MANITOBA REFERENCE NUMBER: MB-MBPB-AAS-00559
ISSUING DEPARTMENT: Procurement and Supply Chain
DATE ISSUED: 03/02/2026
ISSUED BY: GoM PSC
TELEPHONE: 204 945-6361
The Government of Manitoba (Manitoba) is requesting bid submissions for
the Supply and Delivery of E-450 Cutaway Van and Refit Current Build for
the Fleet Management Services (FMS).
Preference Clause
The vendor should give preference to Canadian-Origin steel for all
direct purchase of these materials.
In consideration of Manitoba's procurement policies and applicable trade
agreements, for this Solicitation, Preference will be given to Canadian
suppliers who have submitted compliant submissions meeting all essential
requirements of the solicitation. Manitoba may re-issue this tender at
its sole discretion.
For the compatibility of existing equipment(PTCU) the product must meet
the requirements and specifications provided in this RFQ document.
This procurement is subject to Canadian Free Trade Agreement.
For the purpose of this procurement process, the Solicitation Contact
will be:
Contact Email: bids@gov.mb.ca
Contact Name: Cindarla Pinheiro
Delivery must be completed by March 20, 2026.
For inquiries, email subject line shall be the 30505 as provided in the
first page of this document. Vendors and their representatives are not
permitted to contact any employees, officers, agents, elected or
appointed officials, or other representatives of Manitoba, other than
the Solicitation Contact, concerning matters regarding this
Solicitation. Failure to adhere to this rule may result in the
disqualification of the Vendor and the rejection of the Vendor's
Submission.
Inquiry submission deadline: February 16, 2026
_________________________________________________________________________
ITEM QTY DESCRIPTION DELIVERY
NO. DATE
========================================================
ITEM 10 20/03/2026
1.00 Each GSIN: N2590MATERIAL: 79703
Specifications and Requirements:
TRUCK, 2025 FORD E-450 SD, CUTAWAY AND REFIT CURRENT BUILD, 158 INCH
WHEELBASE, 6 SPEED AUTOMATIC WITH TOW HAUL, 7.3 LITRE, V8 GASOLINE
ENGINE, AIR CONDITIONING, CRUISE CONTROL, TILT STEERING, BUCKET CLOTH
SEATS, LEFT AND RIGHT HAND TOW MIRRORS, ENGINE BLOCK HEATER, OXFORD
WHITE
E-450 Cutaway & Refit Current Build
-2025 E-450 SD Cutaway 158" Wheelbase, 6 Speed automatic w/Tow-Haul,
Oxford White
-7.3L V8 Gasoline Engine
-Ac, Cruise, Tilt steering, Bucket cloth seats, LH/RH Tow mirrors
-Engine Block Heater
-Remove Van Body & Reinstall onto new chassis + wire body/chassis
The successful Vendor shall be responsible for procuring the new vehicle
and performing the complete transfer, installation, and commissioning of
the existing Prison Transport Containment Unit (PTCU) from the current
vehicle to the new vehicle. The Vendor assumes full responsibility for
ensuring compatibility, safety compliance, and full operational
functionality of the PTCU on the new vehicle.
In the event that the PTCU transfer is unsuccessful, incomplete, or
fails to meet operational or regulatory requirements, the Purchaser
shall have no obligation to proceed with the vehicle purchase, and all
associated costs, risks, and liabilities shall remain solely with the
Vendor.
Please indicate:
Manufacturers Name________________
Brand Name______________________
Product / Style Number ________
Bidder's catalogue/reference number (if applicable) ___________
========================================================
MANDATORY SUBMISSION REQUIREMENT:
The Bid MUST be signed by a representative of the Vendor with the
authority to bind the Vendor. The name and title of the representative
signing the Bid should also be printed below their signature.
Submissions must be submitted electronically through the MERX Electronic
Bid Submission System at:
www.MERX.com, the electronic tendering system used by Manitoba (the
E-procurement System).
Submissions by other methods will not be accepted.
Vendor's e-mail address: _____________________________________
Quantity clarification: quantity listed contains 2 or 3 decimals.
Purchasing Organization Address
MERX Electronic Bid Submission www.MERX.com
Proposed Delivery Address
F.O.B. DESTINATION, FREIGHT PREPAID TO:
Public Service Delivery
Fleet Management Services (FMS)
626 Henry Avenue
Winnipeg, MB R3A1P7
Invoice Address
Public Service Delivery
Fleet Management Services (FMS)
626 Henry Avenue
Winnipeg, MB R3A1P7
GENERAL TERMS AND CONDITIONS:
This RFQ is subject to the Manitoba General Terms and Conditions and can
be accessed at the following link:
https://www.gov.mb.ca/central/psc/pubs/form/mb_terms_conditions.pdf
The Purchase Order (PO) to be issued to the top-ranked Vendor(s) is
subject to the Manitoba Purchase Order Terms and Conditions and can be
accessed at the following link: https://www.gov.mb.ca/central/psc/pu
bs/form/manitoba_po_terms_conditions.pdf
EVALUATION
The submitted pricing of each qualified Bid Submission will be evaluated
in accordance with the price evaluation method which is generally the
lowest overall price or stipulated lump sum.
