Supply and Delivery of Front End Loader

expired opportunity(Expired)
From: MerX(Federal)
Supply and Delivery of Front End Loader

Basic Details

started - 22 Dec, 2022 (16 months ago)

Start Date

22 Dec, 2022 (16 months ago)
due - 05 Jan, 2023 (15 months ago)

Due Date

05 Jan, 2023 (15 months ago)
Bid Notification

Type

Bid Notification
Supply and Delivery of Front End Loader

Identifier

Supply and Delivery of Front End Loader
Manitoba Labour, Consumer Protection and Government Services

Customer / Agency

Manitoba Labour, Consumer Protection and Government Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Supply and Delivery of Front End Loader Project Description :MANITOBA REFERENCE NUMBER: MB-MBPB-12S-01411 ISSUING DEPARTMENT: Procurement and Supply Chain DATE ISSUED: 23/12/2022 ISSUED BY: GoM PSC TELEPHONE: 204 945-6361 NOTE: For INFORMATION or item clarification, if required, CONTACT: Adeseye.oshoniyi@gov.mb.ca DDP Destination, Freight Prepaid to: Environment, Climate and Parks St. Malo Provincial Park St. Malo MB R0A 1T0 Bidder must indicate if you are able to meet the requested Delivery date of January 19, 2023 yes ____ OR no ____ If NO, then indicate a realistic delivery as follows: Delivery in ___ working days or ____weeks from receipt of the order. This procurement is subject to Canadian Free Trade Agreement. GENERAL TERMS & CONDITIONS: Bidders must "login" to MERX to access the General Terms & Conditions which apply to this RFQ, in addition to those shown below. After "login" follow the links: Information ->
Government Publications -> Manitoba Terms and Conditions -> Request for Quotation. SUBMISSION TERMS AND CONDITIONS: The Bid MUST be signed by a representative of the Bidder with the authority to bind the Bidder. The name and title of the representative signing the Bid should also be printed below their signature. Bids MUST be received at the Submission Address no later than the closing date and time. Vendor's e-mail address: (if available) ____________________ Quantity clarification: quantity listed contains 2 or 3 decimals. _________________________________________________________________________ ITEM QTY DESCRIPTION DELIVERY NO. DATE ======================================================== ITEM 10 19/01/2023 1.00 Each GSIN: N2400MATERIAL: 99402060 TRACTOR,LOADER AND PARTS AS DESCRIBED BELOW: One - 71 Horsepower Diesel 4WD Tractor with front end loader, rear box scraper, rear snow blower and pallet forks. ENGINE: -Diesel -EPA rating Interim Tier IV emission -Liquid cooled -4 cycles -Turbo aspiration -4 cylinders in line -Bore and stroke 3.7 x 4.7 in. (94x120 mm) -Displacement 203 cu. In. (3331 cc) -4 valves per cylinder -Maximum torque 185.9 fl. Lbs (252.0 N-m) @1500 to 1700 rpm -Inline piston type fuel injection pump -Electric key stop fuel shutoff -Forced lubrication -Liquid cooled w/pressurized radiator -Standard mechanical radiator cooling fan -Cold weather start aid glow plugs, individual per cylinder -Hand and foot throttl -Double element air filter -Spin on type oil filter -Horsepower Engine net @ rpm: 71.0 HP (52.9kW) @ 2600 rpm PTO @ rpm: 64.0 HP (47.7 kW) @ 2600 rpm COOLING SYSTEM: -Liquid cooled w/pressurized radiator -Positive water pump -Air flow radial, front to rear -Radiator fan standard mechanical cooling fan -Standard radiator screens FUEL SYSTEM: -Diesel -Standard fuel/water separator -Replaceable cartridge fuel filter -Fuel drain FLUID CAPACITIES: -23.8 GAL. (90.0L) fuel tank capacity -6.2 L cooling system capacity -8.0 L engine lubricant oil capacity -10.6 gap (48.0 L) transmission oil capacity -8.0 front axle gear case - minimum 1.0 L washer fluid CHASSIS, AXLES AND BRAKES: -Hydrostatic power steering -Bevel gear type front axle, 4WD -limited slip differential -Final drive, inboard planetary -Mechanical, wet disc brake type -Parking brake on master brake pedal DRIVE TRAIN/TRANSMISSION: 12F/12R plus creep POWER TAKE OFF (PTO): -Hydraulic independent PTO with PTO brake, wet discs -Rear PTO 540 RPM standard -Rear PTO speed 540 @ 2160 rpm -Multiple wet disc PTO clutch -Flip up type PTO shield HYDRAULIC SYSTEM: -Open center -Implement pump 16.2 GPM (1.5 L/min) -Power steering pump 6.1 GPM (23.1 L/min) -Total hydraulic flow 22.3 GPM -3 Rear remote valves- 2 self-cancelling detent and 1 float. -2 Rear Hydraulic ports -3-point hitch-Category I and II c/w two external cylinders -Position control -Draft control-top link sensing -Right side adjustable lifting rod -Telescopic lower link ends -Telescopic stabilizers -Top link standard Lift capacity: -4189 lbs. (1900 kg) at lift points -3307 lbs. (1500 kg) 24" behind lift point Draw Bar: -Standard swing type -2 positions - clevis and 1 1/4 " pin ELECTRICAL: -100 amp alternator -12 volt battery, 900 CCA -CSA approved block heater and oil pan heater minimum 250 watt -Electric key stop engine shut-off -Electronic panel -Engine tachometer, temperature and fuel level gauges -8 indicator lights including oil pressure, battery, low fuel, park, PTO, glow plug, turn signals, high beam -Instrument panel with PTO RPM and travel speed monitor -Lights- 2 head lights, 2 corner lights, 2 rear working lights, 2 tail lights, 4 safety flashers, dome light -Stand horn -Back up beeper TIRES: -Nokian M series for tractors SUD, DT, DTHS, DTHSC and 1 Front: 360/80R20 Rear: 440/80R30 (16.9R30) steel center -rear tires filled with envirofluid rated to -35 degrees Celsius -rear fender wide round shape SAFETY EQUIPMENT: -Standard safety switches -Standard Operator's presence control (OPC) -Electric key stop engine shut-off -Standard, retractable seat belts -Operator's manual -Mechanical, wet disc brakes -Parking brake on master brake pedal -Standard grab handles for entry/exit -4 four-way flashers with turn signals -High visibility paint color on tractor, box scraper and snow blower - Slow moving vehicle sign (International) appropriate for size of tractor CAB FEATURES: -Un-obstructive viewing on all side of the tractor -Easy left or right access to cab -ROPS Certified -certified 10 lb. dry chemical fire extinguisher and mount, no plastic parts. -Hanging pedals -5-position tilt steering wheel -Reclining seat, full adjustment (weight, fore and aft), arm rests -Seat back tilt -Heater- minimum 14,750 BTU (4.30 kW) -Air conditioning minimum 13,500 BTU (3.95 kW) -Re-circulation and fresh air -Radio heavy duty Factory c/w MP3 input and weather band -Standard beverage holder -Standard sun visor, tinted glass -Electric outlet interior 12 volt, 3-pin, 30 amp -Electric outlet trailer 7-pin coupler -Standard horn -Mirrors-standard left and right -Wipers-standard front and rear -Windshield washers front and rear -Rear window defogger - defroster on front windows and doors -c/w operator's manual English and French -Loader operator manual -Front grill guard - fold down C/W FRONT END LOADER LOADER SPECIFICATIONS: -Hydraulic self-leveling -Euro-type quick attach coupler BUCKET: - 82" bucket 210H Euro-coupler -Volume minimum 17.5 ft3 BOX SCRAPER BOX SCRAPER SPECIFICATIONS: -Width: 84" -minimum 12 cu. Ft. -Max. working depth: 4" C/W REAR MOUNTED SNOWBLOWER SNOW BLOWER SPECIFICATIONS: -Working width: 85" -Transport width: 80 1⁄2" -cutting height: 33" -Length: 49" min-52" max -Single auger -Auger diameter: 20" -Auger flight thickness: minimum 7 gauge -Impeller diameter: 25" -Impeller width: 10 1⁄2" -Impeller shaft diameter: 1 9/16" -Number of impeller blades: 4 -Roller chain: #60 -Drive sprocket no. of teeth: 12 -Driven sprocket no. of teeth: 32 -Chain idler: twin sprocket -Tractor RPM: 540 -Impeller RPM: 540 -Auger RPM: 169 -PTO description: 50 -Skid shoe: adjustable and replaceable -Skid shoe material: high carbon steel -End plate thickness: .1196" -Back plate thickness: 3/16" -Impeller housing thickness: 3/16" CHT100 -Impeller blade thickness: 5/16" -Side panel bottom thickness: 1⁄2" -Cutting edge: high carbon steel, replaceable and reversible -Cutting edge dimension: 1⁄2"x3" -Parking stand: standard -Hitch Category: Cat. 1 and 2 -Quick hitch compatibility: ASABE compatible -HP requirements-min-max: 60-90 HP -Operating weight (lbs)-hyd. Rot. and deft.: minimum 848 lbs -Chute deflector adjustment: hydraulic cylinder including hoses and tips -Chute rotation (standard): hydraulic with motor -Chute option: 3 part with hydraulic deflector C/W PALLET FORKS: -Minimum 2500 kg lift capacity -Minimum 47" long forks -Euro # quick connect Delivered in usable state with front ender loader attachment in place. To be Delivered in usable state with front ender loader attachment in place. Please advise the following information on the product offered: Model Year____________________ Brand Name ____________________ Model number___________________ ======================================================== NOTE: If any of the above items/features are accessories they are to be included and installed prior to delivery. It is the suppliers responsibility to test all systems to ensure they are functioning properly prior to delivery. QUOTATION EVALUATION: Generally the lowest overall price of each acceptable item in accordance with the terms & conditions of the RFQ will be awarded the order. Quotations will be evaluated based on suitability of product offered compared to the end users needs, description/specifications of the product offered, delivery, price, quality of the bidder's performance in past awards and any other terms & conditions indicated on this RFQ Failure to provide adequate information to evaluate the item offered may be cause for rejection of your quote by Manitoba. QUALITY / ACCEPTABILITY: Any product supplied must be new, unused, first quality. Demo units will not be accepted. All goods delivered are subject to inspection prior to delivery acceptance. Signing of any delivery slip should not be construed as acceptance of the product delivered. Manitoba reserves the right to reject any product, after final inspection that does not meet the specification or product description requested. Manitoba reserves the right to reject any product supplied which, upon inspection or use, is deemed by the using department to be unacceptable for their intended use. Products to be supplied as specified on the contract/purchase order. Any substitutes shipped without prior written approval will be rejected at time of delivery or held at shipper's risk pending return instructions Products rejected by the using department will be returned to the Vendor for full credit or replacement product at no cost to Manitoba or the contract may be cancelled. PRODUCT: Items offered are to meet or exceed the specifications indicated for the items listed. If it is your intention to offer an item which does not meet all the specifications outlined, then you must indicate all intended deviations or changes on the return quote. In the absence of any particular construction details, the product offered is to be completed with first quality design, manufacturing, finishing techniques and materials as required to produce a first quality product for the intended use. It should be noted that clarification of missing details may require discussions etc. with the end user. DDP DESTINATION, FREIGHT PREPAID TO: Environment, Climate and Parks St. Malo Provincial Park St. Malo MB R0A 1T0 (include all necessary charges e.g. freight, insurance, handling etc.) If any charges are not included please explain in detail any/all charges that will be extra to the unit prices quoted and that will be charged on the invoice. WARRANTY: MANUFACTURER'S WARRANTY: State warranty of units offered ( as applicable to Manitoba's use) (Manitoba's use would usually be considered commercial application not consumer) Product _________ months OR _______ years Labour _________ months OR _______ years Please note: During the period of the warranty offered, all labour, transportation, parts, surcharges including shipping and brokerage will be included. The Province of Manitoba will not pay additional charges while the item(s) offered are under the above stated warranty. If the warranty offered is the Vendor's warranty in combination with or in place of the Manufacturer's warranty then a complete explanation must be provided. WARRANTY SERVICE/LOCATION: Potential costs associated with the location of warranty service might be used in the evaluation of this quote Is warranty service provided on site at our premises? Yes___ or No____ If No<(>,<)> Indicate the location the unit must be sent to for manufacturer's certified and/or approved warranty service, closest to the point of delivery, for this tender<(>,<)> Company name_______________________ Location (city & province)______________ Do you have a toll free phone number for warranty service? Yes______ or No______ IF YES, PLEASE PROVIDE:________________________ NON-WARRANTY FOR PARTS AND SERVICE: Please provide details as follows for the unit(s) offered (For occasional non-warranty service and parts purchases) Current labour rate for in-shop service $_________ per hour Parts and accessories charged at: ________ % discount from ____________________ prices (indicate retail, wholesale etc.) AFTER WARRANTY SERVICE: Is after warranty service provider the same as above? Yes ___ or No_____ If No please advise Company name_______________________ Location (city & province)______________ GOVERNING LAWS: Manitoba requires its suppliers to adhere to provincial labour laws and, where businesses use sources outside of Canada, Manitoba expects suppliers to comply with local labour laws in the country of manufacture. INDIGENOUS BUSINESS STANDARD FOR "GOODS WITH RELATED SERVICES" DEFINITIONS: "Indigenous Business" means a business that is at least 51% Indigenous owned and controlled and, if it has six or more full-time employees, at least one-third of its employees must be Indigenous persons. "Indigenous Business Directory" means a business directory of Indigenous businesses that meet Manitoba's definition of an Indigenous business. 'Indigenous Business Standard" means terms and conditions that indicate that Indigenous business participation is desirable but not mandatory. "Indigenous Person" means a First Nations, Non-status Indian, Métis or Inuit person who is a Canadian citizen and resident of Canada. INDIGENOUS PROCUREMENT INITIATIVE: Manitoba is committed to community economic development as a key component of its economic strategy. It intends to develop a provincial economy that is more inclusive, equitable and sustainable. Procurement practices are one means that can be used to contribute to the growth of Indigenous businesses. In that regard, Manitoba developed the Indigenous Procurement Initiative (IPI). The objective of IPI is to increase the participation of Indigenous businesses in providing goods and services to Manitoba. INDIGENOUS BUSINESS STANDARD: Indigenous participation is desired but bids will not be disqualified if there is no Indigenous business participation. INDIGENOUS BUSINESS DIRECTORY: Manitoba has established a directory of Indigenous businesses called the "Indigenous Business Directory". This directory is a list of Indigenous businesses (including non profit organizations and economic development corporations) that have self declared as an Indigenous Business meeting that definition under the IPI. It is neither comprehensive nor exhaustive but may be a useful resource to identifying Indigenous businesses for potential partnering or sub-contracting purposes. Indigenous businesses not listed in the Directory may also be used. Registration in the Indigenous Business Directory does not guarantee certification as an Indigenous business, as business status may change; therefore formal certification is required in the formal tender process. Indigenous businesses are encouraged to register by contacting Manitoba Labour, Consumer Protection and Government Services Procurement and Supply Chain (PSC). For further information on the Indigenous Business Directory<(><<)>(> ,<(><<)>)> registration forms and access to a copy of the Indigenous Business Directory please see the following website: http://www.gov.mb.ca/finance/psb/api/api bd.html or contact: Manitoba Labour, Consumer Protection and Government Services Procurement and Supply Chain (PSC) 600 - 352 Donald Street Winnipeg, Manitoba R3B 2H8 Ph: 204-945-6361 For all other general inquiries related to this tender opportunity, please contact the name of the individual identified on page one of this tender document. TERMINATION: Manitoba may, in its sole discretion, immediately terminate a purchase order/contract in writing if: a) the vendor fails to properly fulfill, perform, satisfy and carry out each and every one of its obligations under the purchase order/contract, or b) the vendor fails or refuses to comply with a verbal or written request or direction from Manitoba within three(3) days of receiving the request or direction; or c) the vendor become bankrupt or insolvent or liquidates; or d) a receiver, trustee or custodian is appointed for the assets of the vendor, or any partner thereof; or e) the vendor or any partner thereof makes a compromise, arrangement, or assignment with or for the benefit of the creditors of the vendor or of that partner, as the case may be; or f) the vendor fails to secure or renew any license or permit for the vendors business required by law; or any such license or permit is revoked or suspended; or g) the vendor or any partner, officer or director of the vendor is found guilty of an indictable offence; or h) the vendor fails to comply with any law or regulation relating to the employment of its employees; or i) the vendor at any time engages in any activities or trade practices which, in the opinion of Manitoba, are prejudicial to the interests of Manitoba, or a department or agency thereof; or j) there is a breach of any provision of the purchase order/contract. k) the goods provided by the vendor are not according to the contract or otherwise unsatisfactory; or l) the services provided by the vendor are unsatisfactory, inadequate, or are improperly performed; or m) the vendor has failed to meet the delivery date indicated on the purchase order/contract or repeatedly failed to meet the delivery lead time, indicated on the purchase order/contract. Manitoba may, in its sole discretion, terminate the purchase order/contract at any time by giving at least 30 days written notice to the vendor prior to the intended termination date. This termination may be used for those instances where there are program changes, funding changes, etc. REGISTRATION/FORMS: All dealer supplied forms that are required for the Department to register/insure the unit in Manitoba must be fully completed and provided immediately on delivery. PUBLICITY, MEDIA AND OFFICIAL ENQUIRIES: Neither the bidder nor its suppliers/vendors, employees or consultants shall make any public statement relating to the existence or performance of the purchase order/contract without the prior written consent of the Province of Manitoba, which shall not be unreasonably withheld. The provision of this condition shall apply during the extension of a purchase order/contract and indefinitely after its expiry or termination. CONFIDENTIALITY: The content of this RFQ and any other information received by the Bidder relating to the RFQ, gained through the RFQ process or otherwise, is to be treated in strict confidentiality. The Bidder shall not disclose any of the information in whole or in part to anyone not specifically involved in the preparation of the Bidder's quotation, unless written consent is secured from Manitoba prior to the said disclosure. The obligation of each Bidder to maintain confidentiality shall survive the expiration or the acceptance/rejection of their quotation and/or any resulting Contract/ Agreement(s) to supply the requirements of this RFQ. VENDOR INFORMATION: RIGHT TO REISSUE RFQ Manitoba reserves the right to cancel and/or reissue the RFQ where, in Manitoba's sole opinion, none of the quotes submitted in response to the RFQ warrant acceptance or where it would be in the best interests of Manitoba to do so. Costs incurred in the preparation, presentation and submission of a quote shall be borne entirely by the Bidder. Manitoba shall not reimburse any bidders for any costs if the RFQ is cancelled or reissued. AUTHORIZED VENDOR: Manitoba reserves the right, prior to any contract award, to secure evidence to Manitoba's satisfaction that any bidder is the manufacturer or an authorized distributor, dealer or retailer of the goods offered and is authorized to sell these goods in Manitoba, Canada and upon request will provide Manitoba with written evidence thereof. INVOICING AND PAYMENT: Subject to the following subsections, in consideration the goods provided or delivered to the satisfaction of Manitoba, Manitoba shall pay the Contractor an amount not exceeding the amount specified in the successful Contractor's bid submission. All invoices shall be issued in writing and satisfactory to Manitoba in both form and content. The contractor shall also provide to Manitoba such supporting documents, vouchers, statements and receipts as requested by Manitoba. Manitoba shall endeavor to pay the Contractor any fees due within 30 days net after the receipt and approval of the invoice and any supporting materials requested. CANADIAN FUNDS: Manitoba prefers to receive quotations in Canadian funds. If the pricing offered is quoted in a currency other than Canadian then the currency is to be clearly identified on the quote document. ACCOUNTS RECEIVABLE ADDRESS: Due to our computerized accounts payable system please advise if your invoice address (accounts receivable) is the same as the address for orders / quotes shown above YES ____ or NO ______ If NO provide complete details i.e. box #, street address, city<(>,<)> province, postal code, etc. _________________ MANITOBA'S RETAIL SALES TAX LICENSE: Are you licensed by Manitoba Finance to collect and remit Manitoba's Retail Sales Tax YES_____ or NO_____ If NO disregard the following paragraph. MANITOBA'S RETAIL SALES TAX: Is the product(s) offered subject to Manitoba's Retail Sales Tax YES____ or NO _____ If the quote consists of both taxable (T) and non-taxable ( NT) items please indicate T or NT opposite each item offered. PAYMENT TERMS: Manitoba will consider Early Payment Terms. Manitoba's standard payment term is net thirty (30) days. The Bidder shall specify their standard invoice term: _____________________________ Is there any applicable discounts for early payment? Yes _____ No _____ Initial __________ If Yes, please specify: _____________________________________________________ Does your early payment clause appear on your invoice? Yes _____ No _____ Initial __________ YOUR QUOTATION REFERENCE # (if applicable) ________ Proposed Delivery Address: TENDERS TO BE RETURNED TO: MERX Electronic Bid Submission www.MERX.com

MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9Location

Address: MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9

Country : CanadaState : Ontario

You may also like

Supply and Deliver Class 3 Flat Deck Trucks to the Government of Yukon

Due: 25 Apr, 2024 (in 5 days)Agency: Government of Yukon

WHEELED LOADER RENTAL

Due: 30 Apr, 2026 (in about 2 years)Agency: VETERANS AFFAIRS, DEPARTMENT OF

SUPPLY, FRONT DECK MOWERS AND BROOMS, FOLS/NICO

Due: 26 Apr, 2024 (in 6 days)Agency: NATIONAL PARK SERVICE

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.