Medium Voltage Electrical Distribution Services
Solicitation number UWORFPCN-1889
Publication date
Closing date and time 2026/06/12 12:00 EDT
Description
Suppliers can find the complete tender document(s), at no cost, on: https://uwo.bonfirehub.ca.
Procuring Entity:
University of Western Ontario (Western)
Procurement Services
1151 Richmond Street
London, Ontario, Canada, N6A 3K7
Contact:
Colleen Nunez
Email: cburne@uwo.ca
Procurement Method:
Open tender whereby all interested Suppliers may submit a Proposal.
Description:
Proponents must be able to fulfill this mandatory requirement (pass) to move forward to Stage II of the evaluation process. See Appendix G – Mandatory Requirements Questionnaire.
The required capabilities of the medium voltage electrical distribution services are described below:
Estimated Quantities:
Not Applicable
Submission Details:
All tender submissions must be uploaded electronically at https://uwo.bonfirehub.ca.
Submission Deadline:
June 12, 2026 at 12:00 Noon
Public Opening:
Not Applicable
Conditions for Participation:
Available within the tender document(s).
Mandatory Submission Requirements:
Complete submission requirements are provided within the tender document(s).
Scored Submission Requirements:
This procurement is covered by Chapter 5 of the Canadian Free Trade Agreement (CFTA).
This procurement is covered by Chapter 19 of the Canada-European Union Comprehensive Economic Trade Agreement (CETA).
Delivery Date:
Not Applicable
Duration of Agreement:
The term of the Agreement is to be for a period of three (3) years with an option in favour of Western to extend the Agreement on the same terms and conditions for an additional term of up to two (2) additional optional one (1) year terms.
Additional Options:
Not Applicable
Negotiation:
At the end of the evaluation process, Western may identify one or more Suppliers with whom it wishes to enter into negotiations, by written notification. See tender document(s) for further detail.
Prequalification:
Not Applicable
Responses must be submitted in English.
Suppliers should note that information contained within this Tender Notice is subject to change. Suppliers are encouraged to download the tender document(s) which contain the most current information.
If there is a conflict between the tender document(s) and this Tender Notice, the tender document(s) will take precedence.
Procuring Entity:
University of Western Ontario (Western)
Procurement Services
1151 Richmond Street
London, Ontario, Canada, N6A 3K7
Contact:
Colleen Nunez
Email: cburne@uwo.ca
Procurement Method:
Open tender whereby all interested Suppliers may submit a Proposal.
Description:
-
- Description of Deliverables
-
- Mandatory Response Time
Proponents must be able to fulfill this mandatory requirement (pass) to move forward to Stage II of the evaluation process. See Appendix G – Mandatory Requirements Questionnaire.
The required capabilities of the medium voltage electrical distribution services are described below:
-
-
- Project Summary
-
-
-
- Goals and Expectations of Proponent
-
- The Proponent must demonstrate competency when providing medium voltage electrical distribution services and will be responsible for ensuring there is always competent supervision of the work.
- Respond to emergencies by returning all phone calls within 1 hour
- Respond to emergencies by having technical personnel and required equipment on-site within 2 hours’ notice, 24/7/365
- The Proponent to be a member and maintain good standing in the Electrical Safety Authority (ESA) Authorized Contractor Program (ACP)
- Licensed electricians with a minimum of 5 years of experience of working in technical services for medium voltage equipment
- Own all required equipment needed for maintenance, testing and repairs, including bucket trucks. Keep equipment in good order such that Western does not experience delays or inaccuracies with service
- Maintain capacity and skill level of your staff to ensure required skills and manpower are available when needed
- Provide reliability and increase value of Western’s electrical distribution equipment through skilled work and detailed reports such as, but not limited to: comprehensive substation maintenance and oil analysis reports; comprehensive maintenance reports to outline all non-compliances with applicable standards, and equipment needing repairs or items impacting reliability, along with options to mitigate. Standards include: OESC, NETA, Z460, Z462, Z463, CAN/ULC-S801, and manufacturers recommendations.
- Distribution equipment includes but is not limited to the following:
- outdoor switchgear
- indoor switchgear
- transformers (including oil analysis)
- protection and control equipment, including breaker service and trip testing
- power distribution equipment (switchboards, panelboards, MCCs)
- power metering infrastructure
- conductors (5kV, 28kV, low voltage, including cable pulling and splicing for repairs)
- cable splices and terminations
- testing equipment
- duct-banks
- manholes
- auxiliary power and devices
- poles
- equipment enclosures
- control wiring
- grounding
-
-
- Service Requirements
-
- Respond to emergencies by returning all phone calls within one hour
- Respond to emergencies by having technical personnel and required equipment on-site within two hours’ notice, 24/7/365
- Maintain training for technical staff
- Perform maintenance and repair work following industry best practices, established standards including OESC, NETA, Z460, Z462, Z463, CAN/ULC-S801, and manufacturers recommendations.
- Each time work is performed, provide comprehensive maintenance reports to further develop and improve Western’s maintenance programs, including suggestions for repairs and intervals for future inspections
- Prioritize safety, of both the workers and the public
- Comprehensive electrical preventative maintenance reports indicating control limits for all values measured, along with clear direction for recommended actions and urgency of repairs.
- Maintenance activities and associated reports are designed to improve reliability and minimize the consequences of failure
- Comprehensive maintenance reports to outline all non-compliances with applicable standards, along with options to mitigate. Standards include: OESC, NETA, Z460, Z462, Z463, CAN/ULC-S801, and manufacturers recommendations
-
-
- Other Requirements
-
- All 28 & 5 KV switching exercises are to be performed by Western’s Facilities Management Electrical Shop only
- Major repairs may be considered construction projects. In such situations the vender will be expected to assume the role of constructor where all responsibilities, as regulated in Ontario, must be met, which include supervision, documentation (i.e. eNOP & Form1000), fencing, signage, and PPE
-
-
- Trade Certifications/Training of Staff
-
- Proof of 309A/D or 434A trade license required, and/or CET in good standing with by OACETT, and/or Professional Electrical Engineer, in good standing with PEO
- A current Certificate of Qualification from Skilled Trades Ontario that confirms its holder has the skills, knowledge and experience that meet industry standards of practice for the trade
- Electrical repair work is to be completed by licensed trades only
- All personnel present on site must have completed training such that they are qualified electrical workers.
- Proponent will ensure all staff on site will have received Health and Safety Training prior to coming to Western campus
- Health and Safety measures are in compliance with Ontario regulations and either meets or exceeds Western’s Health and Safety policies
-
-
- Warranty
-
- Warranties for equipment purchased by the vendor will be registered to Western University by the vendor. All warranty information will be included in the comprehensive report provided at the end of each job
Estimated Quantities:
Not Applicable
Submission Details:
All tender submissions must be uploaded electronically at https://uwo.bonfirehub.ca.
Submission Deadline:
June 12, 2026 at 12:00 Noon
Public Opening:
Not Applicable
Conditions for Participation:
Available within the tender document(s).
Mandatory Submission Requirements:
- Appendix B- Submission Form
- Appendix C- Rate Bid Form
- Appendix D- Reference Form
- Appendix E- Deliverables and Technical Requirements Questionnaire
- Appendix F and Sustainability Supporting Documentation
- Appendix G – Mandatory Requirements
- Appendix H – Proponents Checklist
Complete submission requirements are provided within the tender document(s).
Scored Submission Requirements:
- Mandatory Requirements
- Emergency Response Mandatory Requirement
- Experience, Qualifications and References
- Service Requirements
- Quality/Service and Support
- Project Management/Training
- Value- Added Ideas
- Sustainability
- Accessibility (AODA)
- Pricing
This procurement is covered by Chapter 5 of the Canadian Free Trade Agreement (CFTA).
This procurement is covered by Chapter 19 of the Canada-European Union Comprehensive Economic Trade Agreement (CETA).
Delivery Date:
Not Applicable
Duration of Agreement:
The term of the Agreement is to be for a period of three (3) years with an option in favour of Western to extend the Agreement on the same terms and conditions for an additional term of up to two (2) additional optional one (1) year terms.
Additional Options:
Not Applicable
Negotiation:
At the end of the evaluation process, Western may identify one or more Suppliers with whom it wishes to enter into negotiations, by written notification. See tender document(s) for further detail.
Prequalification:
Not Applicable
Responses must be submitted in English.
Suppliers should note that information contained within this Tender Notice is subject to change. Suppliers are encouraged to download the tender document(s) which contain the most current information.
If there is a conflict between the tender document(s) and this Tender Notice, the tender document(s) 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 36 month(s).
Trade agreements
-
Canadian Free Trade Agreement (CFTA)
Contact information
Contracting organization
- Organization
-
University of Western Ontario
- Address
-
Procurement Services, Suite 6100, Support Services Building, University of Western OntarioLondon, Ontario, N6A 3K7Canada
- Contracting authority
- Colleen Burnette
- Phone
- 519-661-2111 x84581
- Email
- cburne@uwo.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.