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) 18-3, for the Operation & Maintenance of the Household Hazardous Waste Program, Facility and Site



Closing Date: February 21, 2018
Closing Time: 4:30 p.m.
(Eastern Standard Time)


Notice of Prequalification – RFSQ 18-3

Description of the Procurement:      

Request for Supplier Qualification (RFSQ) 18-3 for the Operation & Maintenance of the Household Hazardous Waste Program, Facility and Site.

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).

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/.

Goods or Services to be Procured: 

The successful Bidder will operate and maintain the Household Hazardous Waste Program, Facility and Site on behalf of the City in accordance with the terms and conditions set out in the Contract pursuant to this Bid Solicitation.  The successful Bidder shall be responsible for the complete day-to-day operation of the program, facility and site in a manner acceptable to the City. For estimated quantities, please refer to the draft Tender documentation included in the prequalification documentation.

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 Wednesday February 21st, 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 than Tuesday February 13th, 2018 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.

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 initial term of the Contract will be for three (3) years. The Contract or Contract parts shall commence no earlier than August 19th, 2018 and is expected to end August 21, 2021.

Year 1 – August 19, 2018 to August 18, 2019

Year 2 – August 19, 2019 to August 18, 2020

Year 3 – August 19, 2020 to August 21, 2021

Options:

The City reserves the right, in its sole discretion to extend this contract for an additional two (2), one year terms, (which may be exercised individually or collectively by the City) at the same terms and conditions, subject to the Contractor being in good standing , supplier performance and negotiations of fees not to exceed the increase or decrease of the “CPI, All Items (Ontario) for the previous 12 months

Year 4 Extension period – August 22, 2021 to August 20, 2022

Year 5 Extension period – August 21, 2022 to August 19, 2023

Criteria and Limitations:

Prequalification Criteria: The prequalification process will include an assessment of performance in a number of areas including, but not limited to experience, previous work history, and health & safety. Submissions will be evaluated and scored in accordance with the Chart below.

 

Line
 
Prequlification Criteria Line Scoring Criteria   
1. Submission of key requirements (e.g. Prequalification statement;  Letter from Insurance company and Letter from Bank) PASS/FAIL
2. Company has been in existence for a minimum of five (5) years in a related business PASS/FAIL
3. Experience operating HHW Transfer Sites PASS/FAIL
4. Health and Safety Policy and Program (Manual)
Acknowledgement of Health & Safety requirements
PASS/FAIL
5. WSIB in Good Standing PASS/FAIL
6. Equipment and Personnel Acknowledgement PASS/FAIL
7. References from Completed and Current Municipal Contracts 20
8. Experience of the Company in Municipal Operation of HHW Transfer Sites 20
9. Experience of Key Personnel 40
10. Ability to recycle all the MHSW materials listed in Form "D" PASS/FAIL
11. Ability to Recycle, Reuse or otherwise Divert MHSW listed in Form “E” 20
12. Provide approved transporters and processors that will be used to transfer and process Phase 1 MHSW (Form “F”) PASS/FAIL
  Total 100

 

In order to prequalify, you must pass mandatory requirements noted as “pass or fail” (Items 1, 2, 3, 4, 5, 6, 10 and 12). You must also achieve a minimum total combined score of 70% or 70 points for the other criteria listed above (items 7, 8, 9 and 11) in order to be considered for the next stage of the process, which will be the Tender process.

Procurement Method:

Request for Supplier Qualification followed by a Request for Tender.

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 Bidders 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