Notice to Suppliers

We have made changes to the Government of Canada questionnaire for supplier registration.
Suppliers who previously answered “Yes” to Question 12 – Cyber Security Certification must update their responses before submitting bids.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.

General Contracting Services for Concrete Remediation & Waterproofing Work

Solicitation number 2025-091-TM

Publication date

Closing date and time 2025/11/05 14:00 EST

Last amendment date


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

    Contact Person and Contract Person Coordinates
    Titus Meisenheimer , Procurement Officer, Procurement Services
    1 Dundas Street West, Toronto, ON M5G 1Z3
    email: bids@torontomu.ca I Phone: (416)979-5000 ext.554276

    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 Quotation General Contracting Services for Concrete Remediation & Waterproofing Work

    The procurement may or may not involve negotiation.  An electronic auction is not anticipated. 


    Address and Final Date for Submissions
    Submissions must be submitted electronically at  https://tmu.bonfirehub.ca/projects/98669/details on or before November 5, 2025 at 2:00:00 pm.

    The submissions will not be opened publicly.

    Conditions for Participation
    The procurement is subject to the following 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:
    1. 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 ten million dollars ($10,000,000.00) 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;
     
    1. Professional liability insurance for an amount of not less than five million dollars ($5,000,000.00) 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
     
    1. “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.
     
    1. Wrap-Up Liability Policy. This policy shall cover the risks of liability for bodily injury, including death and property damage arising from activities at the Project site, subject to customary exclusions. It shall be written in the joint names of the Owner, Contractor, Subcontractors of all tier and Consultant engaged on the Project, excluding any such entities whose only function is to supply and/or transport materials, machinery or supplies to the Project site and who do not perform any installation or construction work at the Project site. It shall provide for a limit of liability not less than $650,000.00 per occurrence for bodily injury, death, and damage to property including loss of use thereof, and a deductible of not more than $50,000 per occurrence except for Hot Roofing, Products and Completed Operations Liability which may be subject to a higher deductible.

    This policy shall include the following coverage features:
    a. Premises and Operations Liability;
    b. Owners’ and Contractors’ Protective Liability;
    c. Products and Completed Operations Liability (Aggregate Limit);
    d. Blanket Contractual Liability;
    e. Cross Liability and Severability of Interests Clause;
    f. Contingent Employer’s Liability;
    g. Personal Injury Liability;
    h. “Occurrence” basis coverage for Bodily Injury and Property Damage;
    i. “Broad Form” Property Damage coverage, including “Broad Form” Completed Operations coverage;
    j. “Broad Form” Loss of Use of Property coverage;
    k. Coverage for shoring, blasting, excavating, underpinning, demolition, pile driving, caisson work, grading, tunnelling, and all work below ground surface;
    l. Non-Owned Automobile Liability insurance, including third party liability arising from use and operation of hired vehicles.
    m. Sudden and Accidental limited pollution coverage – IBC 2313 Form 240 hour detection and reporting.
    This insurance shall be maintained continuously from commencement of the Work until Ready-for-Takeover. The Products-Completed Operations Hazard coverage shall be for not less than 24 Months after Ready-for-Takeover. Terms and conditions are for this anticipated period at project award and any extensions to this period will be subject to change based on market conditions.
    (b) WSIB
    Provide, maintain and pay for Workplace Safety and Insurance Board of Ontario (WSIB) coverage, or alternatively, provide proof of continuous Employers Liability Insurance coverage, equivalent to WSIB coverage in the amount of not less than two million dollars ($2,000,000.00). Prior to commencing the Work, again with application for payment of the holdback amount following Substantial Performance of the Work and again with application for final payment, Contractor shall at all times during performance of the Work comply with all requirements of the Workplace Safety and Insurance Act and regulations, and provide evidence of compliance with such  legislation and regulations at the Place of the Work, including payments due thereunder, by submitting its WSIB account number together with a letter from the appropriate WSIB department (indicating that there are no outstanding fees, fines, claims or debts to the Contractor’s WSIB account).
    (c) Bonding
    For contracts greater than $500,000 or if otherwise required in the RFQ documents for this Project, the Successful Proponent, prior to commencement of the Work, shall provide to the University the following:
    •  a labour and material payment bond in an amount equal to not less than 50% of the Contract Price, including all applicable taxes; and
    • a performance bond in an amount equal to not less than 50% of the Contract Price, including all applicable taxes.

    The Successful Proponent shall pay the premium for such bonds unless otherwise specified. Such bonds shall be issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory of the Place of the Work and shall be acceptable to the University. Proponents shall refer to the Supplementary Conditions for complete information regarding bonds. The form of final bonds should be in accordance with the Construction Act and issued by a duly licensed surety company authorized in the jurisdiction of the work.The University prefers that the Successful Proponent submit digital bonds issued by a duly licensed surety company authorized to transact a business of suretyship in the province or territory the Deliverables are performed that are in accordance with the Construction Act. Proponents shall refer to the Supplementary Conditions for complete information regarding bonds
     
    1. 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. Bonds failing the verification process will NOT be considered to be valid.
    2. Bonds passing the verification process will be treated as original and authentic



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

    Broader Public Sector (BPS)
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    Canadian Free Trade Agreement (CFTA)
    Quebec/Ontario

    Contract Details
    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
    Financial/Pricing Evaluation Criteria:

    CRITERIA                                                                                                   WEIGHTING (POINTS)

    Total Base Bid Fee                                                            100
     

    Total Evaluated Score                                                                       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 2025/12/15.

      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

      Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

      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
      Titus Meisenheimer
      Phone
      (416) 979-5000 x554276
      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: