Tender T Supply One 1500 Series Service Vehicle

Similar documents
Office of the Director of Procurement Issued: Monday, October 23, Proposals Due by 12:00 NOON, EST on Wednesday, November 15, 2017 to:

Office of the Director of Procurement Issued: Friday, May 20, Proposals Due by 12:00 NOON, EST on Tuesday, June 7, 2016 to:

PRISONER TRANSPORT VEHICLE CARGO VAN

Sealed Bid, 1 Ton Cargo Van Bid # City of Rochester 31 Wakefield Street Rochester, NH Attn: Purchasing Agent

Four (4) bi-fuel compressed natural gas (CNG) and gasoline ½-ton pickup trucks.

Commercial Front Loader Garbage Truck

INVITATION FOR BID ¾ TON 2DR UTILITY TRUCK

2 each $ Total Bidder to specify Make/Model/Year of Mower (Z-Turn) 1 each $ Total Bidder to specify Make/Model/Year of Mower (1600 Turbo)

Town of Litchfield Department of Public Works

OSWEGO COUNTY PURCHASING DEPARTMENT. Purchasing Director Purchasing Clerk Purchasing Clerk

COUNTY OF OSWEGO PURCHASING DEPARTMENT

COUNTY OF VICTORIA INVITATION TO BID, BID SPECIFICATIONS AND BID FORMS FOR ONE (1) USED WATER TRUCK

ONE (1) OR MORE NEW 75 CUBIC YARD CLOSED TOP EJECTOR TRAILERS

MUNICIPALITY OF THE DISTRICT OF WEST HANTS INFORMATION TO TENDERERS SECTION 1. P.O. Box 3000, 76 Morison Drive. Windsor West Hants Ind.

DISTRICT OF KITIMAT PURCHASING DEPARTMENT

PUBLIC WORKS COMMISSION OF THE CITY OF FAYETTEVILLE. December 5, Mark Cannady, Procurement Supervisor

Website: INVITATION TO BID Excavator

BETHLEHEM AREA SCHOOL DISTRICT 1516 SYCAMORE STREET BETHLEHEM PA REQUEST FOR BIDS TIRES & SERVICE School Year BIDS DUE: JUNE 4, 2018

CITY OF HOPKINSVILLE

Bid #15-15 Goodyear Tires

1 CORPORATION of the TOWN of SMITHS FALLS COMMUNITY SERVICES & PUBLIC WORKS AND UTILITIES CONTRACT #_17-CS-02_

TOWN OF MANCHESTER GENERAL SERVICES DEPARTMENT 494 MAIN STREET - P.O. BOX 191 MANCHESTER, CONNECTICUT

BID INVITATION. Bid Invitation

KEN BASS DIRECTOR OF PURCHASING Phone: NORTH 5 TH STREET Fax: NOTICE TO BIDDERS

One Technology Court, Montgomery, AL Telephone:

SECTION A - INSTRUCTIONS

OSWEGO COUNTY PURCHASING DEPARTMENT

Request for Bids (RFB) Fire Extinguisher Services (Service/Price Agreement)

GENERAL INSTRUCTIONS

This is NOT AN ORDER, it is an invitation for a competitive sealed proposal.

ATTENTION ALL BIDDERS

INVITATION TO BID. 3. All bids submitted will be considered firm for a period of 60 days from the bid opening date.

CITY OF BERKLEY, MICHIGAN 4-TON ASPHALT RECYCLER & HOT BOX TRAILER REQUEST FOR PROPOSAL

RFP # OFFICE SUPPLIES PROPOSAL OPENING DATE: July 16, 2015

CITY OF HAYS, KANSAS BID PROPOSAL REQUEST FOR. Portable Air Compressor TABLE OF CONTENTS

1992 GMC Sonoma 2WD Truck with Utility Cap for Sale on the campus of Potomac State College RFSB # V

TERMS AND CONDITIONS OF THE INVITATION TO BID

Commercial Carpet Replacement

CITY OF DOUGLAS Contract Documents & Specifications for a New Specified Reel Grinder Douglas Community Club (Golf Course)

ROADS, PUBLIC WORKS & TRANSPORT SECTOR TENDER DOCUMENT

The PTC reserves the right to reject any or all bids. PTC may terminate any resulting contract upon a thirty (30) day written notice.

