Procurement Opportunities and Contract Awards

Procurements Opportunities

The City of Greater Sudbury’s open procurement opportunities are exclusively posted on bids&tenders.

As per the City’s Purchasing By-Law, contracts with a total acquisition cost of $100,000 or greater (unless exempt in Schedule A of the Purchasing By-Law or approved as a single/sole source by City Council) must be conducted via open competition and in accordance with applicable trade agreements.

Viewing of current procurement opportunities is free of charge. To participate in a procurement opportunity, a one-time or annual subscription fee is applicable. For more information or to register, visit bids&tenders. Once registered, companies can select a commodity category to receive opportunities from over 160 organizations.

Sudbury Regional Buying Group

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 joint procurement opportunities, they will be posted on bids&tenders.ca

Notice of Participation in Buying Groups

This posting is a public notification that 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 cooperative procurements conducted by the following Buying Groups:

  1. Government of Ontario   
  2. OECM – Ontario Education Collaborative Marketplace
  3. Metrolinx
  4. Local Authority Services (LAS) - Canoe Procurement Group  (Inc. Sourcewell)
  5. Police Cooperative Purchasing Group (PCPG) 
  6. Mohawk Medbuy
  7. Kinetic GPO
  8. Locate Alliance Consortium 
     

Contract Award Results

Contract award results can be found through bids&tenders.

Tip: Alter drop-down option from "Open" to "All" or "Awarded" to find posted results.
Note: The posting of contract awards may take up to 72 days after contract execution.

Tenders and results posted on the City’s site prior to March 29, 2019, will continue to be available through the search portal below.


Tenders and Request for Proposals

Request for Supplier Qualification (RFSQ) 17-214 for Infrastructure Repair Services for the City of Greater Sudbury.



Closing Date: January 5, 2018
Closing Time: 01:30:00 PM
(Eastern Standard Time)


Notice of Prequalification (Standing Offer) – RFSQ 17-214

Description of the Procurement:   
Request for Supplier Qualification (RFSQ) 17-214 for Infrastructure Repair Services for the City of Greater Sudbury.

Procuring Entity Contact Information:
The City of Greater Sudbury, c/o Purchasing Section, 2nd Floor, Tom Davies Square, 200 Brady Street, Sudbury, ON  P3E 3L9 (address of the “City’s Purchasing Section” referenced in this Notice).

Information Meeting
Contractors are requested to attend an optional information meeting at 3:00 p.m. on Tuesday December 19th, 2017, on the 1st Floor of Tom Davies Square, in committee room C-12.

Prequalification Documentation:
Prequalfication documentation may be downloaded free of charge from the City of Greater Sudbury’s (the “City”) website at www.greatersudbury.ca/tenders/ or may be picked up at the City’s Purchasing Section for a non-refundable fee of $10.00 (plus HST).  The City shall not be responsible for any notices and/or related prequalification or Tender documentation not accessed directly from the City.

Unless otherwise stated herein, all capitalized terms in this Notice derive their meaning and usage from the City’s Purchasing By-law, which is available on the City’s website at https://www.greatersudbury.ca/city-hall/by-laws/.

Prequalification Submission Address and Closing Date:   
Prequalification submissions shall be submitted via email to tenders@greatersudbury.ca or by fax to (705) 671-8118 or delivered in person or by courier using the address label-sheet provided by the City to the City’s Purchasing Section no later than by end of business day (4:30pm) on Friday January 5th, 2018.  It is the sole responsibility of the interested supplier to ensure that its submission was received by City’s Purchasing Section.  Submissions received late will be automatically rejected.

Communications with the City:
All communications with the City for this prequalification shall be in writing through the official point of contact, Dave Barrett, Purchasing Coordinator.  Verbal communications are not binding on the City.

Interested suppliers shall not contact any other persons including Members of Council, City employees or consultants retained by the City for this prequalification, which may result in disqualification from bidding on the eventual Bid Solicitation and any future Bid Solicitations. 

Interested suppliers must review the prequalification documentation and promptly report to the City and request clarification of any discrepancy, deficiency, ambiguity, error, inconsistency or omission contained in the prequalification documentation. To facilitate comprehensive responses, interested suppliers are encouraged to email their questions or clarification requests as soon as possible and no later than12:00 p.m. (noon) Thursday December 21th, 2017 to tenders@greatersudbury.ca or by fax to (705) 671-8118.  Nothing in this notice obligates the City to respond to any question or clarification request.

Goods or Services to be Procured: 
The City of Greater Sudbury is issuing this Bid Solicitation to establish non-exclusive agreements with multiple Contractors, to create a Standing Offer of Contractors to be used in the event of urgent repair situations, in accordance with the terms and conditions set out in this Contract. The City’s historical demand for the above Goods or Services was approximately $1.2 million annually, but the actual demand is not known at the outset, and delivery is to be made when on an "as and when required" basis.

Criteria and Limitations:
(a) Prequalification Criteria:
Line Criteria Line Scoring Criteria

1. WSIB Standing                                                                                                                                           PASS/FAIL
2. Submission of key requirements (eg. Prequalification statement;  letter from  Insurance company, etc)  PASS/FAIL
3. Health and Safety Policy and Manual                                                                                                                      30
4. Experience– based on a references from minimum of one (1) Municipal Water/Wastewater and  one (1) municipal construction contract (Form A)                                                                                                                                    30
5. Qualifications of Supervisory Staff assigned to Contract (Form B)                                                                         30
6. Mandatory Equipment Requirements (Form C) PASS/FAIL
7. Available Equipment – Ability to provide additional equipment (Form ‘D’)                                                              10
    TOTAL                                                                                                                                                                   100

In order to prequalify, you must pass mandatory requirements noted as “pass or fail” (Items 1, 2 and 6).  You must also achieve a minimum total combined score of 70% or 70 points for the other criteria listed above (items3, 4, 5 and 7) in order to be considered for the next stage of the process, which will be the Tender process.

Notice of Subjection to Agreement(s):
This procurement is subject to Chapter 5 of the Canadian Free Trade Agreement (CFTA) and
Chapter 19 of the Canada-European Union Comprehensive Economic and Trade Agreement (CETA).

Timeline for Delivery of Goods or Services / Duration of the Contract:
The Standing Offer contract will commence upon award, ending June 1st, 2019, with an option to extend, at the sole discretion of the CGS, for four (4) additional one (1) year terms.

Goods to be supplied and delivered on a when and as required basis. The City makes no guarantee of the value or volume of work provided to the Contractor(s) under this contract.

Options:
Extensions will be at the City’s sole discretion and, at the same terms and conditions, subject to negotiations of fees not to exceed the CPI, all items (Ontario) for the previous 12 months (April).  This will be confirmed thirty (30) days prior to the end of the each contract year.

Further Notice(s):
Only Supplier(s) on the prequalified list will be provided further notice(s) for the procurement covered by the prequalification process. 

Procurement Method:
Request for Supplier Qualification followed by a Request for Standing Offer for Infrastructure Repair Services

Negotiations may occur where Bids received in response to a Bid Solicitation exceed the Council Approved Budget or if the Lowest Compliant Bids from two or more Contractors are identical in Total Acquisition Cost or unit price.  

The procurement will not involve electronic auction.

Language:
Submissions are required to be submitted in English only.

 



For more general information, contact the department at:
705-674-4455 Extension 2464 or
email tenders@greatersudbury.ca