Recent Public Competitive Bidding Opportunities
![Subscribe to Recent Public Competitive Bidding Opportunities feed](https://www.uoguelph.ca/finance/misc/feed.png)
The Open Public Opportinities rss feed contains all opportunities for this organization that are visible through the public portal.
Updated: 1 hour 20 min ago
Reference #: RFP-2025010. Name: Hay and Straw Supply for OVC HSC
Description: This Request for Proposal (“RFP”) is an invitation to prospective Respondents to submit non-binding proposals for the provision of Hay and Straw Supply for OVC HSC, as further described below.
A.1.1 Background
The Ontario Veterinary College Health Sciences Centre (OVC HSC) provides healthcare to over 20,000 companion, equine, farm and exotic animals annually. It carries a tradition of serving animals that has lasted 150 years, with specialized veterinary professionals, technical and support staff providing leading edge animal care using extensive diagnostic and treatment capabilities.
OVC HSC is both an animal health care provider as well as a teaching hospital. OVC HSC offers medical and surgical care for small and large animals, while training future veterinarians in a challenging clinical environment, providing learning opportunities as well as advancing the field of veterinary medicine through clinically based research and clinical service. As a part of the teaching program, students can observe and work in a hospital environment. This experience is invaluable from a teaching aspect and allows students to experience real life situations that they may incur in their future careers.
OVC HSC provides care for a variety of client animals as well as teaching herds. Our clients’ needs are paramount to us as we strive to build long lasting doctor/client relationships and be the choice of our clients when it comes to animal health care.
OVC HSC strives to provide the best possible dietary options to all our clients as a consistent and reliable supply of good quality hay is critical to the OVC HSC’s mission to support our teaching and research needs.
The current supply contract is set to expire on April 30, 2025. It is the University’s intention to set up a new supply contract(s) starting in April 2025, so uninterrupted supply will continue starting on May 1, 2025
A.1.2 Client Groups
OVC HSC has the following types of equine, bovine and small ruminant client animals, each with their specific diet management needs that OVC HSC is trying to address on daily basis.
• Equine Client Animals – Healthy – sports performance (higher protein hay)
• Equine Client Animals – Unwell, grass hay, low protein
• Equine Teaching Herd – Healthy, weight maintenance
• Bovine Clients – Unwell, production (milking)
• Bovine Teaching Herd – Healthy, weight maintenance
• Small Ruminant – grass hay, lower protein
Unhealthy equine and bovine clients housed at OVC HSC may be stressed from illness or medical treatment and are sensitive to change in housing, feed and water. They are fed for nutritional purposes and to promote recovery.
The equine teaching and bovine teaching herds are in good health condition and are not overweight. They are fed for maintenance, not for growth or production.
To address these needs, OVC HSC needs to purchase both first cut and second cut hay and mix them in different formulations for different clients.
A.1.3 Types of Hay
a) First Cut
b) Second Cut (timothy alfalfa mix)
c) Low sugar first cut/late maturity for laminitic / metabolic cases
A.1.4 Challenges
The quality of hay can often lack consistency at different times of the year. This is especially a problem when new crop of the year is not yet available.
OVC HSC staff usually does visual surface check of the shipment at the time of receiving. However, not all quality issues can be discovered by a visual check prior to being accepted into storage. During daily feeding, hays could still be found with quality issues from time to time. Once there is a problem, staff needs to set aside the problematic hay and contact the supplier to arrange for them to be returned or replaced. This causes interruptions and inconveniences to OVC HSC's operations and leads to service dissatisfaction for clinicians and clients.
A.2 PROJECT OBJECTIVES
By obtaining a high quality and reliable supply of hay, OVC HSC is looking to:
• Expand our feeding program to meet the different dietary needs for both our equine and bovine clientele.
• Provide our clinicians with a variety of options so that they can encourage our pickiest eaters to maintain a healthy well-balanced diet
• Enhance our client’s experience and instill confidence that their animals’ nutritional health is being supported during their stay at OVC HSC
The University’s expectation is to engage in a multi-year contract with professional Hay and Straw suppliers to provide high quality Hay and Straw products in an efficient and reliable manner.
A.3 KEY DELIVERABLES
The successful respondent is expected to:
• Maintain proper inventory to meet the demands of hay and straw from OVC HSC
• Receive orders and deliver product as required, in a timely fashion
• Provide excellent customer service including exchange and return of the goods, if required.
• Provide timely and accurate Invoicing to OVC HSC
• Meet with OVC HSC, when required, to address concerns and necessary improvements.
A.4.1 Annual Volumes
OVC HSC’s estimated annual usage exceeds 800,000 lbs of first cut hay, 250,000 lbs of second cut hay, and 8,000 lbs of straw.
The University does not expect a single supplier to be able to provide all of its hay and straw needs. We expect to establish supply agreements with more than one supplier as the result of this RFP. Our focus is the consistent quality of the hay and straw and if you can meet the requirements for the products and services detailed in this RFP.