INVITATION TO BID. Kenai Peninsula Borough Personal Property Tax Account Number:

STANDARD TERMS AND CONDITIONS FOR TENDERS, PROPOSALS, CONTRACTS AND QUOTATIONS

Furnish Traffic Safety Cones as specified below to be F.O.B. delivered to the locations listed, on or prior to the delivery date specified.

HOPKINSVILLE WATER ENVIRONMENT AUTHORITY

SPECIFICATIONS. Renovations and Additions to the Coffee Springs Senior Center. Coffee Springs, Alabama. CDBG Project No.

REQUEST FOR BIDS. Bids must be received by the Department of Public Works on or before: TIME: 3:00 PM DATE: February 19, 2015 INSTRUCTIONS TO BIDDERS

BALMER LAWRIE & CO. LTD., SBU LEATHER CHEMICALS 32, MANALI, CHENNAI 68. (Regd. Office: 21, Netaji Subhas Road, Kolkata )

IMPORTANT: Please review all the Terms and Conditions outlined in the Conditions and Instructions to Bidders section of this BID.

FORM A: PROPOSAL (See B11) 1. Contract Title TRANSIT BUS MAINTENANCE AND REPAIR GARAGE EXPANSION DESIGN BUILD PROJECT

LEGAL AD. Invitation to Bid Bid No For the purchase of 1 new Motor Grader

BOARD OF COUNTY COMMISSIONERS

Special Provisions. Special Instructions to Bidders. Instructions to Bidders. General Conditions

COUNTY OF BERKS Purchasing Department Berks County Services Center, 633 Court Street, Reading, PA Tel: Fax:

LED Lighting. 3.3 Bidder shall furnish the required information typed or written in ink.

Tender. for. Supply and Installation of. Indian Institute of Technology Jodhpur

INVITATION TO BID. FURNISHING AND DELIVERING GASOLINE AND DIESEL FUEL Requisition No. PW

Notice to Interested Parties

5 REQUEST FOR QUOTATION. Company Name: Address: Contact Name: Contact Title: Phone Number: REQUEST FOR QUOTATION THIS IS NOT AN ORDER

TURKS AND CAICOS ISLANDS GOVERNMENT MINISTRY OF TOURISM, ENVIRONMENT, HERITAGE AND CULTURE DEPARTMENT OF ENVIRONMENT AND COASTAL RESOURCES (DECR)

Invitation For Bid. Filters, Brake Drums & Brake Shoes IFB B

RETRO REFLECTIVE GLASS BEADS

COUNTY GOVERNMENT OF MARSABIT PROVISION OF FUMIGATION AND PEST CONTROL SERVICES TENDER NO. MBT/COU/56/ september, 2017

The intent of this bid is to purchase soccer uniforms to be issued by the Parks & Recreation Department to youth soccer program participants.

ON-SITE SEWAGE DISPOSAL SYSTEM INSTALLATIONS FOR LAHAVE RIVER PROPERTIES TENDER # PROJECT GROUP # 2

BULLOCH COUNTY BOARD OF COMMISSIONERS 115 NORTH MAIN STREET STATESBORO, GEORGIA INVITATION FOR BID

BOROUGH OF FOX CHAPEL BIDS FOR RUBBISH CONTAINER BINS. CONTRACT NUMBERS and 08-06

ATTENTION ALL BIDDERS

TOWN OF PETAWAWA PUBLIC TENDER. Tender # FD FOR THE SALE OF SURPLUS EQUIPMENT One (1) Fort Garry 1993 GMC Topkick Pumper Fire Truck

