Public Works and Government Services Travaux publics et Services gouvernementaux 1 1 RETURN BIDS TO: RETOURNER LES SOUMISSIONS À: Bid Receiving Public Works and Government Services /Réception des soumissions Travaux publics et Services gouvernementaux Pacific Region 401-1230 Government Street Victoria, B.C. V8W 3X4 Bid Fax: (250) 363-3344 SOLICITATION AMENDMENT MODIFICATION DE L'INVITATION The referenced document is hereby revised; unless otherwise indicated, all other terms and conditions of the Solicitation remain the same. Ce document est par la présente révisé; sauf indication contraire, les modalités de l'invitation demeurent les mêmes. Title - Sujet FOOD SERVICES - CADETS - WHITEHORSE Solicitation No. - N de l'invitation /A Client Reference No. - N de référence du client GETS Reference No. - N de référence de SEAG PW-$VIC-246-6714 File No. - N de dossier (246) CCC No./N CCC - FMS No./N VME Solicitation Closes - L'invitation prend fin at - à 02:00 PM on - le 2015-05-27 F.O.B. - F.A.B. Plant-Usine: Destination: Other-Autre: Address Enquiries to: - Adresser toutes questions à: Kobenter, Hélène Telephone No. - N de téléphone (250) 363-3404 ( ) Destination - of Goods, Services, and Construction: Destination - des biens, services et construction: Amendment No. - N modif. 002 Date 2015-04-27 Time Zone Fuseau horaire Pacific Daylight Saving Time PDT Buyer Id - Id de l'acheteur vic246 FAX No. - N de FAX (250) 363-3344 Comments - Commentaires Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Instructions: See Herein Instructions: Voir aux présentes Delivery Required - Livraison exigée Delivery Offered - Livraison proposée Vendor/Firm Name and Address Raison sociale et adresse du fournisseur/de l'entrepreneur Issuing Office - Bureau de distribution Public Works and Government Services - Pacific Region 401-1230 Government Street Victoria, B. C. V8W 3X4 Telephone No. - N de téléphone Facsimile No. - N de télécopieur Name and title of person authorized to sign on behalf of Vendor/Firm (type or print) Nom et titre de la personne autorisée à signer au nom du fournisseur/ de l'entrepreneur (taper ou écrire en caractères d'imprimerie) Signature Date Page 1 of - de 2
/A 002 vic246 THIS PAGE INTENTIONALLY LEFT BLANK Page 2 of - de 2
/A Amendment No. 001 issued to amend the above noted solicitation document as follows: UNDER PART 2 - BIDDER INSTRUCTIONS, Section 2.6 Optional Site Visit 2.6 Optional Site Visit It is recommended that interested Bidders or representatives of the Bidders visit the work site. Arrangements have been made for optional site visits as follows: Visit will be held at 45 Fireweed Drive, Whitehorse, Yukon, Y1A 5T8 on Wednesday May 13, 2015 starting at 1:00 PM Pacific Daylight Saving Time (PDST). Bidders must register with the PWGSC Contracting Authority to attend by no later than Thursday May 7, 2015 to confirm attendance and provide the name(s) of the person(s) who will attend. Late registrations will not be accepted. Bidders may be requested to sign an attendance sheet. Bidders who do not attend or do not send a representative will not be given an alternative appointment but they will not be precluded from submitting a bid. Any enquiries resulting from the site visits must be submitted in writing to the PWGSC Contracting Authority in accordance with the requirements detailed in article 2.4 - Enquiries Bid Solicitation. Section 4.1.1 Documents Required for Evaluation Purposes (MANDATORY) 4.1.1 Documents Required for Evaluation Purposes (MANDATORY) The Bidder must provide the following documents with its Bid: a) Copy of page 1 of the bid solicitation document and related amendments duly completed and signed by the Bidder to confirm the Bidder s acceptance of all terms and conditions of the bid solicitation; and b) Completed Former Public Servant declaration detailed in section 2.3 of Part 2; and c) Technical bid addressing all of the mandatory technical criteria, point rated technical criteria, and instructions detailed in section 4.1.2 of Part 4 of the bid solicitation; and d) Financial bid addressing all of the mandatory financial criteria and instructions detailed in section 4.1.3 of Part 4 and Annex B of the bid solicitation; and e) All Certifications required with the bid, as detailed in section 5.1.2 of Part 5 and Annex D of the bid solicitation. Failure to submit all documents required with the Bid will result in the Bidder s submission being declared non-responsive and given no further consideration. Page 1 of - de 3
/A Section 4.1.3.1 Mandatory Financial Criteria 4.1.3.1 Mandatory Financial Criteria Financial bids will be evaluated separately for each CTC site. a) Bidders must submit their financial bid using the financial evaluation tables and instructions provided for each site at Annex B - Basis of Payment. The total amount of Applicable Taxes must be shown separately. Bidders must complete and submit tables 3, 5, and 6. b) Bidders must submit firm prices and/or rates for all services detailed in the financial evaluation tables corresponding to each site. A financial bid addressing only a portion of the requirement for a site will be declared non-responsive. Failure to meet any of the above instructions and mandatory financial evaluation criteria will result in the Bidder s bid being declared non-responsive and given no further consideration. Section 4.2 Basis of Selection Highest Combined Rating of Technical Merit and Price 4.2 Basis of Selection Highest Combined Rating of Technical Merit and Price Bids will be evaluated separately for each CTC site. 1. To be declared responsive, a bid must: a) comply with all the requirements of the bid solicitation; and b) meet all mandatory criteria; and c) obtain the required minimum of 380 points overall for the technical evaluation criteria which are subject to point rating. The rating is performed on a scale of 760 points. 2. Bids not meeting (a), (b), and (c) will be declared non-responsive. 3. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 60 % for the technical merit and 40 % for the price. 4. To establish the technical merit score, the overall technical score for each responsive bid will be determined as follows: total number of points obtained / maximum number of points available multiplied by the ratio of 60 %. 5. To establish the pricing score, each responsive bid will be prorated against the lowest evaluated price and the ratio of 40 %. 6. For each responsive bid, the technical merit score and the pricing score will be added to determine its combined rating. Page 2 of - de 3
/A 7. Neither the responsive bid obtaining the highest technical score nor the one with the lowest evaluated price will necessarily be accepted. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. The table below illustrates an example where all three bids are responsive and the selection of the contractor is determined by a 60/40 ratio of technical merit and price, respectively. The total available points equals 100 and the lowest evaluated price is $45,000 (45). Basis of Selection - Highest Combined Rating Technical Merit (60%) and Price (40%) Bidder 1 Bidder 2 Bidder 3 Overall Technical Score 98/100 75/100 92/100 Bid Evaluated Price $55,000.00 $50,000.00 $45,000.00 Calculations Technical Merit Score 98/100 x 60 = 58.80 75/100 x 60 = 45.00 92/100 x 60 = 55.20 Pricing Score 45/55 x 40 = 32.73 45/50 x 40 = 36.00 45/45 x 40 = 40.00 Combined Rating 91.53 81.00 95.20 Overall Rating 2nd 3rd 1st UNDER PART 5 CERTIFICATIONS, Section 5.1.2.2 Federal Contractors Program for Employment Equity Certification 5.1.2.2 Federal Contractors Program for Employment Equity - Certification The Bidder must provide a completed annex D - Federal Contractors Program for Employment Equity - Certification. If the Bidder is a Joint Venture, the Bidder must provide the Contracting Authority with a completed annex D - Federal Contractors Program for Employment Equity - Certification, for each member of the Joint Venture. All other terms and conditions remain the same Page 3 of - de 3