Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08

Similar documents
REQUEST FOR BID #02-08 July 16, 2007 OFFICE OF STRATEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS

REQUEST FOR PROPOSAL THE LEE: APPLIANCES DELIVER SEALED PROPOSALS TO:

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: Wood Chips University of Maine System at Farmington RFB # 07-16

RFP Landscape Maintenance Service s RFP #

City of Forest Park Request for Proposals. Landscape Installation, 803 & 785 Forest Parkway, Forest Park Ga

REQUEST FOR BIDS (RFB)

REQUEST FOR PROPOSAL/BID Non Construction

REQUEST FOR PROPOSALS (RFP)

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. BAKERY PRODUCTS University of Maine RFB # 11-08

REQUEST FOR PROPOSALS (RFP)

City of Forest Park Request for Proposals. Concrete Slab and Footings 5977 Lake Dr. Community Building

REQUEST FOR PROPOSALS

City of Forest Park Request for Proposals. Automatic Fire Sprinkler System - Community Building

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

REQUEST FOR BID #25-07 April 23, 2007 OFFICE OF STRTEGIC PROCUREMENT UNIVERSITY OF MAINE SYSTEM 16 CENTRAL STREET BANGOR, MAINE 04401

City of Forest Park Request for Proposals Concrete Driveway Replacement Fire Station # Jonesboro Rd., Forest Park, Georgia,

SILVER FALLS SCHOOL DISTRICT 4J REQUEST FOR PROPOSALS REAL ESTATE SALES SERVICES

construction plans must be approved for construction by the City PBZ department.

REQUEST FOR PROPOSALS (RFP)

City of Forest Park Request for Proposals. Secure Access Control Systems

ADMINISTERED BY UNIVERSITY OF MAINE SYSTEM OFFICE OF STRATEGIC PROCUREMENT

Administered by University of Maine System Office of Strategic Procurement Request for Proposal (RFP)

REQUEST FOR BIDS. Administered by: Competitive Energy Services, LLC FUELS: PROPANE University of Maine at Farmington RFB# 16-17

If you have any questions contact Jeff Eady of the City of Forest Park Public Works Department at (404)

REQUEST FOR PROPOSALS

City of Forest Park Request for Proposals Fence Installation Police Department Firing Range 2020 Anvil Block Road, Forest Park, Georgia,

INSTRUCTIONS TO BIDDERS

Bids must be received in the Purchasing Office by 3:00 p.m. on 11/22/16.

Invitation to Bid BOE. Diesel Exhaust Fluid

REQUEST FOR PROPOSAL Asbestos Inspection, Project Design and Monitoring

MANDATORY GENERAL TERMS AND CONDITIONS:

GENERAL CONDITIONS AND INSTRUCTIONS TO BIDDERS FOR STATEWIDE CONTRACTS FOR SERVICES

CITY OF GAINESVILLE INVITATION TO BID

CITY OF GAINESVILLE INVITATION TO BID

INSTRUCTIONS TO BIDDERS

Hobart & William Smith Colleges 300 Pulteney St. Geneva, NY Request for Bids (RFB)

SUMNER COUNTY BOARD OF EDUCATION REQUEST FOR QUOTATION

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS. PAINT AND RELATED SUPPLIES University of Maine

Request for Proposal #2036. Orange Coast College Exterior Lighting Energy Efficiency Project Implementation

Core Technology Services Division PO Box Grand Forks, ND

EXHIBIT A: SECTION INSTRUCTIONS TO BIDDERS

CITY OF COVINGTON REQUEST FOR PROPOSAL HURRICANE ISAAC VEGETATIVE DEBRIS REDUCTION & TRANSPORTATION

(SECCRA) SECCRA COMMUNITY LANDFILL LONDON GROVE TOWNSHIP CHESTER COUNTY, PENNSYLVANIA

BID DOCUMENTS For. Printing for PEEF Scholarship Forms

Champaign Park District: Request for Bids for Playground Surfacing Mulch

PURCHASING DEPARTMENT

INVITATION FOR BID ATTENTION: This is not an order. Read all instructions, terms and conditions carefully.

MANDATORY GENERAL TERMS AND CONDITIONS

EAU CLAIRE/NORTH COLUMBIA DEVELOPMENT CORPORATION (ECDC) REQUEST FOR PROPOSAL (RFP)

SUPPLY of LED POWER LIGHTS WITH STAND FOR THE GOVERNMENT FILM UNIT

Invitation to Bid BOE. Fluorescent Bulbs

CITY OF MONTEREY REQUEST FOR PROPOSALS FINANCIAL ADVISORY SERVICES. City of Monterey Finance Department 735 Pacific Street, Suite A Monterey, CA 93940

PURCHASING DEPARTMENT

REQUEST FOR PROPOSAL

PURCHASING DEPARTMENT

In every contract over $10,000, the provisions in A. and B. below apply: A. During the performance of this contract, the vendor agrees as follows:

COWLEY COUNTY, KANSAS REQUEST FOR PROPOSAL. SALARY STUDY SUBMITTAL DEADLINE June 1, 2012 RFP NUMBER

TOWN OF MANCHESTER-BY-THE-SEA, MASSACHUSETTS

Request for Bid #1667 (RFB) CONCRETE SERVICES

INSTRUCTIONS TO BIDDERS

UNIVERSITY OF ROCHESTER INSTRUCTIONS TO BIDDERS

N O T I C E T O B I D D E R S

OCEAN COUNTY COLLEGE PURCHASING DEPARTMENT REQUEST FOR BIDS. Cover Page

Botetourt County Public Schools

INSTRUCTIONS TO BIDDERS

REQUEST FOR PROPOSAL RFP #14-03

Notice to Bidders. Q6970 Exterior LED Lighting Projects. This quote is for lighting fixtures/material only. Do not include installation in quotes.

NOTICE TO BIDDERS BID #FY150019

SECTION NOTICE INVITING BIDS

Invitation to Bid RFP-VISITOR MANAGEMENT SYSTEM

INVITATION FOR BID BID NO. B Premium Pyxis Medstation 4000

Rutherford County Board of Education

COUNTY OF COLE JEFFERSON CITY, MISSOURI

Document A701 TM. Instructions to Bidders. for the following PROJECT: (Name and location or address)address): Orig A

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR PROPOSALS (RFP) University of Maine System RFP # 68-15

Appomattox River Water Authority

County of Gillespie. Bid Package for FUEL - BOBTAIL DELIVERY. Bid No November 2018

SOLID WASTE COLLECTIONS EQUIPMENT FOR MACON COUNTY S CONVENIENCE CENTERS

DEBT RECOVERY SERVICES FOR SHAWNEE COUNTY (THIS IS NOT AN ORDER)

Instructions to Bidders Page 1

2018 Bulk Magnesium Chloride. Bids Due and Opening Thursday, March 29, 2018 Time: 10:00 a.m.

CUYAHOGA COUNTY REQUEST FOR PROPOSAL

Request for Proposal - RFP

Sample Request For Proposals

REQUEST FOR PROPOSAL

CITY OF GAINESVILLE INVITATION TO BID

BROWNSVILLE NAVIGATION DISTRICT OF CAMERON COUNTY, TEXAS PORT OF BROWNSVILLE. Specifications for Bid. Crushed Limestone

BID PACKAGE LEGAL NOTICE - BIDS WANTED GENERAL INFORMATION AND INSTRUCTION SECTION I REQUEST FOR BIDS SECTION II - GENERAL INFORMATION AND INSTRUCTION

10. If accepted within days of bid opening (above), the undersigned offers and agrees to honor this quotation.

INFORMATION FOR BID. Tee Shirts (School Nutrition)

PURCHASING OFFICE 2010 N. 59 TH STREET ROOM 370 \ KANSAS CITY, KS WEB SITE:

Pittsburgh, PA 15213

Request for Proposal RFP # SUBJECT: Ergotron LX

Connecticut Lottery Corporation 777 Brook Street Rocky Hill, CT INVITATION TO BID

GLENBARD TOWNSHIP HIGH SCHOOL DISTRICT # Crescent Boulevard, Glen Ellyn, IL , (630) , INVITATION TO BID