Tender. for. Indian Institute of Technology Jodhpur

INSTRUCTIONS TO TENDERERS

TENDER NO. BCL/RD/ 4000 MS Scrap Cutting/2019 March 19, 2019

Extra Cab Pick-up Truck

The Agricultural Implements Regulations, 1982

BID INVITATION. Contract Negotiation

TENDER FOR SUPPLY AND DELIVERY OF THERMAL ROLLS. Framework contract AGPO

Tender. for. Supply & Installation of the Xenon-Arc Lamp. Indian Institute of Technology Jodhpur

ATTENTION ALL BIDDERS

REQUEST FOR PROPOSALS

Gravel Crushing Forms Tender T-PW-14-02

BID: Escanaba WWTP Digester Roof Restoration

One Technology Court, Montgomery, AL Telephone: Bid Invitation 841 Paint Booth Disassembly

Notice to Interested Parties

BID RESPONSE LABEL THIS LABEL FOR USE WITH UNITED STATES POSTAL SERVICE DELIVERY RECONDITION MUFFIN MONSTER ELECTRIC (DATE): DEC.

INVITATION FOR BID Bid #1012 Ambulance Graphics

Sunnyside Valley Irrigation District

TENDER DOCUMENTS. 30 Days from the date of submission of Tender

1. Furnish and Install New Chain Link Fence 1608 LF $ $ (6 Steel Chain Link Fence with 3 Strands of Barbed Wire)

The Corporation of The Township of Lanark Highlands. TENDER #PW Resurfacing Lavant Mill Road

De-Icing Fluid. 3.3 Bidder shall furnish the required information typed or written in ink.

ABC UNIFIED SCHOOL DISTRICT Notice Calling for Bids ABC-1325 E-Rate Equipment INSTRUCTIONS FOR BIDDERS

City of Alexandria Purchasing Department P.O. Box 71 Alexandria, Louisiana

THE MUNICIPAL CO-OP. BANK LTD. MUMBAI TENDER NOTICE. Tender Document for 2 years Support of Routers and Manageable Switch

NOTICE OF CALL FOR BIDS

Lower Rio Grande Valley Development Council. Invitation to Bid (ITB): Tools and Maintenance Shop Equipment. office.

INDIAN INSTITUTE OF TECHNOLOGY GANDHINAGAR

REQUEST FOR PROPOSAL Police Department Roof System Renovation

Request for Proposal (RFP) For. Caretaker Services at various ATMs of Bank of Baroda located in all over Uttarakhand under OPEX Model.

BIDDER MUST ATTEND MEETING IN ORDER FOR BID TO BE CONSIDERED

AMERICAN SAMOA POWER AUTHORITY OFFICE OF PROCUREMENT REQUEST FOR QUOTES (RFQ) PURCHASE AND SALE OF ONE (1) FORKLIFT AUGUST 28, 2008

Transcription:

Tender T1.2018 Supply One 1500 Series Service Vehicle

Municipality of the County of Victoria Tender # T1.2018 TENDER Instructions to Bidders SEALED TENDERS will be received by the undersigned up to 1 PM, FRIDAY, NOVEMBER 30, 2018 for the following: SUPPLY ONE 1500 SERIES SERVICE VEHICLE 1. Tender Forms and Specifications: may be obtained from the Court House, 495 Chebucto Street, Baddeck, N.S. B0E 1B0. 2. Sealed Bids: Tenders must be sealed and designated Tender T1.2018 and returned to the Court House, 495 Chebucto Street, Baddeck, N.S. B0E 1B0. 3. Tender Opening: This tender will be opened at a public tender opening on Friday, November 30, 2018 at 1:00 p.m. in the 2 ND Floor boardroom of the Court House, 495 Chebucto Street, Baddeck, N.S. The Municipality of the County of Victoria reserves the right to reject any or all tenders or to accept any tender or part thereof considered to be in its best interest. Robert Dauphinee, P.Eng. Director of Public Works

INFORMATION FOR BIDDERS TENDER NO: T1.2018 ONE 1500 SERIES SERVICE VEHICLE MUNICIPALITY OF THE COUNTY OF VICTORIA TO: DEALERS BIDDING ON ENCLOSED SPECIFICATIONS This letter is intended to clarify the intent of the County with regards to the proposed purchases: 1. The equipment listed in the County s specifications must be furnished, regardless if included in the standard manufacturer's specifications or not. 2. The term "standard" is defined as that equipment listed or shown as standard equipment at no extra cost in the manufacturer's publications on the tendered vehicle(s). 3. All bids shall include a completed Proposal of Furnishing form at the end of this document. SPECIFIC TERMS AND CONDITIONS 1. BID DEPOSIT: Each bid submitted, is to be accompanied by a bid deposit in the form of a certified cheque, bank draft or money order, made payable to the Municipality of the County of Victoria in the amount of $1,000.00. Note the deposit amount will be refunded to the unsuccessful bidders. The County, as a bid performance surety, will retain the deposit from the successful bidder. Failure on the part of the vendor to supply the item(s) awarded to him in accordance with the terms, conditions, and specifications of the tender or by the date stated by him for delivery, may result in forfeiture in whole or in part of the performance surety as follows: a) Vendors who do not deliver as specified above, may have an amount charged of $25.00 per calendar day for every day past the stated delivery date it takes the vendor to comply with the tender terms, conditions or specifications, or for every calendar day beyond the stated delivery date that the item is late. b) Result of delays in compliance, or for late deliveries, the greater of $25.00 per day or these direct costs, determined daily, will be deducted from the deposit. Vendors who anticipate problems or delays are advised to communicate their concerns to the Director of Public Works. This information will assist the County in determining a course of action but may not mitigate the vendor s responsibility or financial obligations.

2. PAYMENT TERMS: a) Terms of payment are net 45 days, unless a discount for early payment is offered. b) In case of tie low bids, the County reserves the right to use the most expedient means available to arrive at an award. SPECIFIC CONDITIONS: 3. The County reserves the right at any time to inspect additions or modifications to the vehicle prior to its delivery. 4. ALL QUESTIONS RELATED TO THIS TENDER ARE TO BE DIRECTED VIA E-MAIL TO: ROBERT DAUPHINEE, P. ENG. Robert.Dauphinee@COUNTYVICTORIA.NS.CA. QUESTIONS WILL BE ACCEPTED UNTIL FRIDAY, NOVEMBER 23, 2018. 5. TENDERS RECEIVED BY FAX WILL NOT BE ACCEPTED. 6. The County of Victoria does not limit itself to accepting the lowest or any tender. In addition, the County reserves the right not to award this bid should it be determined not to be in the County s best interest to do so. 7. MOTOR VEHICLE INSPECTION: Current and valid Province of Nova Scotia Motor Vehicle inspection certificate, and sticker where required by law. 8. STANDARD EQUIPMENT: All items listed as Standard in the Manufacturer s Specifications to be included with the vehicle upon delivery. 9. MANUFACTURER S SPECIFICATIONS: Complete specifications and illustrated description shall be submitted with each bid. Insufficient description information shall be cause for rejection of the bid. 10. TRAINING: Director of Public Works (or designate) and successful vendor will meet (maximum 2-hour preparation meeting) to establish operator and mechanical technician needs analysis for a training and troubleshooting curriculum. 11. WARRANTY The bidder must state specifically any and all warranties covering this vehicle. If manufacturer s extended warranties are available, please state extra cost, if any and provide details.

STANDARD TERMS AND CONDITIONS 1. VERBAL AGREEMENT No verbal agreement or conversation with any officer, agent or employee of the owner either before or after execution of the contract shall affect or modify any of the terms or obligations contained in any of the documents comprising the said contract. 2. ACCEPTANCE, REVOCATION AND REJECTION OF TENDERS The tender constitutes an offer which shall remain open and irrevocable until 60 days after the date of the tender opening. 3. ADVISORY/ADDENDUM Periodically, the County of Victoria is required to issue notification of changes or corrections to a bid document. Normally these notifications will have direct bearing on the cost of a project and will influence the way you bid. Therefore, it is important that the County have assurances that you in-fact received the notification. In the case of an advisory notice, these are faxed to the vendor and are accompanied by a cover sheet, vendors are instructed to sign the cover sheet and return it either by fax or in person, to the Director of Public Works, prior to the tender closing. Addendums are either faxed, mailed or hand delivered. Each addendum contains a notification which requires bidders to sign and include the addendum with their tender bid. Failure to comply with the instructions on an advisory or addendum will result in rejection of your tender, regardless whether the changes noted in the advisory or addendum are included in the tender or not. 4. TAXES The BID price shall be all taxes extra. 5. FREIGHT Please quote your net price on each of the commodity(s) and/or service(s), F.O.B. Baddeck, NS Prepaid. 6. LATE BIDS Bids received after the time and date as shown on the request for tender shall not be considered and will be returned unopened to the bidder. 7. MULTIPLE BIDS If more than one bid is offered by one individual or corporate body, or by any person or persons, associated with, in any manner, such individual or such corporate body, all such bids, including the original bid, shall be rejected.

MUNICIPALITY OF THE COUNTY OF VICTORIA 495 CHEBUCTO STREET, BADDECK, NOVA SCOTIA, BOE 1B0 TEL: (902) 295-3144 TENDER T1.2018 PROPOSAL OF FURNISHING SUPPLY ONE 1500 SERIES SERVICE VEHICLE To be submitted on this form, sealed in an envelope, designated TENDER T1.2018 and delivered to the Court House no later than 1 P.M., FRIDAY, NOVEMBER 30, 2018. ITEM NO. QUANITITY DESCRIPTION UNIT PRICE TOTAL SUBTOTAL HST TOTAL We will complete delivery of the foregoing within days from receipt of order SUBMITTED BY (company) ADDRESS SIGNED DATE (Authorized Official) TELEPHONE NO. FAX NO. THIS TENDER FORM MUST BE COMPLETED IN ITS ENTIRETY.

Municipality of the County of Victoria T1.2018 1500 Service Vehicle Specifications MINIMUM SPECIFICATIONS SPECIFICATION DEVIATIONS EXPLAIN DEVIATIONS Yes No 1 MODEL: a. New, not previously used 2018 or 2019 (specify) b. Make (specify) 2 TYPE a. 4x4 Drive System b. GVW 3000 to 3500 kilograms c. Single rear wheels d. 145 (3683mm) wheel base e. Regular Cab f. 2000 lbs. payload 3 ENGINE a. V-6 (non-turbo) Gasoline b. Fuel Consumption (L/100km) City /Hwy c. Antifreeze to -40 C 4 TRANSMISSION a. Spec for Tow Haul (class 3) b. Automatic c. Auxiliary transmission oil cooler for towing 5 ALTERNATOR a. Heavy Duty 6 BRAKES a. Power ABS 7 WHEELS AND TIRES a. Steel painted wheels b. P265/70R17 All Traction c. Full size spare wheel and tire d. Supply 4 winter steel wheels and 4 studded winter tires Page 1 of 2

8 STEERING a. Power steering 9 ACCESSORIES a. Vinyl 40/20/40 split bench seats b. Full instrument gauges c. Vinyl floor Covering d. Folding manual tow mirrors e. Intermittent wipers and washers f. Engine coolant block heater g. Automatic back up alarm h. Heater and defroster with air conditioning i. AM/FM Radio with Bluetooth compatibility Undercoat complete with rust check or j. equivalent process Rectangular LED warning light on roof to be k. visible at 360. No revolving light accepted. l. Road side safety kit 10 COLOUR Exterior to be manufacturer s standard fleet a. colour white Interior colour to be compatible with exterior b. colour 11 MANUALS Shop, service, parts information, technical service bulletins (TSB's) and all warranty details MUST be provided electronically by the a. authorized dealer. 12 BOX a. 6 and ½ foot in length with spray in box liner Page 2 of 2