The intent is to award this RFQ to one vendor in total, if possible,
with economic benefit to Manitoba, therefore Vendors should quote on all
items if possible. Economic evaluation will be at Manitoba's sole
discretion. Failure to provide adequate information to evaluate the item
offered may be cause for the rejection of your quote by Manitoba.
In the event that a vendor's pricing appears to be abnormally low in
relation to the Deliverables, Manitoba may require the Vendor to provide
a detailed explanation of the pricing information to account for the low
level of price and confirm that all requirements in respect of the
Deliverables have been taken into account. If the Vendor is unable to
satisfactorily account for the abnormally low pricing, Manitoba may
reject the Submission. Manitoba may also reject any Submission that
contains unbalanced pricing. Pricing may be considered unbalanced where
nominal or significantly understated prices are proposed for some
elements of the Deliverables and inflated prices are proposed for other
elements of the Deliverables. Unbalanced pricing includes, but is not
limited to, "front-loaded" pricing which contains inflated pricing for
Deliverables to be provided or completed at the beginning of the
contract, offset by understated pricing for Deliverables to be provided
or completed later in the contract.
SELECTION
Compliant Vendors will be ranked based on the price evaluation. Subject
to the process rules contained in the Terms and Conditions of the
Solicitation Process, the top-ranked Vendor will be invited to enter
into the Contract in accordance with the terms and conditions of this
solicitation.
The selected Vendor will be notified in writing and will be expected to
satisfy any applicable conditions of this Solicitation, including the
pre-conditions of award listed below, and enter into the Contract within
the timeframe specified in the selection notice. Failure to do so may
result in the disqualification of the Vendor and the selection of
another Vendor or the cancellation of the Solicitation.
PRE-CONDITIONS OF AWARD
The following documents will be required from the Top-ranked Vendor(s)
as a condition of award: Signed Bid Submission.
(Unit prices 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.
PRODUCT OFFERED:
The product offered must meet the specified requirements and
expectations for its intended use.
If it is the vendor's intention to offer an item which does not meet all
the specifications or description as outlined, then the vendor must
indicate all intended deviations or changes on the return quote.
DELIVERY LEADTIME:
Is Vendor able to meet the requested delivery date of March 20, 2026 or
earlier?
YES ____ or NO ____
If NO, indicate a realistic delivery as follows:
Delivery in ___ working days or ___weeks from receipt of the purchase
order.
QUALITY:
Any product supplied must be new, unused, first quality, and as
specified on the contract/purchase order. All products supplied are
subject to inspection prior to acceptance. Manitoba reserves the right
to reject any products, after final inspection that does not meet the
specification requested.
Demo units will not be accepted. Any substitutes shipped without prior
written approval will be rejected at time of delivery or held at
shipper's risk pending return instructions.
INSPECTION:
Final inspection and acceptance or rejection of the goods will be made
promptly as practicable, but failure to inspect and accept or reject
goods promptly does not mean that the Manitoba Government has accepted
these goods. The Government of Manitoba reserves the right to inspect
the goods for up to 90 days after the date of delivery.
Partial acceptance of rejection of an order does not release the Bidder
from its responsibility to complete the order
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.
WARRANTY:
Manufacturer's Warranty: State warranty of units offered (as applicable
to Manitoba's use - would usually be considered commercial application
not consumer).
Product _________ months OR _____ years
Labour _________ months OR _____ years
Parts _________ months OR _____ years
Note: During the period of the warranty offered, all labour,
transportation, parts, surcharges including shipping and brokerage will
be included. 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, an 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 the warranty service? YES ____
or NO ____
If YES, specify:___________________________________
After Warranty Service:
Is after warranty service provider the same as above?
YES ____ or NO ____
If NO, indicate the warranty service provider below.
Company name _________________________________________
Location (city & province) _________________________________
Non-Warranty for Parts and Service:
Provide details as follows for the item(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 MSRP, wholesale,
etc.)
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.
PAYMENT TERMS:
Manitoba's standard payment term is net thirty (30) days. If Vendor has
a different standard invoice payment term, specify: _____________
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
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,
indicate T or NT opposite each item offered.
ACCOUNTS RECEIVABLE ADDRESS:
For Manitoba's accounts payable system requirement, is the vendor's
invoice address the same as the address for both orders/quotes and
account receivable?
YES ____ or NO ____
If NO, provide complete account receivable details, i.e. box #, building
#, street, city, province, postal code, etc.
YOUR QUOTATION REFERENCE # (if applicable) _________.
Proposed Delivery Address:
Public Service Delivery
Fleet Management Services (FMS)
626 Henry Avenue
Winnipeg, MB R3A1P7
TENDERS TO BE RETURNED TO:
MERX Electronic Bid Submission www.MERX.com