Invitation to Bid BULK MOTOR OIL

NOTICE TO BIDDERS CUSTODIAL SUPPLIES

Central Wastewater Plant Specifications for the Purchase of Polymer - June 2013

Request for Quote (RFQ)

Transcription:

Administered by UNIVERSITY OF MAINE SYSTEM Office of Strategic Procurement REQUEST FOR BIDS TRASH CAN LINERS UNIVERSITY OF MAINE RFB # 09-08 ISSUE DATE: December 4, 2007 BIDS MUST BE RECEIVED BY: December 27, 2007, 2:00 pm DELIVER BIDS TO: University of Maine System Office of Strategic Procurement Attn: Hal Wells 16 Central Street Bangor, ME 04401 1

SECTION ONE 1.0 GENERAL INFORMATION: 1.1 Purpose: The University of Maine System, acting through the University of Maine is seeking bids for trash can liners as described below. 1.2 Definition of Parties: The University of Maine will hereinafter be referred to as the "University." Each firm responding to this Request for Bids (RFB) shall be referred to as "Bidders." The Bidder to whom the Contract is awarded shall be referred to as the "Contractor." 1.3 Scope: The University s Central Warehouse stocks can liners for distribution to campus locations. The Contractor will supply trash can liners to the Warehouse to meet its inventory requirements. Usage quantities (shown at 3.1 and 3.2) are for the most recent calendar year period and are approximate totals. 1.4 Evaluation Criteria: Award will be made to the low bidder provided that all other requirements are satisfactorily met. However, consideration will be given to environmentally friendly or sustainable products (see 4.5 below) and delivery. 1.5 Alternates: Unless otherwise provided for in this solicitation, the name of a certain resin does not restrict bidders to the specific resin named; but conveys the general style, type, character, and quality of the article desired. Any article which the University, in its sole discretion, determines to be the equal of that specified, considering quality, workmanship, economy of operation, and suitability for the purpose intended, shall be accepted. It is the bidder's responsibility to clearly and specifically indicate the product being offered and to provide sufficient descriptive literature, catalog cuts and technical detail to enable the University to determine if the product offered meets the requirements of the solicitation. Failure to furnish adequate data for evaluation purposes may result in declaring a bid non-responsive. Unless the bidder clearly indicates in its bid that the product offered is an "equal" or alternate product, such bid will be considered to offer the brand name products referenced in the solicitation. 1.6 Award: It is the intent of the University to award this bid all to one vendor. The University reserves the right to conduct any tests it may deem advisable and to make all evaluations. The University reserves the right to reject any or all bids, in whole or in part and is not necessarily bound to accept the lowest bid if that bid is contrary to the best interests of the University. The University reserves the right to waive minor irregularities. Scholarships, donations, or gifts to the University will not be considered in the evaluation of bids. A bid may be rejected if it is in any way incomplete or irregular. When there are tie bids, there shall be a preference for in-state bidders. When tie bids are both in-state or both out-of-state, the award will be made to the bid that arrives first at the Office of Strategic Procurement. 1.7 Award Protest: Bidders may appeal the award decision by submitting a written protest to the University of Maine System s Director of Strategic Procurement within five (5) business days of the date of the award notice, with a copy of the protest to the successful bidder. The protest must contain a statement of the basis for the challenge. 1.8 Communication with the University: It is the responsibility of the bidder to inquire about any requirement of this RFB that is not understood. Responses to inquiries, if they change or clarify the RFB in a substantial manner, will be forwarded by addenda to all parties that have received a copy of the RFB. Addenda will also be posted on our web site, www.maine.edu/strategic/upcoming_bids.php. The University will not be bound by oral 2

