Mechanical Contractor Services for LIB Central AHU Replacement and Refurbishment

Solicitation number 2023-021-TS

Publication date

Closing date and time 2023/03/23 11:00 EDT

Last amendment date


    Description
    Notice of Intended Procurement
    Name of Procuring Entity
    Toronto Metropolitan University (the “University”)

    Contact Person and Contract Person Coordinates
    Tim Sage 416.979.5000 X 557243


    Procurement Documents
    The procurement documents are available at www.merx.com.
      
    Note that obtaining access to the procurement documents will require prospective suppliers to register and pay a registration fee.  Pricing and Payment Terms are available on the MERX website.


    Description of Procurement
    The University is conducting a Request for Proposal (“RFP”) for Mechanical Contract Services for LIB Central AHU Replacement and Refurbishment.

    The procurement is] anticipated to involve negotiation.  An electronic auction is not anticipated. 


    Address and Final Date for Submissions
    Submissions must be submitted electronically at http://ryerson.bonfirehub.ca  on or before March 16, 2023, at 11:00:00 AM EST.

    The submissions will not be opened publicly.

    Conditions for Participation
    The procurement is subject to the following conditions for participation:

    Insurance Requirements
     
    1. Commercial General Liability Insurance against claims for bodily injury (including death), personal injury and broad form property damage (including loss of use) and including products and completed operations liability and blanket contractual liability for an amount of not less than five million dollars ($5,000,000.00) per occurrence. Such insurance shall include the following clauses and/or endorsements;
     
        • Pay on behalf of
        • Deductible
        • Primary and non-contributory
        • Cross liability and severability of interests or Separation of insureds; and
        • an endorsement naming the Owner, its governors, trustees, officers and employees as an Additional Insured. 
    1. Standard automobile insurance for all vehicles owned, licensed or leased by the Supplier and non-owned automobile insurance, where required, for an amount of not less than two million dollars ($2,000,000.00), per occurrence for each type of coverage. Where the non-owned automobile insurance coverage is provided within a general liability policy, a separate policy is not required; 
    2. Professional liability insurance for an amount of not less than two million dollars ($2,000,000.00) per occurrence, if applicable to the type of Work performed under this Agreement. This insurance policy is required to be maintained until Ready-for-takeover and for a period of twenty-four (24) months after the completion of the Work;  and
    3. All risk” property insurance covering the Contractor and Subcontractors’ owned, rented or leased tools, machinery, equipment and property used for the performance of the Work, including equipment breakdown coverage.

    WSIB or Alternative

    Provide a Valid WSIB Clearance Certificate or alternatively Private Employers Liability coverage in the amount of two (2) million dollars ($2,000,000.00).

    Bonding

    Digital Construction Act Bonds by a duly licensed surety company authorized to transact a business of suretyship in the province or territory the Deliverables are performed.
    ●       labour and material payment bond in an amount equal to not less than 50% of the Contract Price; and
    ●       a performance bond in an amount equal to not less than 50% of the Contract Price.
    Proponents shall refer to the Supplementary Conditions attached in Appendix E for complete information regarding bonds.


    Applicable Trade Agreements
    This procurement is subject to the following trade agreement(s):


    The Canadian Free Trade Agreement, Chapter Five
    The Comprehensive Economic and Trade Agreement, Chapter 19
    The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9

    Contract Details

    The term of the Final Agreement is approximately twenty-four (24) months or the completion of the project, whichever is longer, followed by the warranty period.
    The substantial completion of the project is expected to be on or before September 4, 2024.

    The University intends to execute a CCDC 2- 2020 Stipulated Sum agreement.


    The University will base its selection of qualified suppliers on the following criteria:


    Stage 1
    Mandatory Evaluation Criteria:

    CRITERIA                                                                                                                WEIGHTING (POINTS)
    File #1 – Proposal Acknowledgement Form                                                                      Pass/Fail

    Stage 2
    Technical Evaluation Criteria:

         CRITERIA                                                                                                           WEIGHTING (POINTS)
    File # 2- Company Information                                                                                                 5
    File # 3- Relevant Experience                                                                                                  10
    File #4 - Project Management Team                                                                                        10
    File # 5- Project Understanding and Project Execution                                                        10
    File # 6- Project Schedule                                                                                                        10
    File # 7- Social and Sustainable Practices                                                                              5
                                                                                                                       Subtotal                  50
    Minimum Passing Score* 35

    *Minimum Passing Score is further described in Section 5.2.


    Stage 3
    Financial Evaluation Criteria:

    CRITERIA                                                                                                                WEIGHTING (POINTS)
    Pricing Part I – Total Base Bid Fee                                                                                         50
                                                                                                                         Subtotal                50
                                

                                                                                                tal Evaluated Score                    100

    Minimum Passing Score

    The Minimum Passing Score is 70% or 35 out of points 50 points for Stage 2- Technical Evaluation Criteria. 

    Notes
    Suppliers should note that information contained within this notice is subject to change. Suppliers are encouraged to obtain the procurement documents which contain the most current information.  If there is a conflict between the procurement documents and this notice, the procurement documents will take precedence.


     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2024/09/04.

      Trade agreements

      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      • Please refer to tender description or tender documents

      Partner with another business

      The functionality to add your company name to the list of interested businesses is temporarily unavailable.

      This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

      Contact information

      Contracting organization

      Organization
      Toronto Metropolitan University
      Address
      Financial Services - Purchasing and Payment, 350 Victoria Street
      Toronto, Ontario, M5B 2K3
      Canada
      Contracting authority
      Tim Sage
      Phone
      416-979-5000 x557243
      Email
      bids@torontomu.ca
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      Eligibility and terms and conditions

      Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

      Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

      Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

      Summary information

      Language(s)
      English
      Procurement method
      Competitive – Open Bidding

      Support for small and medium businesses

      If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

      Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

       

      Date modified: