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

Documents pareils