Construction Management Services for the School of Medicine

Solicitation number 2023-052-AW

Publication date

Closing date and time 2023/08/22 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 construction management services for the University’s new School of Medicine.  The objective of the project is to re-envision and repurpose the existing 220,000 SF building located at 150 Central Park Drive, Brampton; and to further expand its campus. The anticipated budgeted hard construction cost for the Project is $65M (inclusive of Construction Management fees and General Conditions).  The deliverables are more fully described in Appendix B – Scope of Work.
    The University intends to execute CCDC 5B - 2010 Contract for Construction Management Services, as amended by the University’s Supplementary Conditions attached in Appendix E of this RFP.
    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://tmu.bonfirehub.ca/opportunities/69135 on or before August 22, 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 Automobile Insurance
    This insurance shall cover all licensed vehicles owned or leased for a period in excess of 30 days by the Successful Proponent. It shall provide for third party liability limits not less than $10,000,000 inclusive for bodily injury and property damage plus statutory accident benefits.

    .2 Contractors’ Equipment Insurance
    This policy shall cover all tools and equipment used at the project site by, or on behalf of, the Successful Proponent against all risks of direct physical loss or damage, including the perils of earthquake and flood, subject to customary exclusions. This insurance shall be maintained continuously from commencement of the Work until all construction, erection, installation and testing has been completed and the Project has been finally accepted. The settlement shall be on a replacement cost basis for equipment newer than 5 years old, and actual cash value for equipment older than 5 years.
    All such Contractors’ Equipment Insurance policies shall contain a waiver of subrogation against the University, Successful Proponent, and Consultants engaged on the Project, and shall provide for 30 days prior written notice of cancellation or material change to be given by the insurers to the University.
    .3 Commercial General Liability Insurance
    This policy shall cover the risks of liability for bodily injury and property damage arising from the operations and activities on and away from the Project site by the Successful Proponent and shall include coverage for those whom it is legally liable for. This policy shall be subject to limits of liability not less than $10,000,000 per occurrence and a deductible of not more than $25,000 per occurrence. It shall include all of the coverage features listed in items (a) to (m) of Article 11.1.2.1.2 (see Appendix E - Supplementary Conditions) of this contract in addition to coverage for difference in conditions and difference in limits in relation to the insurance coverage described in Article 11.1.2.1.2 (see Appendix E - Supplementary Conditions).
    This insurance shall be maintained continuously from commencement of the Services until all construction, erection, installation and testing has been completed and the Project has been finally accepted by the University.
    The Products-Completed Operations Hazard coverage shall cover the risks of liability for bodily injury and property damage arising from the operations, activities Services and Work performed on and away from the Project site and shall be maintained for 72 months after the Project has been finally accepted by the University.
    This insurance shall be secondary, with regards to operations and activities on the Project site, to the insurance described in Article 11.1.2.1.2 (see Appendix E - Supplementary Conditions) of the Draft Agreement Document for the time that such Wrap-Up Liability insurance is maintained, upon which this insurance shall become primary. This insurance shall be primary with regards to operations and activities away from the Project site.

    .4 Contractor’s Pollution Liability Insurance
    This policy shall cover claims for bodily injury, property damage, clean-up costs and related legal defence expenses for pollution conditions that result from, or are disrupted by, the services rendered in performance at the Project site. This policy shall have limits of not less than $5,000,000 per occurrence and in the aggregate, and a deductible of not more than $25,000 per occurrence. Coverage shall include extensions for transported cargo and off-site disposal. The completed operations coverage shall be for not less than 72 Months after acceptance of the Project by the University.
    This insurance shall be secondary to the insurance described in Article 11.1.2.1.3 (see Appendix E - Supplementary Conditions) of this Contract Document for the time that such Project Specific Contractors Pollution Liability insurance is maintained, upon which this insurance shall become primary.
    .5 Aircraft, Unmanned Aircraft (Drone) and Watercraft Liability (if applicable)
    If the Services or Work at the Project site involves the use of owned or non-owned aircraft or watercraft directly or indirectly in the performance of the Services and Work, appropriate Aircraft Liability and/or Watercraft Liability insurance must be purchased and maintained for the duration of such operations by the party responsible for such operations. This policy shall provide limits of liability not less than $5,000,000 per occurrence insuring against claims for bodily injury, including death and for property damage arising out of the use of such aircraft, drone or watercraft.
    .6 Marine Cargo and Charterer’s Liability Insurance (if applicable)
    If any property forming part of the Project, including goods and materials to be incorporated into the Project, is required to be transported by vessels as ocean marine cargo, appropriate Ocean Marine Cargo insurance must be purchased to cover such cargo for full replacement value, including transits and storage where applicable. At the discretion of the University Delay-In Start-Up coverage may be requested.
    In addition, if an entire vessel is chartered for shipping equipment then Charterer’s Liability insurance must be purchased in amounts sufficient to protect and indemnify the University for all liability arising out of the chartering of such vessel.
    This insurance must be purchased and maintained for the duration of such operations by the party responsible for such operations.

    .7 Professional Liability Insurance
    This policy shall cover the risks of errors, omissions or negligent acts in the performance of professional services for the Project. This policy shall have limits of not less than $2,000,000 per claim and with an aggregate limit of not less than $5,000,000 within any policy year, unless specified otherwise in the Contract Documents. The policy shall be maintained continuously from the commencement of the Services until 6 years after Substantial Performance of the Work. This policy shall not exclude this Project in any way and also provide coverage for pollution incidents resulting from professional services.

    (b)   WSIB
    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).

    (c)  Bonding
    Digital Construction Act Bonds issued 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.
    A bond may be submitted in an electronic or digital format if it meets the following criteria:
    1.1. The version submitted by the Proponent must be verifiable by the University with respect to the totality and wholeness of the bond form, including: the content; all digital signatures; all digital seals; with the
    Surety Company, or an approved verification service provider of the Surety Company.
    1.2. The version submitted must be viewable, printable and storable in standard electronic file formats acceptable to the University, and in a single file.
    1.3. The verification may be conducted by the University immediately or at any time during the life of the
    bond and at the discretion of the University with no requirement for passwords or fees.
    1.4. The results of the verification must provide a clear, immediate and printable indication of pass or fail regarding Item 1.1.
    2. Bonds failing the verification process will NOT be considered to be valid.
    3. Bonds passing the verification process will be treated as original and authentic.



    Mandatory Submission Requirements

    File #1 Proposal Acknowledgement Form   - Pass/Fail
    File #2 - Bonding Letter   - Pass/Fail
    File #3 – Financial Viability   - Pass/Fail

    Minimum Passing Score
    The Minimum Passing Score for Stage 2, Technical 70% or 42 out of 60 Points.
    The Minimum Passing Score for Stage 4: Interview is 50%, or 7.5 out of 15 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 is from agreement execution until the completion of the Project, inclusive of any warranty terms.
    Partial occupancy of the site shall be on or before June 2025, with additional work continuing until Substantial Performance is achieved
    Substantial performance is targeted to be no later than September 2026.


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

    Mandatory Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    File #1 - Proposal Acknowledgement Form                                                             Pass/Fail
    File #2 - Bonding Letter                                                                                            Pass/Fail
    File #3 – Financial Viability                                                                                       Pass/Fail

    Technical Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    File #4 – Company Information                                                                                     5
    File #5 – Proponent’s Team                                                                                          15
    File #6 – Relevant Experience and Capability                                                               15
    File #7 – Understanding of the Project                                                                          15
    File #8 – Health and Safety                                                                                           5
    File #9 – Social and Sustainable Practices                                                                   5


                                                                                                                       Subtotal                   60


    Financial Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    Pricing Part I: Construction Manager’s Fee                                                                  20
    Pricing Part II: Hourly Rates                                                                                           5
                  Subtotal     25


    Interview Evaluation Criteria

    CRITERIA                                                                                                  WEIGHTING (POINTS)
    Interview                                                                                                                      15
                  Subtotal     15

    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 2026/09/01.

      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
      Amanda Wood
      Phone
      416-979-5000 x556981
      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: