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.

Road Rehabilitation of Davis Drive and McCowan Road in the Towns of Whitchurch-Stouffville and East Gwillimbury

Solicitation number BT-RFTC-3724-26-26-153

Closing date and time 2026/05/12 17:00 EDT

Last amendment date


    Description

    The Region will ONLY accept ELECTRONIC BID SUBMISSIONS submitted through the Region’s Bids and Tenders website for this Request for Tenders. HARD COPY BID SUBMISSIONS WILL NOT BE ACCEPTED. Bids must be submitted and received by the Region no later than 1:00:00 p.m., Eastern Standard Time. 

    PREQUALIFICATION REQUIRED: The following is a list of prequalified bidders that have been approved to bid on this Request for Tender under Request for Prequalification No. RFPQ-3542-26-26-183:

    • Brennan Paving & Construction Ltd.
    • Dufferin Construction Company, A division of CRH Canada Group Inc.
    • Fermar Paving Limited
    • GIP Paving Inc.
    • Pave-Al Limited
    • Viola Management Inc.

    Any bid received from bidders not listed above shall be rejected from further consideration.

    BRIEF DESCRIPTION OF WORK: This Request for Tenders (the “RFT”) is an invitation by The Regional Municipality of York (the “Region”) to prospective bidders to submit bids for the rehabilitation of Davis Drive and McCowan Road in the Towns of Whitchurch-Stouffville and East Gwillimbury, as further described in Section A of the RFT Particulars (Appendix A) (the “Work”).

    The Work is for road rehabilitation, including but not limited to asphalt removal, warm mix asphalt paving, replacement and relining of cross culverts and driveway culverts, ditching and guide rail replacement, at the following locations, as further described in Appendix C – Form of Contract:
    • Location A1 – Davis Drive from 30 m east of Highway 48 to 30 m west of Centre Street in the Towns of Whitchurch-Stouffville and East Gwillimbury
    • Location A2 – Davis Drive from 30 m west of Centre Street to 20 m east of Ninth Line in the Towns of Whitchurch-Stouffville and East Gwillimbury
    • Location A3 – Davis Drive from 20 m east of Ninth Line to 205 m west of York Durham Line in the Towns of Whitchurch-Stouffville and East Gwillimbury
    • Location B1 – McCowan Road from 330 m north of Stouffville Road to 30 m north of Bethesda Sideroad East in the Town of Whitchurch-Stouffville
    • Location B2 – McCowan Road from 30 m north of Bethesda Sideroad East to 30 m south of Bloomington Road in the Town of Whitchurch-Stouffville

    Bidders are advised that the Work will be performed during the 2026 construction season.

    For complete bid details, refer to the RFT documents.

    MANDATORY REQUIREMENTS

    • OCCUPATIONAL HEALTH AND SAFETY MANAGEMENT SYSTEM (OHSMS) CERTIFICATION PROGRAM: Any bids received from respondents who do not meet the OHSMS certification requirements, as stated in RFT Particulars (Appendix A), 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 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 or substantially in the form issued by the Canadian Construction Documents Committee (CCDC220 Form) or the Surety Association of Canada. 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 Undertaking to Bond shall be in the form of a digital Undertaking to Bond from a recognized guarantee or surety company acceptable to the Region and authorized by law to do business in the province of Ontario. The form of Undertaking to Bond acceptable to the Region is attached as Appendix F or substantially in the form issued by the Surety Association of Canada, including digital Agreements to Bond or Consents of Surety. For complete details please Refer to Appendix A section C.2.

    QUESTIONS:  Questions related to this RFT should be submitted to the Region through the Bidding Website by clicking on the 'Submit a Question' button.

    ACCOMMODATION REQUESTS: Accommodation requests under AODA should be directed to the Region's Procurement Representative via email to peter.hwang@york.ca.

     

    Contract duration

    The estimated contract period will be 4 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)

    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
    Regional Municipality Of York
    Address
    York Region Administrative Centre 17250 Yonge Street
    Newmarket, Ontario, L3Y6Z1
    Canada
    Contracting authority
    Peter Hwang
    Phone
    111-111-1111
    Email
    Peter.Hwang@york.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, French
    Contract duration
    4 month(s)
    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: