and safety and any other provincial act or regulation under the jurisdiction of the Commission de la santé et de la sécurité du travail (CSST), including the Safety Code for the Construction Industry, published under provincial regulation S-2.1 R.6. .2 Become familiar with DND fire safety regulations. A copy of these regulations can be obtained from the DND Representative. 1.7 QUALITY STANDARDS .1 Where performance details are not mentioned in the specifications, the work shall be performed in accordance with the recognized best practices and to the complete satisfaction of the DND Representative. .2 Comply with National Fire Protection Agency (NPFA) Standards. The NPFA's Standards can be obtained at the following address: 1 Batterymarch Park Quincy, MA USA 02169-9101 1.8 CONTRACTOR LIABILITY .1 Assume liability for any accident or damage caused by its employees to DND property or to any person on DND land. .2 Assume liability for any accident or damage to DND property or injury to any person on DND land caused by its equipment if this equipment is defective or was left unsupervised. .3 Assume full liability for the security of its equipment and material during and after work hours. DND shall not be held responsible for vandalism, theft or losses. Part - Partie 2 of - de 2 / Page 22 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 1.9 mta560 ESTIMATES .1 At the request of the DND Representative, provide, at no charge, a quantitative estimate for work to be performed at an hourly rate. This estimate shall in no way represent a commitment by DND and cannot be used as a reference on an invoice. .2 The estimate shall include the number of hours of work anticipated and the description and cost of the parts and materials likely to be used. Also specify the delivery timeframes set by the suppliers. .3 In the event an appliance is repaired in shop, a quantitative estimate for the repair must be provided and approved by the DND Representative before the repair is performed. The estimate must only include the parts and shop labour. The amounts for parts and shop labour must not exceed the costs quoted and approved in the estimate. The charges for disassembly and reinstallation will be paid according to the terms of the contract and the signature log book. 1.10 AVAILABILITY AND TIMEFRAMES Receiving orders .1 May receive orders by phone or by fax, directly and immediately, 24 hours a day, 365 days a year. Response time .2 Unless a work schedule has been established by the DND Representative, work shall start no later than one (1) working day after the request is made. .3 If the DND Representative deems the situation an emergency, work shall start no later than 4 hours after the request is made, regardless of day or time. .4 Inform the DND Representatives of timeframes set by the suppliers. Work schedule .5 Unless otherwise indicated by the DND Representative, perform work during regular working hours: Monday to Friday, between 0700 and 1700 hrs. .6 Upon request, perform work outside of working hours and even on statutory holidays or during construction industry holidays. Part - Partie 2 of - de 2 / Page 23 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 1.11 mta560 INSPECTION AND CONTROL .1 For every entry and exit, contact the DND Representative and sign the log book (one signature per person). Indicate the exact time of signature in the book. Log books can be found in the following locations: " Valcartier Garrison, during working hours-Contract Inspectors Office (bldg 72) " Valcartier Garrison, after working hours-Bldg 523 (Fire Hall) " Citadel of Quebec, at all times-Building C-19 " Armouries or Naval Reserves, at all times-on the worksite .2 Once the work is completed, give the DND Representative a work order before leaving the premises. .3 For work done outside working hours, have the work order signed by the kitchen i/c on site and fax a copy to the DND Representative the following working day. .4 Every time work has to be covered or permanently concealed from view, contact the DND Representative so that he/she may perform an inspection. .5 Submit all work for the DND Representative's inspection and acceptance. .6 The work order will be used to check the invoice. It must be signed by the DND Representative and the person who performed the work. The work order must specify: .1 .2 .3 .4 1.12 the nature, location and date of the work performed; the make, model and serial number of the appliance repaired; write down on the work order the time of arrival, unpaid meal time (start and finish), and the time of departure (the work hours written on the work order have to match the hours indicated in the log book); the quantities and descriptions of parts or materials installed. TEMPORARY SERVICES .1 DND may provide electrical power and water supply without cost. .2 Provide all temporary materials required to access the services in question. .3 The temporary services supplied by DND are subordinate to its needs and may be suspended without notice at any time by its representative at the site. DND shall not be held liable for damages or delays caused by the interruption of such services. Part - Partie 2 of - de 2 / Page 24 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 1.13 mta560 CLEANING AND PROTECTION OF THE ENVIRONMENT .1 After completing the work, leave the site tidy and free of waste, debris, materials, tools and equipment. Clean up the site to the satisfaction of the DND Representative. .2 Unless otherwise directed by the DND Representative, remove all the waste from DND property (except for full appliances, either whole or in pieces-wait for written approval from the DND Representative before disposing of the appliances) in compliance with the federal, provincial and municipal regulations for the protection of the environment. Waste to be removed includes: appliance parts not kept by DND. Have each removal approved by the DND Representative. Find an MDDEP (Ministère du Développement Durable de l'Environnement et des Parcs) approved dumpsite and pay the fees charged by the site's owner. 1.14 START-UP MEETING .1 A start-up meeting will take place as soon as possible after the standing offer is awarded. The DND Representative will contact the Contractor to agree upon a date and place for the meeting. PART 2 - PRODUCTS 2.1 GENERAL .1 All materials, spare parts and products for maintenance and repair used by the Contractor shall be new, free of defects and of top quality. .2 The Contractor must take the necessary measures to acquire an inventory of spare parts whose variety and quantity will enable it to perform the most common repairs within the timeframes specified in section 1.10. .3 The materials, spare parts and products used shall conform to the recommendations of each appliance manufacturer. The quality of the spare parts will be equal to or better than the parts being replaced. All replacement parts shall be guaranteed for a minimum of three (3) months including labour; if applicable, this guarantee shall be extended up to the manufacturer's warranty expiry date. .4 Upon request by the DND Representative, the Contractor shall provide all the technical information on the materials, spare parts and products it intends to use as well as the manufacturer's recommendations for the equipment in question. Part - Partie 2 of - de 2 / Page 25 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 PART 3 - PERFORMANCE 3.1 COMPANY QUALIFICATION .1 The Contractor must comply with all the codes, laws and regulations that apply to the performance of work or any part thereof, including without limitation all laws concerning the protection of the environment and working conditions, and shall require compliance with these codes, laws and regulations by all of its subcontractors. .2 The Contractor must obtain all permits, licences and certificates required for the performance of the work. .3 When the Contractor has to subcontract out a part of the work, it must produce proof upon request that the subcontractor has the permits, licences and certifications required for the performance of the work. .4 The DND Representative may at any time request proof from the Contractor that it complies with the laws, regulations and codes in effect and that it has all the permits and licences required. The Contractor must provide the proof within the timeline specified in the request. 3.2 WORKER QUALIFICATION .1 All the work must be carried out in a careful and satisfactory manner by qualified workers and/or assistants or apprentices supervised by a qualified worker. 3.3 PREPARATION .1 Before starting any welding work or work requiring a blowtorch, protect any surface that may catch on fire and keep a fire extinguisher at hand. If the work is performed at Valcartier Garrison, obtain a permit beforehand from the Garrison Fire Department (Building 523). .2 Provide and install guardrails and signs if necessary to ensure the safety of the public and to protect the work. .3 Disconnect and move any appliance and any other furniture that could hinder the performance of the work. .4 building. Take all required precautions to prevent the spread of odours and dust within the Part - Partie 2 of - de 2 / Page 26 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 .5 On the date scheduled for the start of the work, report to the site with all the tools and equipment required to start the work and continue it without interruption. 3.4 REPAIRS .1 Advise the DND Representative in writing if the estimated cost of repairs exceeds the expected cost listed on the order form or it exceeds 60% of the cost of a new item (taxes excluded). In both cases, wait for signed approval from the DND Representative before proceeding with the repairs. Without authorization from the DND Representative, the invoice will not be paid. .2 Temporarily provide and install the parts required for operation during a repair. Replace these parts as soon as possible and before claiming payment. .3 Wait for or request authorization from the DND Representative for the coordination of work between the Contractor and the user before replacing the main component of an installation, repair or modification. .4 Perform the work in accordance with the manufacturer's manuals. Assume full responsibility for obtaining these manuals. .5 Perform all repairs on site except those, in the opinion of the DND Representative, require stationary machinery or specialized tools in a workshop (eg, internal repair of a motor, garburator). 3.5 QUALITY ASSURANCE .1 Guarantee the quality of performance and the products from the date of the acceptance of the work (See section 2.1.3). Any defect that arises during this period or any damage caused by such a defect shall be rectified or repaired by the Contractor at its expense to the satisfaction of the DND Representative. Part - Partie 2 of - de 2 / Page 27 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 Annex B Pricing PART 1-GENERAL 1.1 Costs and expenses 1.1.1 ONLY the products and services invoiced at the rates and prices submitted below shall be paid. The rates and prices submitted below include ALL the costs and expenses necessary to perform the work in accordance with the statement of work (e.g., profits, administrative fees, transportation costs, dumping fees, application of safety measures, rental or purchase of equipment or tools, fuels and other products required to operate vehicles or equipment, etc.). 1.1.2 No additional payments shall be made for specific difficulties. 1.2 Firm commitment 1.2.1 The rates and prices submitted shall not be increased or decreased owing to increases or decreases in the cost of labour, products, tools, equipment or expenses. PART 2-PRICING 2.1 Hourly rates 2.1.1 The hourly rate applies to work on request. It includes the provision of labour, products, equipment, tools, machinery, transportation, fuel, supervision and anything necessary for the performance of the work as specified in the statement of work, Annex A, Part 1- section 1.2. 2.1.2 The hourly rate applies to productive work time on site. The productive time on site is the time period between the time of arrival and the time of departure as signed in the log book, less the time for meals, travel (except in cases of travel between two (2) DND properties), interruptions due to malfunction, breakdown, maintenance or replenishment of equipment and unauthorized work stoppages. 2.1.3 Regular time is the time spent performing productive work during regular hours which does not exceed eight (8) hours per day. Regular hours are between 0700 hrs and 1700 hrs. 2.1.4 If all of the work requested for one single day is completed in less than one hour, or if the DND Representative stops the work less than one hour after the arrival of workers because of inclement weather, technical problems or inability to reach the worksite, DND shall pay at least Part - Partie 2 of - de 2 / Page 28 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 one hour of work per person for the day in question. However, this only applies to labour that has been requested and provided. 2.1.5 When the Contractor is called to work outside regular work hours or on statutory holidays, the hourly rate for the hours of work performed outside regular working hours shall be calculated at 1.5 times the normal hourly rate indicated in Section 3.1.1 of Part 3 of the Pricing document. Work performed during the construction holiday period shall be paid at the same rate as during working days. 2.2 Cost price-materials and parts 2.2.1 ONLY products and materials installed shall be paid for. Surplus and wastage shall not be paid for. Products needed to perform the work but not installed (e.g., cleaning products, solvents, sandpaper) shall not be paid for either. 2.2.2 Invoice each product at the cost price (price paid to the supplier before taxes) plus a mark-up percentage to cover expenses and profit. Upon request, provide original supporting documentation for the cost price. Obtain the products at the most economical cost price possible. The designated DND Representative reserves the right to check the cost price of various suppliers. 2.3 Cost price-subcontracted related work 2.3.1 Related work is excluded from the statement of work, very small in scope in relation to all the requests for work and is entirely performed by subcontractors. Invoice related work at the subcontractor's price (without tax) plus a mark-up to cover expenses and profit. Provide supporting documentation for the cost price. Part - Partie 2 of - de 2 / Page 29 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 3.1 mta560 FIRM RATES AND PRICES 3.1.1 Hourly Rates - Technician for repair of commercial kitchen appliances Refer to "Hourly Rates" under PRICING - GENERAL (to be filled) Regular hours $ __________ hr/pers Note: The hourly rate for hours worked outside regular hours will be calculated by multiplying by a factor of 1.5 the hourly rate indicated above. 3.1.2 Costing price - Materials and parts Refer to "Products" under PRICING GENERAL (to be filled) 3.1.3 Costing price - Related work Refer to "Related work" under PRICING - GENERAL (to be filled) Mark-up| ________ % Mark-up | ________ % Part - Partie 2 of - de 2 / Page 30 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 Annex C List of appliances inventory 1 2 3 4 5 6 7 8 9 10 11 12 13 14 15 16 17 18 19 20 21 22 23 24 25 26 27 28 29 30 31 32 33 34 35 36 37 38 39 40 41 42 43 44 45 46 47 48 49 50 51 52 53 54 55 56 57 58 59 60 61 62 63 64 65 66 67 68 69 Component QC-014-CUI-LV01 QC-NPC-002-CUI-AU01 QC-NPC-002-CUI-CU01 QC-NPC-002-CUI-CU02 QC-NPC-002-CUI-CU03 QC-NPC-002-CUI-FB03 QC-NPC-002-CUI-FC01 QC-NPC-002-CUI-FC02 QC-NPC-002-CUI-FC03 QC-NPC-002-CUI-FC04 QC-NPC-002-CUI-FR01 QC-NPC-002-CUI-FR02 QC-NPC-002-CUI-FR03 QC-NPC-002-CUI-LV01 QC-NPC-002-CUI-LV02 QC-NPC-002-CUI-LV03 QC-NPC-002-CUI-LV04 VC-301-CUI-FP01 VC-301-CUI-FR01 VC-301-CUI-LV01 VC-301-CUI-PC01 VC-301-CUI-PF01 VC-301-CUI-SO01 VC-505-CUI-AU01 VC-505-CUI-AU02 VC-505-CUI-BA01 VC-505-CUI-BB03 VC-505-CUI-BD01 VC-505-CUI-BD02 VC-505-CUI-BM01 VC-505-CUI-BM03 VC-505-CUI-BR01 VC-505-CUI-BR02 VC-505-CUI-BR03 VC-505-CUI-CC01 VC-505-CUI-CC02 VC-505-CUI-CC03 VC-505-CUI-CC04 VC-505-CUI-CV02 VC-505-CUI-DC01 VC-505-CUI-DC02 VC-505-CUI-FB03 VC-505-CUI-FC07 VC-505-CUI-FC08 VC-505-CUI-FP01 VC-505-CUI-FP05 VC-505-CUI-FP06 VC-505-CUI-FR04 VC-505-CUI-FR05 VC-505-CUI-FR06 VC-505-CUI-FR07 VC-505-CUI-FR08 VC-505-CUI-HV09 VC-505-CUI-LC01 VC-505-CUI-LV02 VC-505-CUI-MA01 VC-505-CUI-MA02 VC-505-CUI-MA03 VC-505-CUI-MA04 VC-505-CUI-MA05 VC-505-CUI-MA06 VC-505-CUI-MA07 VC-505-CUI-MA09 VC-505-CUI-ML04 VC-505-CUI-PC01 VC-505-CUI-PC02 VC-505-CUI-PC03 VC-505-CUI-PC04 VC-505-CUI-PP01 Annex C Description DISHWASHER STEAMER (ELECT.) RANGE (NAT. GAS) RANGE (NAT. GAS) RANGE (NAT. GAS) COMBINATION OVEN (ELECT.) CONVECTION OVEN (NAT. GAS) CONVECTION OVEN (NAT. GAS) CONVECTION OVEN (NAT. GAS) CONVECTION OVEN (NAT. GAS) FRYER (NAT. GAS) FRYER (NAT. GAS) FRYER (NAT. GAS) DISHWASHWER GLASSWASHER GLASSWASHER GLASSWASHER PIZZA OVEN (ELECT.) FRYER (ELECT.) DISHWASHER HOTPLATE (___) HOTPLATE/WARMING OVEN (ELECT.) SOUP POT (ELECT.) STEAMER (ELECT.) STEAMER (ELECT.) SCALE BBQ (ELECT.) GARBURATOR GARBURATOR BAIN MARIE (STEAM) BAIN MARIE (ELECT.) TILTING SKILLET (ELECT.) TILTING SKILLET (ELECT.) TILTING SKILLET (ELECT.) FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) CONVEYOR COFFEE MAKER COFFEE MAKER COMBINED OVEN (ELECT.) (COMB) CONVECTION OVEN (ELECT.) CONVECTION OVEN (ELECT.) PIZZA OVEN (ELECT.) PIZZA OVEN (ELECT.) PIZZA OVEN (ELECT.) FRYER (ELECT.) FRYER (ELECT.) FRYER (ELECT.) FRYER (ELECT.) FRYER (ELECT.) MEAT GRINDER POT/PAN WASHER DISHWAHER KETTLE (STEAM) KETTLE (STEAM) KETTLE (STEAM) KETTLE (STEAM) KETTLE (STEAM) KETTLE (STEAM) KETTLE (STEAM) KETTLE (ELECT.) MIXER HOTPLATE (ELECT.) HOTPLATE (ELECT.) HOTPLATE (ELECT.) HOTPLATE (ELECT.) POTATO PEELER Components Make HOBART N/D GARLAND GARLAND GARLAND RATIONAL GARLAND GARLAND GARLAND GARLAND FRYMASTER FRYMASTER FRYMASTER CHAMPION MOYER DIEBEL MOYER DIEBEL MOYER DIEBEL DOYON GARLAND LAMBER MKE GARLAND MKE CLEVELAND CLEVELAND HOME RICHARDSON GARLAND HOBART HOBART CROWNFOOD CROWNFOOD MARKET FORGE INDUSTRIES MARKET FORGE INDUSTRIES CLEVELAND N/D N/D N/D N/D N/D BUNN BUNN DOYON BLODGETT BLODGETT BLODGETT GARLAND GARLAND FRYMASTER FRYMASTER FRYMASTER FRYMASTER FRYMASTER HOBART ALVEY HOBART GROEN LEGION LEGION ESCAN ESCAN ESCAN N/D CLEVELAND HOBART GARLAND GARLAND G.E. TOASTMASTER HOBART Model AM15 N/D 4340R 4540R 4340R34G SCC62 ECOG10M ECOG10M ECOG10M ECOG10M MJ35SC MJ35SC MJ35SC 64KPRB DFM6 DFM6 DFM6 PIZ3 N/D 050F N/D N/D B33M PEM243 PEM243 134732000 ED42B N/D N/D DC10 EC10 40STEEL 40STEEL MEY30 N/D N/D N/D N/D N/D U3 U38 JA20 MARK V MARK V MT3240E 2555 2555 FBRE117SD FPRE417CSC FPRE417CSC FPRE417CSC FPRE417CSC 4632C FL2S FT900BD D30 LT40GAL LT40GAL MV60 MV60 MV80 N/D KEL40T M802 