Communications Duct Bank Design for 202 Jarvis and 277 Victoria Street Site

Solicitation number 2023-032-AW

Publication date

Closing date and time 2023/07/07 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
    Amanda Wood, 1 Dundas St West, 09th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 556981

    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 the procurement of the design and develop permit drawings for two (2) diverse communications duct bank pathways to service the 202 Jarvis Street Site and the 277 Victoria Street Site, as further described in Appendix B.
    The University intends to execute a Professional Services Agreement for Prime Consulting Services, provided in Appendix E.
    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 https://ryerson.bonfirehub.ca/opportunities/67124 on or before July 7, 2023, 11:00:00 AM EDT.

    The submissions will not be opened publicly.


    Conditions for Participation
    The award of a Final Agreement to a Successful Proponent is conditional on the Successful Proponent providing the following information to the University, in accordance the timeframes specified by the University:

    Insurance:
    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 noncontributory
    • Cross liability and severability of interests or Separation of insureds;
    • an endorsement naming the University, its governors, trustees, officers and employees as an Additional Insured.  

     2. Standard automobile insurance for all vehicles owned, licensed or leased by the Supplier and non-owned automobile insurance, if applicable to the type of work performed under this Agreement, 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; 
     
     3. 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 Substantial Performance of the Work and for a period of twenty-four (24) months after the completion of the Work;

     4. “All risk” property insurance covering the Successful Proponent and any of their subconsultant owned, rented or leased tools, machinery, equipment, and property used for the performance of the work, including equipment breakdown coverage, if applicable to the type of work performed under this Agreement
    WSIB (or equivalent)
    A clearance certificate from the Ontario Workplace Safety Insurance Board, or if the Successful Proponent is not subject to the Workplace Safety and Insurance Act (Ontario), evidence of employers’ liability coverage equivalent to WSIB coverage in the amount of not less than two million dollars ($2,000,000.00).


    Mandatory Submission Requirements

    File #1 Proposal Acknowledgement Form   - Pass/Fail


    Minimum Passing Score
    The Minimum Passing Score for Stage 2: Technical is 40 out of 65 Points.

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

    •             BPS Procurement Directive;
    •             The Canadian Free Trade Agreement, Chapter Five;
    •             The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9];
    •             Canada-European Union Comprehensive Economic and Trade Agreement (CETA);


    Contract Details

    The term of the Final Agreement is the successful completion of the Project, which is estimated to be approximately two (2) years.

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

    Mandatory Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    Proposal Acknowledgement Form                                                                           Pass/Fail


    Technical Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    File #2 – Company Information                                                                                     5
    File #3 – Relevant Experience                                                                                       20
    File #4 – Proponent’s Team                                                                                         20
    File #5 – Understanding the Assignment                                                                      15
    File #6 –Social and Sustainable Practices                                                                    5

                                                                                                                       Subtotal                   65


    Financial Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    Pricing Part I: Total Evaluated Price                                                                             30
    Pricing Part II: Hourly Rates                                                                                           5
                  Subtotal     35


    Total Evaluated Score for Stages 1, 2, and 3                                                         100


    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 2025/06/30.

      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.

      Businesses interested in partnering for this tender opportunity:
      Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

      Contact information

      Contracting organization

      Organization
      Toronto Metropolitan University
      Address
      Financial Services - Purchasing and Payment, 350 Victoria Street
      Toronto, Ontario, M5B 2K3
      Canada
      Contracting authority
      Amanda Wood
      Phone
      416-979-5000 x556981
      Email
      amandad.wood@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: