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) ENG19-51 for Falconbridge Road CN Overpass Rehabilitation.



Closing Date: January 30, 2019
Closing Time: 4:30 PM
(Eastern Standard Time)


Notice of Prequalification – RFSQ ENG19-51 Request for Supplier Qualification for Falconbridge Road CN Overpass Rehabilitation Falconbridge Road (MR 86)
 
Description of the Procurement:
Request for Supplier Qualification (RFSQ) ENG19-51 for Falconbridge Road CN Overpass Rehabilitation.
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 at 9:00 a.m., on January 22, 2019.
 
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 $120.00 (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 complete the rehabilitation of the Falconbridge Road CN Overpass.  The work will include the following; jacking of the superstructure for bearing replacement, the removal and replacement of the deck ends, ballast walls, and approach slabs to convert to semi-integral detail, the removal and replacement of the east parapet wall, localized concrete repairs of girder ends, abutment wall, wingwalls, deck, soffit and piers, minor grading and minor civil work.  All work shall be in accordance with the terms and conditions set out in the Contract pursuant to this Bid Solicitation.  The successful Bidder shall be responsible for ensuring all work is completed as specified in the Contract Documents. 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 (4:30 PM) on January 30, 2019.  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.  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 by end of business day (4:30 PM) on January 23, 2019, 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 Contractor shall begin work within one week of written instructions to do so and shall diligently prosecute their work on this Contract to completion by October 15, 2019, in accordance with Section 107-12 of the General Conditions.  Working days do not apply to this contract.
 
Information
Attached you will find a “DRAFT” Tender for Contract ENG19-51, for rehabilitation of the Falconbridge Road CN Overpass, for ‘information purposes’ only. The final Tender will be provided only to the prequalified Bidders from this prequalification process. The document is a “DRAFT” and the City reserves the right to make changes to the draft Tender prior to issuing the document to prequalified Bidders.
 
Prequalification Criteria and Checklist
The following criterion is required in order to prequalify for this tender. Bidders are requested to submit this checklist with their prequalification submission.
 
1. Bidders must provide a letter from their current bank, addressed to the City of Greater Sudbury, attesting to the Bidders financial capability to complete this contract.
  • *      Understood & Letter from the Bank is Attached
2.Bidders must provide a letter from their Bonding Company addressed to the City of Greater Sudbury, confirming the surety's relationship with the Bidder and their willingness to provide the required bonding for this contract.
*      Read,Understood &ttached
 
3.Provide a letter from your Insurance Company stating that if you are successful, you will possess:
  1. 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;
  2. 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,
  3. 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.
  4. 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.
Liability coverage must be provided by the successful Bidder for any bodily injury and/or property damage claim, as a result of the hook/tow/hoist operations.
 
 
  • *      Understood & Letter Provided & Attached
4.Provide a WSIB Clearance Certificate issued by the Workplace Safety & Insurance Board indicating that your account is in good standing.
  • *      Understood & Attached5.
5. Experience - A written schedule of all contracts with a tender value over $2,000,000.00 successfully completed by the Bidder in the previous three (3) years
  • *      Understood, & Written Schedule Provided & Attached 6.
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
  • *      Understood & References Provided & Attached 7.
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.
  • *      Understood & Contract Management Team Provided & Attached
Disqualification Of Bidders
The City will consider the Disqualification of Bidders clause (Item 2.10 of Part 2 - Information for Bidders) in the Tender document as applicable in determining the Prequalification of Contractors for these services.
 
This is a request for submissions for prequalification of Contractors and not a call for Tenders. Accordingly, participation in a process and the submission shall not give rise to any liability or obligation, contractual or otherwise, on the part of the owner. Similarly, the submission shall not create any obligation on the part of a bidder to an owner. The owner shall assess the criteria, score the submission, and accept or reject any submission and ultimately elect to prequalify, or not to prequalify, any bidder in the owner’s sole and absolute discretion.
 
The City reserves the right to request additional information from any Contractor in order to clarify the contents of its prequalification. Requests for clarification shall be in writing from the official point of contact, Jody Rybachuk
 
For clarity, nothing herein shall require the City to request a clarification from any Contractor and if a clarification is requested nothing shall require the City to request such clarification from all Contractors.
 
 
Each Contractor who has submitted a prequalification application and meets the requirement of the prequalification will be notified.  The Contractor will then be advised how and where he/she may receive the final tender document and address label sheet for bidding purposes.
 
By submitting a Prequalification, the Contractor(s) agree(s) that any and all information contained in its submission will be treated in accordance with the relevant provisions of the Municipal Freedom of Information and Protection of Privacy Act.
 
Only those Contractors who prequalify will be permitted to bid. The City reserves the right to accept or reject any or all RFSQ submissions at its sole discretion.
 
The Prequalification submissions will be evaluated and scored in accordance with the chart below:
  •  
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
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