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) ENG18-60 for the William Avenue Bridge Replacement.



Closing Date: August 24, 2018
Closing Time: 4:30 p.m.
(Eastern Standard Time)


Notice of Prequalification – RFSQ ENG18-60 Request for Supplier Qualification for William Avenue Bridge Replacement Coniston, ON Between Nickel and Walter Streets

Description of the Procurement:

Request for Supplier Qualification (RFSQ) ENG18-60 for the William Avenue Bridge Replacement.

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:

Bidders are requested to attend an optional Information Meeting, in Committee Room C-13B Tom Davies Square, 200 Brady Street, Sudbury at 9:00 a.m. on Tuesday, August 21, 2018.

Documentation:

Prequalification and Tender 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 of Greater Sudbury, Engineering Services Division, 3rd Floor, Tom Davies Square, 200 Brady Street, Box 5000, Station A, Sudbury, Ontario, P3A 5P3 for a non-refundable fee of $75 (includes 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 be required to completely remove and replace the William Avenue Bridge, located along William Avenue, between Nickel Street and Walter Street, in Coniston, ON, with a precast concrete box culvert and all associated restoration work.  The work also includes the re-alignment and installation of approximately 50 m of watermain (200 mm diameter) complete with approximately 30 m of steel casing installed below the precast culvert structure which includes a provision for temporary potable water supply services.  All work in accordance with the terms and conditions set out in the Contract pursuant to this Bid Solicitation.  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 4:30 p.m., Friday, August 24, 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, Jody Rybachuk of the City of Greater Sudbury.  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 12:00 p.m. (noon) on Thursday, August 23, 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 term of the Contract shall be from September 11, 2018 to June 20, 2019.

Criteria and Limitations:

Prequalification Criteria:

The Prequalification submissions will be evaluated and scored in accordance with the chart below:

Prequalification Criteria:

  •  

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 $1,500,000 successfully completed by the Bidder in the previous three (3) years.

40

6.

References – For the contracts listed in line 4, 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

In order to prequalify, you must pass the mandatory requirements noted as “pass or fail” (Items 1 - 4).  You must also achieve a minimum score of 60% from the other criteria listed above (items 5, 6, 7) 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.

The City’s selection of prequalified Supplier(s) for this Bid Solicitation will be based on an evaluation against set criteria.

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