responses to inquiries or written responses other than addenda. Inquiries must be made to: Hal Wells Office of Strategic Procurement University of Maine System 16 Central Street Bangor, Maine 04401 (207) 973-3302 1.9 Submission: A SIGNED original and four (4) copies of the bid must be received at the Office of Strategic Procurement, University of Maine System, 16 Central Street, Bangor, Maine 04401, in a sealed envelope no later than 2:00 P.M. local time, Thursday, December 27, 2007, for a public opening. The bid must be time and date stamped by the Office of Strategic Procurement in order to be considered. Bidders are strongly encouraged to submit bids in advance of the due date/time to avoid the possibility of missing the 2:00 p.m. deadline due to unforeseen circumstances. Bidders assume the risk of the methods of dispatch chosen. The University assumes no responsibility for delays caused by any package or mail delivery service. A postmark on or before the due date WILL NOT substitute for receipt of bid. In the event of suspended University operations, the bid opening will be rescheduled for the next business day at the same time and location. Bidders may wish to call (207) 973-3298 to determine if University operations have been suspended. Bids received after the due date and time will be returned unopened. Additional time will not be granted to any single bidder, however, additional time may be granted to all bidders when the University determines that circumstances require it. FAXED OR E-MAIL BIDS WILL NOT BE ACCEPTED. 1.10 Bid Envelope: The signed bid should be returned in an envelope or package, sealed and identified as follows: From Name Due Date Time Bid No. 1.11 Bid Understanding: By submitting a bid, the bidder agrees and assures that the specifications are adequate, and the bidder accepts the terms and conditions herein. Any exceptions should be noted in your response. 1.12 Costs of Preparation: Bidder assumes all costs of preparation of the bid and any presentations necessary to the bidding process. 1.13 Debarment: Submission of a signed bid in response to this solicitation is certification that your firm (or any subcontractor) is not currently debarred, suspended, proposed for debarment, declared ineligible or voluntarily excluded from participation in this transaction by any State or Federal department or agency. Submission is also agreement that the University will be notified of any change in this status. 1.14 Bid Validity: Unless specified otherwise, all bids shall be valid for ninety (90) days from the due date of the bid. 1.15 Errors: Bids may be withdrawn or amended by bidders at any time prior to the bid opening. After the bid opening, bids may not be amended. If a significant mistake has been made by an apparent low bidder, the bidder will be given the option of selling at the price given or withdrawing the bid. If an extension error has been made, the unit price will prevail. 3

SECTION TWO 2.0 GENERAL TERMS AND CONDITIONS: 2.1 Contract Documents: If a separate contract is not written, the Contract entered into by the parties shall consist of the RFB, the signed bid submitted by the Contractor, the specifications including all modifications thereof, and a purchase order, all of which shall be referred to collectively as the Contract Documents. 2.2 Contract Modification and Amendment: The parties may adjust the specific terms of this Contract (except for pricing) where circumstances beyond the control of either party require modification or amendment. Any modification or amendment proposed by the Contractor must be in writing to the Contract Administrator. Any agreed upon modification or amendment must be in writing and signed by both parties. 2.3 Contract Term: The Contract term shall be for a period of one (1) year commencing upon the issuance of a standing purchase order. With mutual written agreement of the parties this Contract may be extended for four (4) additional one-year periods. 2.4 Contract Administration: The University of Maine s Purchasing Department or its designee shall be the University's authorized representative in all matters pertaining to the administration of this Contract. 2.5 Contract Validity: In the event one or more clauses of the Contract are declared invalid, void, unenforceable or illegal, that shall not affect the validity of the remaining portions of the Contract. 2.6 Clarification of Responsibilities: If the Contractor needs clarification of or deviation from the terms of the Contract, it is the Contractor's responsibility to obtain written clarification or approval from the Contract Administrator. 2.7 Cancellation/Termination: If the Contractor defaults in its agreement to provide can liners to the University's satisfaction, places University students or employees at significant risk of harm, or in any other way fails to provide service in accordance with the contract terms, the University shall promptly notify the Contractor of such default and if adequate correction is not made within ten (10) days, the University may take whatever action it deems necessary to provide alternate services and may, at its option, immediately cancel this Contract with written notice. Except for such cancellation for cause by the University, either the University or the Contractor may terminate this Contract by giving sixty (60) days advance written notice to the other party. Cancellation does not release the Contractor from its obligation to provide goods or services per the terms of the Contract during the notification period. 2.8 Quantities: The quantities shown on the bid form are approximate only. The Contract shall cover the actual needs of the University throughout the term of the Contract regardless of whether they are more or less than the quantities shown. 2.9 Litigation: This Contract and the rights and obligations of the parties hereunder shall be governed by and construed in accordance with the laws of the State of Maine without reference to its conflicts of laws principles. The Contractor agrees that any litigation, action or proceeding arising out of this Contract, shall be instituted in a state court located in the State of Maine. 4

2.10 Assignment: Neither party of the Contract shall assign the Contract without the prior written consent of the other, nor shall the Contractor assign any money due or to become due without the prior written consent of the University. 2.11 Equal Opportunity: In the execution of the Contract, the Contractor and all subcontractors agree, consistent with University of Maine System policy, not to discriminate on the grounds of race, color, religion, sex, sexual orientation, transgender status or gender expression, national origin or citizenship status, age, disability or veteran s status and to provide reasonable accommodations to qualified individuals with disabilities upon request. 2.12 Payments: Payment will be upon submittal of an invoice to the Purchasing Department by the Contractor on a Net 30 basis unless discount terms are offered. Invoices must include a purchase order number. SECTION THREE 3.0 SPECIFICATIONS: 3.1 High Density Polyethylene: High density polyethylene can liners shall be a minimum thickness of 6 microns. Case weight shall be based on the following formula: Length x Width x Gauge (microns) /14.5 / 25.4 /1000 bags per case = net lbs/case Size Color Estimated Usage Quantity/Case 24 x 33 Clear 310 1000 3.2 Low Density Polyethylene: Low density polyethylene can liners shall be a minimum thickness of 1.25 mils. Case weight of low density polyethylene liners shall be based on the following formula: Length x Width x Gauge (mils) /15 /1000 x bags per case = net lbs per case Size Color Estimated Usage Quantity/Case 40 x 46 Clear 610 100 40 x 46 Black 1010 100 38 x 60 Black 1020 100 3.3 Seals: Bags may be constructed with any type of seal. Seals must be leak proof and shall meet or exceed the load, capacity and physical properties as described in the product information. 3.4 Twist Ties: Twist Ties are not required. 5

SECTION FOUR 4.0 SUBMISSION REQUIREMENTS: 4.1 The bid shall be in the form of a firm price for each line item for one (1) year. 4.2 The bid price shall include charges such as packaging, shipping, insurance, and all other costs necessary for F.O.B. destination delivery. Charges not specified in the bid will not be honored. 4.3 Product Information: Bidders shall clearly and specifically identify the product being offered and enclose complete and detailed descriptive literature, catalog cuts and specifications with the bid to enable the University of Maine to determine if the product offered meets the requirements of the solicitation. Failure to do so may cause the bid to be considered nonresponsive. 4.4 Samples: Four (4) samples must be provided for each item quoted on the bid form. Please do not send more than four samples of each item. Each sample must be clearly marked with the bidder s name and corresponding bid item number. Samples submitted as an equal substitute or alternate must be marked as alternates and must comply with instructions for alternate specifications in Section 1.5. Samples will not be returned. 4.5 Environmentally Preferred Purchasing: The University recognizes its responsibility to foster stewardship of our natural resources and to promote environmental citizenship through its purchasing decisions when practicable. Please offer any environmentally friendly or sustainable alternatives that are available for trash can liners and supply all relevant information about the alternatives. Include post-consumer waste content or waste avoidance information. 6

4.6 Bid Form: Complete the bid form provided. Usage quantities shown at 3.1 and 3.2 are for the most recent calendar year period and are approximate totals. Description Gauge/ Thickness (Microns/ Mils) Case Count Case Weight Price/Case % Post Consumer Recycled Content 24 x 33 High D Clear 40 x 46 Low D Clear 40 x 46 Low D Black 38 x 60 Low D Black 4.7 Normal Lead Time after receipt of order: 4.8 Payment Discount Terms if available: 4.9 References: Provide a reference list of three clients that includes the company s name, contact name, title, telephone number and start date of the contract. Clients and products provided under the contracts shall be of similar size and scope as the requirements specified herein. COMPANY NAME: ADDRESS: By: (Signature) (Print Name) (Title) (EMAIL) (Date) 7