Procurement Summary
Country : Canada
Summary : Playground equipment - nb
Deadline : 05 Jul 2018
Other Information
Notice Type : Tender
TOT Ref.No.: 24330243
Document Ref. No. : NB-9449011-19
Competition : ICB
Financier : Self Financed
Purchaser Ownership : -
Tender Value : Refer Document
Purchaser's Detail
Purchaser : GOVERNMENT OF NEW BRUNSWICK
P.O. Box 8000
Fredericton, N.B.
E3B 5H6
Fredericton Region Provincial Centre
Suite 2300, 300 St. Mary's Street,
Fredericton, N.B.
E3A 2S4
Fax: (506) 444-4200
Canada
Tender Details
Tender are invited for Playground equipment - nb
Details
Category:
Undefined
GSINS:
N78: Recreational and Athletic Equipment
Region of Delivery:
Region of Opportunity:
Agreement Type:
Tender Type:
Invitation to Tender (ITT)
Estimated Value:
Solicitation Method:
Date
Published:
2018-06-20
Revised:
Closing:
2018-07-0501:30 PMAtlantic Standard Time AST
playground equipment - nb
central tendering branch
section centrale des appels d'offres
p.o. box 8000 - c.p. 8000
fredericton
new brunswick
e3b 5h6
must include shipping
this is a tender notice only. in order to submit a bid, you must obtain official
tender documents from the new brunswick opportunities network, another authorized
tendering service or as indicated in the tender notice.
***************************************************
important: the central tendering branch has moved.
****************************************************
effective monday, june 27, 2016, the central tendering branch of service new
brunswick's strategic procurement division - previously located at marysville place
in fredericton nb, is operating at a new location.
submissions will be accepted at the following address:
central tendering branch
p.o. box 8000
fredericton, n.b.
e3b 5h6
fredericton region provincial centre
suite 2300, 300 st. mary's street,
fredericton, n.b.
e3a 2s4
fax: (506) 444-4200
public opening of bids will take place on closing day at 14:00 atlantic time, in
fredericton region provincial centre, suite 2300, 300 st. mary's street, fredericton,
n.b. e3b 5t8.
----------------------------------------------------------------------------------------------------------------
all bids must be stated in canadian funds.
all tenders must be f.o.b. destination, freight prepaid.
sales taxes should not be included in the unit, extended or total prices.
this invitation is being conducted under the provisions of the procurement act
and regulation as of the date of the issuance of the invitation. bidders may obtain
a copy of the act and regulation on-line free of charge procurement act, regulation
or a paper copy may be purchased from the queen's printer, province of n.b., p.o.
box 6000, fredericton, n.b. e3b 5h1.
questions:
written questions relating to this opportunity may be submitted to the address
provided below via email by clicking on questions. please be sure to include the
solicitation/tender number in the subject line.
email address: bidquestionssoumissions@snb.ca
note: this email account is strictly for the receipt of questions on
open opportunities. this email is not for the submission of bids.
all suppliers engaged to deliver services on behalf of the government of new
brunswick must ensure compliance with the official languages act in the
delivery of those services.
for more information, please refer to the official languages act.
the atlantic provinces standard terms & conditions for goods and services apply
to this procurement and are considered to be incorporated into this document. by
submitting a bid, you agree and accept these terms and conditions. current "atlantic
provinces standard terms and conditions" are available on the new brunswick
opportunities network, the council of atlantic premiers' website or from an authorized
service provider.
a bidder must obtain official bid documents from a distribution service, authorized
by the minister of service new brunswick, in order to submit a bid. the current
authorized distribution services are the new brunswick opportunities network
(nbon) (operated by service new brunswick, province of nb), bids (operated
by tendering publications ltd.) and merx (operated by mediagrif interactive
technologies). failure to submit the official bid documents or provide proof
that the
official bid documents were properly obtained will result in rejection of the
bid. in order to facilitate the evaluation process, bidders are requested to
respond in the same format as the official bid documents.
where the estimated value of the goods or services to be procured is below
the lowest applicable threshold value of any relevant trade agreement, service
new brunswick reserves the right to give preferential treatment to a prospective
supplier from new brunswick or the atlantic region. should this right be exercised,
the following order of priority will apply: a) firstly, new brunswick manufacturers
if the goods to be procured are manufactured in new brunswick; b) secondly, new
brunswick vendors; and c) thirdly, atlantic suppliers. the preference will be
applied based
on the price differential
between the lowest acceptable bid and the bid receiving preferential treatment.
unless otherwise indicated, there shall be no limit on the price differential
under which a preference may be applied. the decision to apply a preference will
be at the sole discretion of service new brunswick.
all discounts quoted will be considered to be without limitations.
payment of invoices is the responsibility of the department or organization to
whom the goods are shipped or services are supplied.
award of contracts: no contract shall be awarded and no payment shall be made to
a vendor unless authorized by the minister or his delegates. the minister may
make an award to the preferred vendor conditional on the negotiation and acceptance
of a detailed contract between the province and the vendor. in such cases, should
the detailed contract negotiations not be completed in a reasonable period of
time, the province reserves the right to discontinue negotiations with the vendor
and
subsequently enter into negotiations with the second preferred vendor.
no right or duty, in whole or in part, of the vendor under a contract issued may
be assigned or delegated without the prior consent of the strategic procurement
branch.
unless the strategic procurement branch has determined otherwise prior to tender
closing, all prices must be extended and totaled.
the province of new brunswick reserves the right to negotiate pricing, value added
and other savings opportunities with the successful proponent at time of award
and throughout the contract.
pay equity
does your organization have 50 or more employees?
the government of new brunswick is committed to encouraging and incentivizing the
adoption of pay equity by employers doing business with government.
prior to the award of procurements for goods and services valued over $1, 000, 000,
suppliers, with fifty (50) or more employees will be required to complete the pay
equity learning module developed by the women's equality branch. suppliers should
provide a copy of their certificate of completion with their bid submission.
to complete the online module and obtain your certificate, please visit
www.gnb.ca/payequity. for questions, please contact the pay equity bureau toll free:
(877) 253-0266 or by email: peb-bes@gnb.ca.
direct deposit
the province of new brunswick is now using direct deposit as the standard method
of issuing payments. suppliers are required to provide bank account information
and an email address for the notice of remittance. please send the completed direct
deposit form to service new brunswick (e-mail address and mailing address are
indicated on the form).
please click on the link below to view the direct deposit form. http://www2.gnb.ca/content/dam/gnb/departments/gs-sg/pdf/procurement/directdepositvirementdirect.pdf
ecole champlain
210 erinvale drive
moncton
new brunswick
e1a 9t4
1: unit of measure : each
quantity: 1
organisation id : 3426647
description :
193168x
netplex 7 posts with skyport climber and double swoosh slide
playbooster 193168 netplextm, 7-post mainstructure
with playbooster 193175 skyporttm climber, 7-post
- shop drawings/assembly details required for all equipment
- plan view layout required
- 3d drawings with multiple views required
- certificates of compliance required as follows:
third party ipema certified to current csa standard can/csa-z614
iso 9001:2008 - process, manufacturing and quality certification
iso 14001:2004 - environmental certification
colours: (as specified)
general specifications
material: all materials shall be structurally sound and suitable for safe play.
durability shall be ensured on all steel parts by the use of time-tested coatings
such as zinc plating, galvanizing, proshield? finish, tendertuff# coating, etc.
colors shall be specified.
fasteners: primary fasteners shall be socketed and pinned tamperproof in design,
stainless-steel (sst) per astm f 879 unless otherwise indicated (see specific
product installation/specifications). all primary fasteners shall include a locking
patch type material that will meet the minimum torque requirements of ifi-125.
manufacturer to provide special tools for pinned tamperproof fasteners.
tendertuff coating: metal components to be tendertuff-coated shall be thoroughly
cleaned in a hot phosphatizing wash system, then primed with a water-based
thermosetting solution. primed parts shall be preheated prior to dipping in uv
stabilized, liquid polyvinyl chloride (pvc), then salt cured at approximately 400
degrees. the finished coating shall be approximately .080" thick at an 85 durometer
with a minimum tensile strength of 1700 psi and a minimum tear strength of 250
lbs/inch. standard
colors are available, all with a matte finish.
proshield finish: all metal components with proshield finish shall be thoroughly
cleaned and phosphatized through a multi-stage wash system. parts are then thoroughly
dried, preheated and processed through a set of automatic powder spray guns where
a minimum .002" of epoxy primer is applied. a minimum .004" of architectural-grade
super durable polyester tgic powder is applied. the average proshield film thickness
is .006".
proshield is formulated and tested per the following astm standards. each color
must meet or exceed the ratings listed below:
- hardness (d3363) rating 2h
- flexibility (d522) pass 1/8" mandrel
- impact (d2794) rating minimum 80 inch-pounds
- salt fog resistance (b117 and d1654) 4, 000 hours and rating 6 or greater
- uv exposure (g154, 340 bulb) 3, 000 hours, rating delta e of 2, and 90 percent
gloss retention*
- adhesion (d3359, method b) rating 5b
the paint line shall employ a "checkered" adhesion test daily.
* certain colors may exceed delta e of 2.
Documents
Tender Notice