Tenders and Results
Procurement Opportunities
Procurement opportunities posted after March 29, 2019 can be found through bids&tenders, a convenient, electronic tendering platform that will allow you to review tenders and submit bids and proposals online.
To register on bids&tenders, click here.
Vendor's Demonstration Sessions
Vendors requiring information and/or assistance with bids&tenders or would like to book a demonstration may contact Stephanie Rocca, Purchasing Agent at (705) 674-4455, Ext. 2130. A vendor demonstration video is available for viewing at:
https://attendee.gotowebinar.com/rt/3117710696935951619
Cooperative Purchasing
The City of Greater Sudbury, along with other public sector organizations (currently: Cambrian College, Collège Boréal, Laurentian University, Rainbow District School Board, Conseil scolaire catholique du Nouvel-Ontario, Sudbury Catholic District School Board, Counseil scolaire public du Grand Nord de l’Ontario, Greater Sudbury Utilities, Health Sciences North, and Science North) are members of the Sudbury Regional Buying Group. Member Agencies realize savings by combining individual requirements and seeking bids for larger volumes of goods and services. If the City of Greater Sudbury participates in these procurement opportunities, they will be posted on bids&tenders.ca.
Notice of Participation in Buying Groups
This posting is a public notification that for the year (2021), the City of Greater Sudbury, including Pioneer Manor, Greater Sudbury Fire Services, Greater Sudbury Paramedic Services, the Greater Sudbury Police Services Board, Greater Sudbury Public Library Board, City of Greater Sudbury Community Development Corporation, Greater Sudbury Housing Corporation and Sudbury Airport Community Development Corporation, intends to participate in one or more procurements conducted by the following buying groups:
- MGS – Ministry of Government and Consumer Services: www.doingbusiness.mgs.gov.on.ca
- OECM – Ontario Education Collaborative Marketplace: www.oecm.ca
- Metrolinx: www.metrolinx.com/en/projectsandprograms/tpi/tpi.aspx
- Local Authority Services (LAS): www.las.on.ca
- Police Cooperative Purchasing Group (PCPG): www.oacp.on.ca/careers-policing-links/police-cooperative-purchasing-group-pcpg
- Mohawk Medbuy www.mohawkmedbuy.ca
Archived Tenders
Tenders posted on the City’s site prior to the move to bids&tenders will continue to be submitted through the current process.
Have questions about the current process? Read more about the process on our bidder's information page.
Request for Supplier Qualification (RFSQ) ENG19-51 for Falconbridge Road CN Overpass Rehabilitation.
Clarification Notice No. 2 issued on Jan. 18, 2019
Information Meeting Minutes issued on Jan. 25, 2019
Closing Date: January 30, 2019
Closing Time: 4:30 PM
(Eastern Standard Time)
-
Understood & Letter from the Bank is Attached

-
Commercial General liability insurance on an occurrence basis for an amount not less than 10 Million ($10,000,000) Dollars. Any Aggregate limit shall be equal to or greater than the amount of minimum requirements stated above, for the Commercial General Liability policy. Such policy shall include clauses for coverage of non-owned automobile liability, personal injury, broad form property damage, contractual liability, owners’ and contractors’ protective, products and completed operations, contingent employers liability, tenants legal liability, cross liability, severability of interest and, where the Work involves the use of explosives, the insurance shall include coverage for the use of explosives. The policy must also cover any bodily injury and/or property damage claim, as a result of the hook/tow/hoist operations; as an endorsement or extension of coverage under the Commercial General Liability policy;
-
Automobile liability insurance including all vehicles and commercial trailers owned or leased by the successful Bidder, for an amount not less than Five Million ($5,000,000) Dollars on forms meeting statutory requirements covering all vehicles used in any manner in connection with the performance of the terms of this Agreement; and,
-
The successful Bidder shall carry Contractors Pollution Liability or Sudden and Accidental Pollution liability coverage insurance with a minimum discovery and report period of 120 hours, covering the work and services described in this Agreement including coverage for loss or claims arising from contamination to third party property or bodily injury during transit. Such policy shall provide coverage for an amount not less than One Million ($1,000,000) Dollars and shall remain in force for twelve (12) months following completion of work.
-
The successful Bidder shall carry Crane and Hoist Operators Liability coverage (or endorsement) in an amount equal to the maximum replacement value of the property to be lifted at any one time, in the performance of the work, but in no event less than $100,000.00.
-
Understood & Letter Provided & Attached
-
Understood & Attached5.
-
Understood, & Written Schedule Provided & Attached 6.
-
Understood & References Provided & Attached 7.
-
Understood & Contract Management Team Provided & Attached
|
Prequalification Criteria
|
Line Scoring Criteria
|
1.
|
Bank Reference – Letter from the Bidder’s current bank addressed to the City of Greater Sudbury, attesting to the Bidders financial capability to complete this contract
|
Pass/Fail
|
2.
|
Bonding Verification – Letter from the Bidder's bonding company confirming the surety's relationship with the Bidder and their willingness to provide the required bonding for this contract.
|
Pass/Fail
|
3.
|
Insurance – Letter from the Bidder’s Insurance Company addressed to the City of Greater Sudbury stating that if you are successful you will possess the stipulated insurance requirements.
|
Pass/Fail
|
4.
|
WSIB in Good Standing
|
Pass/Fail
|
5.
|
Experience – A written schedule of similar contracts with a tender value over $2,000,000.00 successfully completed by the Bidder in the previous three (3) years.
|
40
|
6.
|
References – For the contracts listed in line 5, provide the value of each contract, the name of the owner, and the name and telephone number of the owner's contact person who is willing and able to attest to the Bidder's capability to perform this contract work
|
30
|
7.
|
Contract Management Team – Contract management structure and CV’s of the Contract Management Team (i.e. project manager, site superintendent and lead foreman) for this contract work. The CV’s must include the name, qualifications, and experience of each individual.
|
30
|
|
Total
|
100
|
All Tenders and Request for Proposals are to be dropped off at the
Purchasing Section at Tom Davies Square, 2nd Floor
For more general information, contact the department at:
705-674-4455 Extension 2497 or 2501 or
email tenders@greatersudbury.ca