---------------------------------------------------------------------------------
YOU MUST RETURN THE
"FORM OF CONTRACT" DOCUMENT WITH YOUR BID SUBMISSION,
or IT WILL BE DISQUALIFIED AS INCOMPLETE.
YOUR BID MUST ALSO INCLUDE A
$100,000.00 SECURITY DEPOSIT AND
PROOF OF
INSURANCES.
---------------------------------------------------------------------------------
Only the brand specified will be considered.
This procurement is subject to the provisions of the Canadian Free Trade Agreement, the Atlantic Procurement Agreement and the Quebec-New Brunswick Procurement Agreement.
SHIP AND BOAT PROPULSION COMPONENTS - REPAIR
*****AMENDMENT NO. 7
In the Particular Specifications DELETE: PLEASE NOTE THE CHANGES TO THE PARTICULAR SPECIFICATONS. SEE BELOW
4.6.3 CABLE PIPE SPOOLS
This item is for the cost to pre-fabricate pipe spools sections. The prefabbed sections shall include the vent duct. The vent duct shall consist of an HSS pipe of 3/8" thick structural square section which shall be cut longitudinally in half and welded to the side of the cable pipe. A standard pipe section is 20 feet. The first set of pipes leading from the Bull Wheel compartment are 17 feet and the heating duct ends approx. halfway on this spool. Leave the heating duct elbow and flange off the
first spools in order to pull these pipe sections in place. Each cable pipeline requires 3 x pipe spool lengths (6 lengths total). On each spool section to leave approximately a 6-inch section of ducting removed from the ends to allow for butt joint welds. The pre-fabricated pipe sections shall be blasted and coated with weldable primer this includes the vent duct internal surfaces as well as the pipe internal and external surfaces to minimize flash rusting.
And ADD :
4.6.3 CABLE PIPE SPOOLS
This item is for the cost to pre-fabricate pipe spools sections. The cable pipe spools to be of either; ASTM A106 Carbon steel seamless, schedule 80, 8-inch pipe and to include vent duct consisting of an HSS pipe made from ASTM A106 Carbon steel (3/8" thick); or 304 Stainless Steel Seamed, schedule 80, 8-inch pipe and to include vent duct consisting of an HSS pipe made 304 Stainless Steel (3/8" thick). The vent duct shall consist of an HSS pipe of 3/8" thick structural square section which
shall be cut longitudinally in half and welded to the side of the cable pipe. A standard pipe section is 20 feet. The first set of pipes leading from the Bull Wheel compartment are 17 feet and the heating duct ends approx. halfway on this spool. Leave the heating duct elbow and flange off the first spools in order to pull these pipe sections in place. Each cable pipeline requires 3 x pipe spool lengths (6 lengths total). On each spool section to leave approximately a 6-inch section of ducting
removed from the ends to a
llow for butt joint welds. The pre-fabricated carbon steel pipe sections shall be blasted and coated with weldable primer this includes the vent duct internal surfaces as well as the pipe internal and external surfaces to minimize flash rusting.
Note: If bidding on the provision of cable pipe spools of 304 Stainless Steel Seamed, schedule 80, 8-inch pipe and included vent duct consisting of an HSS pipe made 304 Stainless Steel (3/8" thick) Item 4.6.5 Cable Pipe Coating Systems pricing will not be included.
******
*****AMENDMENT NO. 6
The Revised (D) Form of Tender for;
- Item No. 3.3.2 Item Description "Substructure Wheelhouse Bridge Structure and Above Water Line" should be deleted from the Revised Form of Tender
- Item No. 3.3.2.1 Item Description "Prepared to SP3" should read "Prepared to SP6"
- Item No. 3.3.2.2 Item Description "Prepared to SP6" should read "Prepared to SP3"
The Revised Particular Specification for;
- Item 3.3.2.1 Prepared to SSPC-SP3 should read "Prepared to SSPC-SP6" and state "For estimating purposes, 50 m2 shall be prepared to SSPC-SP6 and coated as per 3.3.2"
- Item 3.3.2.2 Prepared to SSPC-SP6 should read "Prepared to SSPC-SP3".
These corrections have been made in the 2nd Revised Form of Tender and 2nd Revised Particular Specifications in the attachments.
VENDOR QUESTION AND RESPONSE:
Question:
In the (D) FORM OF TENDER Price Form, if we feel an item description is a "No Charge"; are we permitted to write "No Charge" in the TOTAL column to that item?
Answer: Vendor is permitted to write "No Charge" in the total column.
*****
***** AMENDMENT NO. 5
BIDDER QUESTIONS:
QUESTION:
In Particular Specifications, "Section 1.5.5 - Inspection and Surveys" -
It notes that costs associated with ABS are to be included in the contract. "Section 9 - Recognized organization and inspection" notes that these costs are to be billed to the owner which I expect is correct. Please confirm which section is correct and if the contractor or owner will be billed?
