Aurora SPS Septage Haulage Station Short Term Upgrades Design
Solicitation number BT-RFTC-914-22
Closing date and time 2024/08/22 17:00 EDT
Description
The Region will ONLY accept ELECTRONIC BID SUBMISSIONS submitted through the Region’s Bids and Tenders website for this Request for Tender. HARD COPY BID SUBMISSIONS WILL NOT BE ACCEPTED.
BREIF DESCRIPTION OF WORK: The Deliverables include, but are not limited to, upgrades at the Aurora Sewage Pumping Station (“SPS”) located at 242 St. John’s Sideroad in the Town of Aurora in the Regional Municipality of York including the removal and salvaging of obsolete mechanical equipment and their associated piping, ducts, fittings, and panels; the installation of new equipment; their piping system, electrical and instrumentation & control (“I&C”) components; and other Site works associated with the construction and reinstating the Site conditions at the end of the work.
CERTIFICATE OF RECOGNITION (COR™): Any proposals received from proponents who are not Certificate of Recognition (COR™) certified, who have not obtained COR™ equivalency or who have not submitted a valid Letter of Reciprocity shall be rejected from further consideration.
MANADATORY REQUIREMENTS:
- CERTIFICATE OF RECOGNITION (COR™): Any proposals received from proponents who are not Certificate of Recognition (COR™) certified, who have not obtained COR™ equivalency or who have not submitted a valid Letter of Reciprocity shall be rejected from further consideration.
- DEPOSIT:
- Bid Bond(Digital Bond): All Bids shall be accompanied by a bid deposit in the amount of not less than 10% of the Subtotal Contract Amount generated on the Bidding Website in the Schedule of Prices (the “Bid Price”) in the form of a digital Bid Bond from a recognized guarantee or surety company acceptable to the Region and HYI and authorized by law to do business in the Province of Ontario. The form of Bid Bond acceptable to the Region is attached as Appendix E. Bidders shall upload the digital Bid Bond in the document upload field titled “Bid Bond (Digital Bond)” in the Documents & Bonding step in the Bidding Website. For complete details please Refer to Appendix A section C.1.
- UNDERTAKING TO BOND (Digital Bond): Bidders shall submit a digital Undertaking to Bond. The form of Undertaking to Bond acceptable to the Region is attached as Appendix F. The Undertaking to Bond shall be from a recognized guarantee or surety company acceptable to the Region and HYI and authorized by law to do business in the province of Ontario. Bidders shall upload the digital Bid Undertaking to Bond in the document upload field titled “Undertaking to Bond (Digital Bond)” in the Documents & Bonding step in the Bidding Website. For complete details please Refer to Appendix A section C.2.
PREQUALIFICATION REQUIRED:
The following is a list of prequalified contractors that have been approved to bid on this Request for Tender under Request for Prequalification No. RFPQ-1517-24.
- Clearway Construction
- Greenspace Construction
- Kingdom Construction
- Peak Construction
Any submission received from vendors not listed above shall be rejected from further consideration.
JOINT VENTURE OR CONSORTIUM: Bidders structured as a joint venture or consortium shall upload a PDF file containing the documentation required under section C.3 of Appendix A in the document upload field titled “Joint Venture or Consortium Documentation” in the Documents & Bonding step in the Bidding Website. For complete details please Refer to Appendix A section C.3.
SITE VISITS/MEETINGS: For details regarding the site visit /information meeting, refer to the “Meeting Details” section below.
QUESTIONS: Questions related to this RFTC should be submitted to the Region through the Bidding Website by clicking on the 'Submit a Question' button.
For complete bid details, refer to the RFTC documents.
Accommodations requests under AODA should be directed to York Region Procurement Office at 1-877-464-9675 EXT 71900 or email purchasing@york.ca.
Contract duration
The estimated contract period will be 8 month(s).
Trade agreements
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Canada-UK Trade Continuity Agreement (Canada-UK TCA)
Contact information
Contracting organization
- Organization
-
Regional Municipality Of York
- Address
-
York Region Administrative Centre 17250 Yonge StreetNewmarket, Ontario, L3Y6Z1Canada
- Contracting authority
- Lynn Charyk
- Phone
- 111-111-1111
- Email
- lynn.charyk@york.ca
- Address
-
111-111-1111
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.