N/D N/D N/D 7372 N/D Part - Partie 2 of - de 2 / Page 31 of - de 35 Serial Number N/D N/D 9406HG0611 9406HG0612 9406HG0613 E62SG10032210228 394151 394154 394152 394153 9405FA0266 9405FA0267 9405FA0268 86251 YH18189 YH18191 YH18188 173 N/D 200015809 N/D N/D 9115916 WC0605608C01 WC0596308C01 E53348 0803100101381 N/D N/D 331712R6881 330611R6484 207774 207763 T20588A N/D N/D N/D N/D N/D U30042415S A24035 8409 N/D 012398PA0011 0302989F003S N/D N/D 0803NX0037 0803NZ0026 0803NZ0027 0803NZ0026 0803NZ0029 1917847 W9393 271186850 2856 662248 662249 N/D 72603 N/D N/D 52276E03 11394361 N/D N/D N/D 9218796 N/D Room N/D 230 230 230 230 230 230 230 230 230 230 230 230 241 106 140 143 119 119 119 119 119 119 131 131 122 131 110 130 131 144 131 131 131 132 132 132 132 110 132 132 131 144 131 124 144 131 131 131 131 131 131 140 130 110 144 131 131 131 131 131 131 140 131 131 132 132 131 124 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 70 71 72 73 74 75 76 77 78 79 80 81 82 83 84 85 86 87 88 89 90 91 92 93 94 95 96 97 98 99 100 101 102 103 104 105 106 107 108 109 110 111 112 113 114 115 116 117 118 119 120 121 122 123 124 125 126 127 128 129 130 131 132 133 134 135 136 137 138 139 140 141 VC-505-CUI-PP02 VC-505-CUI-RE01 VC-505-CUI-RE02 VC-505-CUI-RE03 VC-505-CUI-RE04 VC-505-CUI-TR01 VC-510A-CUI-AC01 VC-510A-CUI-AU03 VC-510A-CUI-BD01 VC-510A-CUI-BR01 VC-510A-CUI-CU01 VC-510A-CUI-FC01 VC-510A-CUI-FC02 VC-510A-CUI-FR03 VC-510A-CUI-FR04 VC-510A-CUI-FR05 VC-510A-CUI-LV03 VC-510A-CUI-LV04 VC-510A-CUI-MA02 VC-510A-CUI-MA03 VC-510A-CUI-ML01 VC-510A-CUI-PC01 VC-510A-CUI-PF01 VC-510A-CUI-ST01 VC-511A-CUI-AU02 VC-511A-CUI-BD01 VC-511A-CUI-BR01 VC-511A-CUI-CC03 VC-511A-CUI-CU01 VC-511A-CUI-FC01 VC-511A-CUI-FR04 VC-511A-CUI-FR05 VC-511A-CUI-LP01 VC-511A-CUI-LV01 VC-511A-CUI-LV02 VC-511A-CUI-LV03 VC-511A-CUI-MA02 VC-511A-CUI-MA03 VC-511A-CUI-ML01 VC-511A-CUI-PC01 VC-511A-CUI-PF02 VC-511A-CUI-PL01 VC-511A-CUI-SA01 VC-511A-CUI-ST02 VC-CC119-CUI-BC01 VC-CC119-CUI-BD01 VC-CC119-CUI-BD02 VC-CC119-CUI-BD03 VC-CC119-CUI-BD04 VC-CC119-CUI-BR01 VC-CC119-CUI-BR02 VC-CC119-CUI-BR03 VC-CC119-CUI-BR04 VC-CC119-CUI-CE01 VC-CC119-CUI-CU01 VC-CC119-CUI-CU02 VC-CC119-CUI-CV01 VC-CC119-CUI-CV02 VC-CC119-CUI-DC03 VC-CC119-CUI-DC04 VC-CC119-CUI-FB01 VC-CC119-CUI-FB02 VC-CC119-CUI-FB03 VC-CC119-CUI-FB04 VC-CC119-CUI-FC01 VC-CC119-CUI-FC02 VC-CC119-CUI-FC03 VC-CC119-CUI-FC04 VC-CC119-CUI-FF01 VC-CC119-CUI-FR01 VC-CC119-CUI-FR02 VC-CC119-CUI-FR03 mta560 POTATO PEELER FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) FOOD WARMER (ELECT.) PRESS HOT CUPBOARD (ELECT.) STEAMER (ELECT.) GARBURATOR TILTING SKILLET (ELECT.) RANGE (ELECT.) CONVECTION OVEN (ELECT.) CONVECTION OVEN (ELECT.) FRYER (ELECT.) FRYER (ELECT.) FRYER (ELECT.) DISHWASHER GLASSWASHER KETTLE (STEAM) KETTLE (STEAM) MIXER (WITH STAND) PLATE/FOOD WARMER (ELECT.) HOTPLATE/WARMING OVEN (ELECT.) TILTING SKILLET(ELECT.) TILTING SKILLET (ELECT.) (COMBI) GARBURATOR TILTING SKILLET (ELECT.) FOOD WARMER (ELECT.) RANGE (ELECT.) CONVECTION OVEN (ELECT.) FRYER (ELECT.) FRYER (ELECT.) CAN WASHER DISHWASHER GLASSWASHER GLASSWASHER KETTLE (STEAM) KETTLE (STEAM) MIXER (WITH STAND) HOTPLATE (ELECT.) HOTPLATE/WARMING OVEN (ELECT.) VEGETABLE PEELER SALAMANDER (ELECT.) TILTING SKILLET (ELECT.) BROYEUR CANNE BROYEUR DECHET BROYEUR DECHET BROYEUR DECHET BROYEUR DECHET BRAISIERE (GAZ NAT.) BRAISIERE (GAZ NAT.) BRAISIERE (GAZ NAT.) BRAISIERE (GAZ NAT.) CHAUFFE EAU (LAVAGE CHAUDRON) CUISINIERE (GAZ NAT.) CUISINIERE (GAZ NAT.) CONVOYEUR CONVOYEUR DISTRIBUTRICE CAFE DISTRIBUTRICE CAFE FOUR COMBINE (ELECT.) (COMBI) FOUR COMBINE (ELECT.) (COMBI) FOUR COMBINE (ELECT.) (COMBI) FOUR COMBINE (ELECT.) (COMBI) FOUR CONVECTION (GAZ NAT.) FOUR CONVECTION (GAZ NAT.) FOUR CONVECTION (GAZ NAT.) FOUR CONVECTION (GAZ NAT.) FILTRE FRITEUSE (GAZ NAT.) FRITEUSE (GAZ NAT.) FRITEUSE (GAZ NAT.) FRITEUSE (GAZ NAT.) HOBART APW/WYOTT APW/WYOTT APW/WYOTT APW/WYOTT HOBART N/D CLEVELAND CHAMPION GARLAND GARLAND BLODGETT BLODGETT FRYMASTER FRYMASTER FRYMASTER CHAMPION LAMBER ESCAN ESCAN HOBART G.E. GARLAND CLEVELAND BLODGETT HOBART GARLAND G.E. GARLAND GARLAND FRYMASTER FRYMASTER CAN-WASHER SANITZER HOBART HOBART MOYER DIEBEL N/D N/D HOBART G.E. VULCAN PEELER G.E. CROWNFOOD WARING HOBART HOBART HOBART HOBART GARLAND GARLAND GARLAND GARLAND HATCO GARLAND GARLAND N/D N/D CECILWARE CECILWARE BLODGETT BLODGETT BLODGETT BLODGETT GARLAND GARLAND GARLAND GARLAND FRYMASTER FRYMASTER FRYMASTER FRYMASTER N/D SM5011 SM5011 SM5011 SM5011 W38 HC5 PEM242 P5 ED30B SS686 MARK UIII WCOOK MARUIIIWCOOK FMRE317CSC FMRE317CSC FMRE317CSC FFPR26/44KB 050F MV60 MV40 D330 N/D 1017R SEM30R COS101S F51224 ED30B CF12 SS686 TTE3 FPRE217SD FPRE217SD 5B CR566A/SL23 SR24H2 DOLFYN N/D N/D D3001 CR45C E36X XC15 CB48B ETS30 D1S14S F51224 F51224 FD500 F51224 4340S34GTH 4340S34GTH 4340S34GTH 4340S34GTH 3CS9B 4640S 4440R N/D N/D FE100 FE100 COS20E COS20E COS101S COS101S MASTER MASTER MASTER MASTER FILTER MAGIC II FM245EMSC FM245EMSC FM245EMSC Part - Partie 2 of - de 2 / Page 32 of - de 35 N/D N/D N/D N/D N/D 27115910 121625 20909230000133 84516 92C030 0803100100940 N/D N/D N/D 0703NJ0043 0703NJ0044 84757 200322449 726031 725532 11436678 N/D 47706 N/D 031794HG002S 27157092 92G195 N/D 0803100101043 55002 0901NE0115 0901NE0116 5652 99129520-H 851062826 N/D L00016191 215430086 99235404 XCJ5153 850139675 246811A XCH5171 6368512X6511 039621 C 271037041 271037040 311029300 271037465 9512HG1516 9512HG1515 9511HG1488 9512HG1495 4136299511 9512HG1500 N/D N/D N/D N/D N/D 112295HB027S 1122050R028S 112295H60245 112295H6025S 9512CJ060G 9512CJ062G 9512CJ063G 9512CJ061G 9512GG0004 9512GB0003 9512GB0004 9512GB0005 124 132 132 132 132 115 121 / 123 123 122 123 123 123 123 123 123 123 122 109 123 123 123 121 123 123 139 140 139 139 139 139 139 139 156 140 129 131 139 139 133 139 139 139 156 139 196 114 114 122 196 118 118 118 118 122 118 118 114 114 141 142 118 118 118 118 118 118 118 118 118 118 118 118 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A 142 VC-CC119-CUI-FR04 143 VC-CC119-CUI-LC01 144 VC-CC119-CUI-LC02 145 VC-CC119-CUI-LC03 146 VC-CC119-CUI-LP01 147 VC-CC119-CUI-LV01 148 VC-CC119-CUI-LV02 149 VC-CC119-CUI-LV03 150 VC-CC119-CUI-MA01 151 VC-CC119-CUI-MA02 152 VC-CC119-CUI-MA03 153 VC-CC119-CUI-MA04 154 VC-CC119-CUI-MA05 155 VC-CC119-CUI-ML01 156 VC-CC119-CUI-PC01 157 VC-CC119-CUI-PC02 158 VC-CC119-CUI-PF01 159 VC-CC119-CUI-SA01 160 VC-CC119-CUI-ST01 161 VC-CC119-CUI-ST02 162 VC-CC119-CUI-TR01 163 VC-CM003-CUI-AU01 164 VC-CM003-CUI-BB01 165 VC-CM003-CUI-BB02 166 VC-CM003-CUI-CE01 167 VC-CM003-CUI-CU01 168 VC-CM003-CUI-DC01 169 VC-CM003-CUI-FB01 170 VC-CM003-CUI-FB02 171 VC-CM003-CUI-FC01 172 VC-CM003-CUI-FC02 173 VC-CM003-CUI-FC03 174 VC-CM003-CUI-FC04 175 VC-CM003-CUI-FR01 176 VC-CM003-CUI-FR02 177 VC-CM003-CUI-LC01 178 VC-CM003-CUI-LP01 179 VC-CM003-CUI-MA01 180 VC-CM003-CUI-MA02 181 VC-CM003-CUI-MA03 182 VC-CM003-CUI-MG01 183 VC-CM003-CUI-MX02 184 VC-CM003-CUI-PC01 185 VC-CM003-CUI-PC02 186 VC-CM003-CUI-PF01 187 VC-CM003-CUI-PL01 188 VC-CM003-CUI-ST01 189 VC-CM003-CUI-ST02 190 VC-CM003-CUI-TR01 mta560 FRITEUSE (GAZ NAT.) LAVE CHAUDRON LAVE CHAUDRON LAVE CHAUDRON LAVE POUBELLE LAVE VAISSELLE LAVE VAISSELLE LAVE VAISSELLE MARMITE (ELECT.) MARMITE (ELECT.) MARMITE (ELECT.) MARMITE (ELECT.) MARMITE (ELECT.) MELANGEUR PLAQUE CHAUFFANTE (ELECT.) PLAQUE CHAUFFANTE (ELECT.) PLAQUE/FOUR CHAUFFANT (GAZ NAT.) SALAMANDRE (GAZ NAT.) (DOUBLE) SAUTEUSE (GAZ NAT.) SAUTEUSE (GAZ NAT.) TRITURATEUR AUTOCLAVE (GAZ NAT.) B.B.Q. (GAZ NAT.) B.B.Q. (GAZ NAT.) CHAUFFE EAU (LAVAGE CHAUDRON) CUISINIERE (GAZ NAT.) DISTRIBUTRICE CAFE