DTI RESPONSE: The costs of ABS and the RO for the actual owner's inspection services are to be billed directly to the Owner. Lump sum payment under Item # 9 refers to preparing the ferry components for inspection and the provision of staff to aid in carrying out required inspections.
QUESTION:
In Particular Specifications, "Section 4.2 Bullwheels" - will the ferry arrive without bullwheels installed? If not, will bearings be left in place and therefore no alignment of new bullwheels is required?
DTI RESPONSE: The bullwheels will be removed from the ferry prior to handing over the vessel to the Contractor. Reconditioned bullwheels will later be delivered to the yard for reinstallation. Realignment of the bearings should not be required.
QUESTION:
In Particular Specifications, "Section 4.7.1 Diagnostics" - please confirm that costs associated with CAT completing diagnostic is also billed direct to owner?
DTI RESPONSE: The costs associated with CAT completing a diagnostic of the main engine is to be billed directly to the Owner and is not to be included in lump sum for Item No. 4.7.1 Work under this Item, to be paid per lump sum, refers to the Contractor arranging for a CAT Technician, draining and flushing the coolant and replenishing with the coolant supplied by DTI.
QUESTION:
In Particular Specifications, "Section 6.1 Fire Pump & 6.2 Bilge Pump" - are pumps direct replacement, i.e, no modifications to plumbing are required?
DTI RESPONSE: Pumps are to be directly replaced and no modifications to the plumbing will be required.
QUESTION:
In Particular Specifications, "Section 8 - boat davit & winch" - please confirm that the davit itself is already installed?
DTI RESPONSE: NBDTI will install a new davit on the existing base. Work under this Item # 8.1 requires the Contractor to stiffen the deck under the davit base only.
QUESTION:
In Tender Amendment #1, please clarify what is meant by the "No Totals Required" clause?
SNB RESPONSE:
The Procurement Act requires that all bids submitted must be Totaled.
This clause enables us to accept bids where the bidder inadvertently failed to put a final total price on their bid submission.
QUESTION:
In "(D) Form of Tender" the following discrepancies were noticed:
o 1.9 is labeled as "Insurance" but spec notes "Delivery Documents"
o 3.2.1.1 to 3.2.9 appear that they should be 3.3.1.1 to 3.3.9 according to spec - Superstructure, wheelhouse....
o 3.2.2 in form of tender and assumed 3.3.2 in Spec:
It notes "The entire surface area shall be coated with one (1) coat of Interthane 990 white...";
Please confirm if this is desired or if the areas are to be painted the same colours as existing (i.e.; burgundy where currently burgundy, white where currently white, etc.)?
DTI RESPONSE: - Item # 1.9 should be labelled "Delivery Documents". A corrected Particular Specifications & Form of Tender addedumn will be forthcoming.
- The Form of Tender does mistakenly label 3.2.1.1 through 3.2.9. A corrected Particular Specifications & Form of Tender addendum will be forthcoming.
- Item # 3.2.2 should read # 3.3.2. A corrected Particular Specifications & Form of Tender addedumn will be forthcoming.
- Item # 3.3.2 should read "The entire surface area shall be coated with on (1) coat of Interthane 990 to color match...";
QUESTION:
The Form of Tender notes to provide a unit price for 50m^2 but the Spec. is specifying coating the entire area which is much more than 50m^2. The Spec notes SP6 prep of 50m^2 which is only a small portion of the item.
Please clarify how it is desired to have this item priced?
DTI RESPONSE: A revised Form of Tender and Particular Specification now includes the requirement for addition sq.m unit prices. For example bids for preparing and coating the underside of ramps now includes both the area SSPC-SP7 prepared and the area SSPC-SP10 prepared. This response as well has been appled to other questions where added sq.m unit prices are warranted.
QUESTION:
3.2.3.2 in Form of Tender and assumed 3.3.3.2 in Spec - Ramps - Undersides:1. Please confirm if 100% of the ramp undersides are to be sweep blasted to SP7?
2. Please confirm if intended to apply full coat in addition to the SP10 prepared and coated areas?
DTI RESPONSE: A corrected revised Form of Tender addendum will be forth coming that will correct the mistaken numbers.
The underside of the ramp is intended to be 100% sweep blasted to SP7
Areas that expose bare metal as a result of the sweep blast will be blasted further to SP10. The exposed bare metal will then receive full coat following SP10 prep.
QUESTION:
Depending on above answers, if full sweep and full coat is desired, if a unit price based on 25m^2 is desired, please clarify how it is desired to have this item priced?
DTI RESPONSE: Again, a revised Form of Tender and Particular Specification addendum will be provided which includes the requirement to not only provide a unit price for the small 25 m2 areas but also, as a separate unit price for the balance of the total area.
QUESTION:
3.2.4.2 in Form of Tender and assumed 3.3.4.2 in Spec - Deckhouse Tops
Please confirm if 100% of the deckhouse tops are to be sweep blasted to SP7?
A unit price for 5m^2 is desired, but the Spec. notes to coat 5m^2 plus a full coat to the entire area (estimated at ~70 m^2).
Please clarify how it is desired to have this item priced?
DTI RESPONSE: Yes, 100% of the deckhouse tops are to be sweep blasted to SP7. Again, a revised Form of Tender and Particular Specification addedume will be provided which includes the requirement to provide a unit price for the 5 m2 area as well as the estimated 70 m2,
QUESTION:
We are interested to bid however;
a) We feel the extent of work to prepare a proposal of this size and bid closing 16 Oct 2019 does not seem reasonable time to submit
b) Getting a certified check in time for the submission is also unreasonable time to have ready for 16 Oct.
c) Normally, Gov of NB similar refit tenders in the past usually allows 1 month to prepare.
Is it possible we can get an extension to the Bid Closing date?
DTI RESPONSE: NBDTI realizes that the timelines for this project are aggressive however we require the return of this vessel to the river system before freeze up. That said, we will extend the closing to October 21st, however that is limit to which we feel comfortable advancing the closing.
All other tender information remains the same."
***** AMENDMENT NO. 4
CONTACT:
For questions regarding the Date, Time and Location of the
BIDDERS CONFERENCE:
ALAN KERR, DTI: (506) 651-4134
All other tender information remains the same.
***** AMENDMENT NO. 3
BIDDERS CONFERENCE DETAILS:
(Not Mandatory)
- Location: GONDOLA POINT FERRY LANDING (Route 119 - Quispamsis, NB)
- Date: Wednesday, October 9th, 2019
- Time: 10:00 AM
- DTI Conference Representatives: Mark Jones and/or Lyn Saunders
All other tender information remains the same.
***** AMENDMENT NO. 2
See the attached .pdf version of the drawings.
If you are unable to view these documents please refer to AMENDMENT No. 1.
All other tender information remains the same.
***** AMENDMENT NO. 1
The .dwg files have been added to NBON.
The "No Totals Required" Clause has been added.
The Commodity Code has been revised to JX2010.
All other tender information remains the same.
* * *
SERVICE CONTRACT TO:
Upgrade the Hydraulic, Electrical, Mechanical, and Structural Aspects of
Ferry # F98-RGL FAIRWEATHER
* * *
(See the attached specifications)
IMPORTANT:
You MUST RETURN the COMPLETED "FORM OF TENDER" with your bid submission.
(This document is the official bid document.)
BID SECURITY:
A $100,000.00 Bid Security must be included with the bid submission.
REQUIRED COMPLETION DATE: December 31, 2019
OPTIONAL BIDDERS' CONFERENCE:
A briefing conference will be scheduled after the release of the tender documents. Appropriate Owner's Representative shall be present at the Briefing Conference to respond to Bidders' questions and concerns.
All questions, concerns or enquiries regarding the refit, before or after the Bidders conference, shall be submitted in writing to:
BETH BARTON, CATEGORY SPECIALIST, SNB STRATEGIC PROCUREMENT -
Email: BidQuestion
sSoumissions@snb.ca
Fax: (506) 444-4200
DRAWINGS:
For those companies that receive bid documents from MERX you will need to register on the NBON system at www.gnb.ca/tenders to download the 27 .dwg drawings. You are however, cautioned not to make any changes to our wording or your response may be rejected. (Should you have any trouble registering on the system please contact the NBON HELP LINE at 1-800-561-1422 in Canada or 506-444-5636 outside Canada.)
FOB Final Destination
* * *
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.
Bids must be received at:
Central Tendering Branch
Fredericton Regional 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 Regional Centre, Suite 2300, 300 St. Mary's Street, Fredericton, N.B. E3A 2S4.
----------------------------------------------------------------------------------------------
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.
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.
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.
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.
Under Canadian law (and international agreements), your Bid must arrive separately and independently, without conspiracy, collusion or fraud; see http://www.competitionbureau.gc.ca/eic/site/cb-bc.nsf/eng/home for further information.
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.
All Suppliers engaged to deliver goods or services to the Government of New Brunswick must ensure compliance with the Designated Materials Regulation in the provision or delivery of those goods obligated under that Regulation. Please refer to Recycle NB's website and the Designated Materials Regulation for specifics.
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.
https://www2.snb.ca/content/dam/snb/Procurement/DirectDepositVirementDirect.pdf
Solicitation documents will be provided in either of the Province of New Brunswick's two official languages; English or French upon request.