Tender Details

Title (ENG) Lift Equipment Maintenance and Repair Services
Contracting Entity Canada Revenue Agency
Reference Number cb-856-19694200
Publication Date 3/7/2025
Tender Closing Date 4/24/2025
Type Request for Proposal
Area *World
Tender Status Open
Attachments Download Tender Documents
Description
The Canada Revenue Agency (CRA) requires a Contractor to provide the following on-site services for the fleet of CRA-owned lift-trucks and pallet jacks located at CRA sites across Canada : Scheduled services: • Annual maintenance services – powered lift-trucks • Semi-annual maintenance services – powered lift-trucks • Battery and charger maintenance and inspection services As and when requested services: • Repair services • Manual pallet jack maintenance services • Replacement of parts • Powered lift truck operator training • Battery recycling and disposal Additional services • Initial fleet assessment • Reports The CRA is made up of five Regions: Atlantic, Ontario, Pacific, Prairie and Quebec. The CRA currently has 61 lift-trucks and pallets jacks deployed at CRA offices and warehouses located in these five Regions. The current fleet has been regularly serviced and maintained as per the manufacturer’s schedule to meet all safety standards. The lift-trucks are categorized into the following types: Sit-down Counterbalance, Stand-up Counterbalance, Reach Fork Truck and Pallet Trucks. The current list of lift trucks and pallet jacks and their locations is detailed in Annex A-1: CRA Sites Lift-Truck and Pallet Truck Count of the Request for Proposal. Bidders may submit a proposal for one (1) or more Region. However, should a bidder submit a proposal for more than one Region, the proposed prices and rates must be the same for all Regions. Each Region will be evaluated separately and prices and rates submitted will be evaluated to determine the Bid Evaluation Price. The Bidder with the highest ranked responsive bid in each Region and meeting all mandatory requirements will be recommended for award of a contract for that Region. The CRA reserves the right to award one contract for those regions that a bidder is successful in. This requirement also includes options to add, remove or modify services where the need may arise due to a shift in legislation, policy, or program requirements. The period of any resulting contract(s) will be for a period of two (2) years and include three (3) options to extend the period of the contract by one (1) year each. A bid must comply with the requirements of the bid solicitation and meet all mandatory evaluation criteria to be declared responsive. The responsive bid with highest ranked responsive bid in each Region and meeting all the requirements listed above will be recommended for award of a contract for that Region. CRA reserves the right to award one contract for those regions that a bidder is successful in. Proposal documents and supporting information must be submitted in either English or French. e-Procurement Solution i) CRA e-Procurement Solution The Canada Revenue Agency’s (CRA’s) e-commerce solution for ordering, receiving and reconciling goods and services is an Ariba tool which has been branded internally as “Synergy”. Synergy is being used in this requirement in order to expedite the ordering process under any resulting contract. The highest-ranked Bidder in each Region must be or must become a member of the Ariba Supplier Network (ASN) prior to Contract award, and maintain membership in the ASN throughout the period of any resulting Contract. All costs associated with this membership shall be borne by the Bidder. ii) Government of Canada e-Procurement Solution (EPS) Canada is currently developing an online EPS for faster and more convenient ordering of goods and services. In support of the anticipated transition to this system and how it may impact any resulting contract that is issued under this solicitation, refer to the Model Contract attached, under section 6.3.2 Synergy Modifications or e-Procurement Solution (EPS) Transition To Government of Canada e-Procurement Solution (EPS). The Government of Canada’s press release provides additional information. Conditional Set-Aside Under the Procurement Strategy for Indigenous Business • This procurement may be conditionally set aside under the federal government Procurement Strategy for Indigenous Business. • In order to be considered for the set-aside, the Bidder must certify that it qualifies as an Indigenous business as defined under PSIB and that it will comply with all requirements of PSIB. If bids from two (2) or more Indigenous businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Indigenous businesses and will not consider bids from any non-Indigenous businesses that may have been submitted. • For more information on Indigenous business requirements of the Set-aside Program for Indigenous Business, refer to Eligibility for Indigenous procurement set aside and Procurement information for Indigenous business owners Questions must be directed in writing to the contracting authority via email: Chelsea.fournier2@cra.arc.gc.ca Bids must be submitted by using the Connect service provided by the Canada Post Corporation. When responding, the proposal MUST be delivered to: Canada Revenue Agency Bid Receiving Unit BRUg@cra-arc.gc.ca Bids will not be accepted if emailed directly to this email address. This email address must be used to request that CRA open a Connect conversation, as detailed in Standard Instructions 2003. Bidders must not use their own licensing agreement for Connect to initiate a Connect conversation with CRA. The CRA reserves the right to negotiate with suppliers on any procurement. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 40% for the technical merit and 60% for the price. Applicable Trade Agreements The following trade agreements apply to this procurement: Canadian Free Trade Agreement Canada-Panama Free Trade Agreement Canada-Peru Free Trade Agreement Canada-Ukraine Free Trade Agreement Canada-UK Trade Continuity Agreement Canada-Columbia Free Trade Agreement Canada-Korea Free Trade Agreement Canada-Honduras Free Trade Agreement Canada-Chile Free Trade Agreement Comprehensive and Economic Free Trade Agreement Comprehensive and Progressive Agreement for Trans-Pacific Partnership World-Trade Organization – Agreement on Government Procurement
Contact Information

Contact: Chelsea Fournier

Chelsea.Fournier2@cra-arc.gc.ca

(343) 552-1398


Address:

,

Ask Yuri