FOUR COMBINE (ELECT.) FOUR COMBINE (ELECT.) (COMBI) FOUR CONVECTION (ELECT.) FOUR CONVECTION (ELECT.) FOUR CONVECTION (GAZ NAT.) FOUR CONVECTION (GAZ NAT.) FRITEUSE (GAZ NAT.) FRITEUSE (GAZ NAT.) LAVE CHAUDRON LAVE POUBELLE MARMITE (ELECT.) MARMITE (ELECT.) MARMITE (ELECT.) MACHINE A GLACE MALAXEUR (GROS) PLAQUE CHAUFFANTE (GAZ NAT.) PLAQUE CHAUFFANTE (GAZ NAT.) PLAQUE/FOUR CHAUFFANT (GAZ NAT.) PELEUSE A LEGUME SAUTEUSE (GAZ NAT.) SAUTEUSE (GAZ NAT.) TRITURATEUR FRYMASTER METCRAFT HOBART HOBART ALVEY HOBART MOYER DIEBEL MOYER DIEBEL ESCAN ESCAN ESCAN ESCAN ESCAN CHESHER WELLS WELLS GARLAND GARLAND GARLAND GARLAND HOBART CLEVELAND GARLAND GARLAND HATCO VULCAN CLEVELAND BLODGETT BLODGETT VULCAN VULCAN GARLAND GARLAND VULCAN VULCAN DOUGLAS ALVEY CLEVELAND CLEVELAND CLEVELAND SCOTSMAN BLAKESLEE VULCAN VULCAN VULCAN HOBART CLEVELAND CLEVELAND HOBART FM245EMSC 1208 UW120 UW120 GI1 FT800/ISEFAAB DF GLASSWASHER DF GLASSWASHER EWT40 EWT60 EWT60 EWT80 EWT80 RN140 G196 G196 4640P N/D F40GLR F40GLR W38 36CGM16300 G8036BSP G8036BSP 3CSM9B GH45 COS1015 COS101S COS101S ET88RH ET88RH TG4CH TG4CH 5GRD45 N/D SD361 GI1 KEL60 KEL80 KEL80 CME506AE1A DD80 GHM60T GHM60T GH72 6460 SGL40R SGL40R EL51224 Part - Partie 2 of - de 2 / Page 33 of - de 35 9512GB0006 1504 850139366 850139348 W9580 121022545 ZN18836 ZN18837 432591R0388 432591R0386 432591R0387 432591R0384 432591R0385 29419 KAB1466 KAB 1465 N/D 9512CB001G 9512TP0125 N/D 271037466 WC3612696I-01 0008BG071R 0008BG142R 4161469606 481132949 LT 010396HG073S 010396H6073S 010396H6074S 48026268YMT 48026269YM 69464 69464 481133018 N/D 96/3759 W9628 WT739396H01 WT739496H01 WT739496H02 95503202A 9665210EDD 481132891 LT 481132890 LT 481132950 LT 271062472 9412TS1096 9609TS078R 271015492 118 122 122 189 196 114 137 157 118 118 118 118 118 118 141 142 118 118 118 118 196 109 109 109 106 109 109 109 109 109 109 109 109 109 109 106 103 109 109 109 109 109 109 109 109 109 109 109 103 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 Annex D Mandatory Evaluation Criteria Firm’s experience The firm must have experience for a minimum of two (2) years of equipments of similar nature and scope in the last five (5) years to the client’s satisfaction. “Similar nature and scope” means contracts for the maintenance of kitchen appliances of a minimum value of $45,000.00 per year. The contracts must have been carried out to the client’s satisfaction. PWGSC reserves the right to verify that the client was satisfied. If the client was not satisfied, the project will not be retained on the basis of experience in similar projects, and the bidder will be disqualified since the mandatory requirements are not met. Bidders must complete the table below and provide it with their bid. Project Brief description of project Location Contract year (s) Face value of Name of contract client and phone number #1 #2 Note: Bidders may, if necessary, add more rows to the table above in order to meet the criteria required of at least two years (consecutive or not) as long as the nature and scope are met. Part - Partie 2 of - de 2 / Page 34 of - de 35 Solicitation No. - N° de l'invitation Amd. No. - N° de la modif. Buyer ID - Id de l'acheteur Client Ref. No. - N° de réf. du client File No. - N° du dossier CCC No./N° CCC - FMS No/ N° VME W0106-11-V142 MTA-1-34686 W0106-11V142/A mta560 Annex E Complete list of bidder’s board directors NOTE TO BIDDERS WRITE ALL DIRECTOR’S SURNAMES AND GIVEN NAMES IN BLOCK LETTERS ________________________________________________________ ________________________________________________________ ________________________________________________________ ________________________________________________________ ________________________________________________________ Part - Partie 2 of - de 2 / Page 35 of - de 35