A.4.2 Locations
All hay and straw ordered by the OVC HSC are to be delivered to two locations:
a) Health Sciences Centre (HSC) Large Animal Clinic
43 McGilvray Street, Guelph, ON N1G 1Y2
b) Dairy Barn (Barn #37) behind Animal Science/Nutrition Building
96 McGilvray Street, Guelph, ON N1G 1Y2
For detailed location, please refer to the University’s campus map found at: https://www.uoguelph.ca/campus/map/
A.4.3 Packaging Requirements
To make the animal feeding operations efficient, the University orders hay in two packaging sizes:
a) Standard Bound Square Bales
The weight is 60-65 lbs per bale. This package size is mainly to facilitate the feeding of animals indoors. This standard bale is to be taken by our staff by wheel barrel to each individual stall as each animal has an individual diet plan. Individual wrapped bales bundled into one large square for removal off the truck using bale spears or forklift
b) Large Square Bales
The weight is 800-1,000 lbs per bale. This package size is mainly for outdoor feeding of large research and teaching herds. Metal strapping is not ideal. Use of twine is preferred by the University
The University orders straw in one packaging size only: 800-1,000 lbs large square bales. For bound bales, the University requires strapping by either twine or plastic. Metal strapping is not acceptable, at all times. Bales are stored at different locations in accordance with their sizes. The standard bound round bale is to be dropped off at HSC OVC; the large square bale on pallets is to be dropped off at the Grey Barn.
Upon delivery, University staff will use a front loader to unload the bales and move them into their designated storage. Successful Respondents are to ensure their truck is loaded so that all same type of bales can be unloaded at the same location before unloading at the next location.
A.4.4 Order Patterns
For Hay: The University requests delivery of hay and straw on regular a basis. The University will not accept minimum order requirement for each type of product or for any individual delivery request. The University usually uses the summer to stock up for the winter when the hay is being grown and processed and tends to order more in the summer
For HSC OVC, the University orders as needed based on patient case load and requires delivery approximately each week of fifty (50) bound bales all year round. Note volumes tend to increase in late summer/fall for winter.
For Barn #37, the University requires delivery on as needed basis between September and May for teaching horses and cattle.
Average monthly usage for teaching horses is two to three (2 to 3) standard bound bales plus sixteen to twenty (16 to 20) large square bales on pallets; Average monthly usage for teaching cattle is thirty five (35) standard bound bales plus twenty four (24) large square bale on pallets.
For Straw:
For HSC OVC, we use approximately sixteen (16) large square bale per month from September to May.
For Barn #37, we need four (4) large square bales per month on average for both teaching horses and cattle combined.
A.4.5 Weighting for Every Delivery
The University requires Respondents to go to a scale station prior to each delivery and obtain the weighting report produced by the scale station.
Once the shipment was unloaded, Respondents are expected to go back to the same scale station to obtain the weighting report for the empty truck.
The Respondents are expected to use the two weighting reports before and after unloading as the support of the net weight of the delivery and invoice the University by the net weight accordingly. The two weighting reports must be attached to each individual invoice.
The University is open to Respondent’s choices as which scale station(s) they are going to use for their conveniences and preferences.
A.4.6 Quality of Composition
The University requires the quality of hay to be:
• 1st cut or 2nd cut, high quality, suitable for horses and cattle who need nutrients or to maintain performance
• Properly cured hay, stored properly, not baled wet
• Free of mold, dust, and weather damage (not exposed to elements)
• Free of dead animals, foreign objects, weeds and other plant life
• Ideally to be free of preservatives or organic acids such as propionic or acetic acid (ideally, not critical)
• Highly appetizing grassy hay with low stems.
It is the University’s expectation to have hay supplies with the composition as follows:
• Approximately 70% timothy & maximum of 30% alfalfa. (grassy hay for ESMRC, 37)
• May include small amounts of orchard grass, rye grass, fescue, clover, etc.
• Relatively low to moderate levels of protein & energy (i.e. “not too hot”).
• For clinic, grass hay but also some including alfalfa and clover (legumes)
• Any hay should be high proportion of leaf and low proportion of stem
• Small amount of pure alfalfa or clover may be required
Three types;
1. Grassy (9-12% protein)
2. Mix of grassy and legume (9-16% protein)
3. Straight legume (14-16% protein)
Note, periodically, the University will send hay and straw samples out to a third party for composition analysis
The University expects the quality of straw to be:
• High quality
• Free of mold, dust & rain damage
• Free of preservatives / organic acids
A.4.7 Quality Assurance and Consistency
The consistency of the hay and straw supply is essential for the OVC HSC to help ensure its clients remain healthy by ensuring client’s needs are being fulfilled as required. The University expects to select respondents who can maintain consistency in both the quality and supply of the hay and straw supplied.
The University staff will try to conduct visual surface check of the shipment at the time of receiving. However, not all quality issues can be discovered before shipment is accepted into storage. During daily feeding, hays could still be found with quality issues from time to time. Once there is a problem, staff will set aside the rejected product and contact the Respondents to arrange for them to be returned and eventually replaced.
The University will photograph and document unacceptable product and communicate as decided/outlined. Potentially determine thresholds either quantity, dollar value or both the warrants a return and/or replacement.
The University requires successful respondents to partner with the University to manage and remedy any quality issues should they arise and arrange for replacement and or return of the rejected hay or straw promptly.
Additionally, as stated in the previous section, the University may also send out hay and straw samples to a third party for composition analysis to confirm quality of product.
A.4.8 Customer Service
Order Response Time
The University will issue blanket orders with each successful respondent and will schedule releases of individual shipment under each blanket order, as required. The release will be requested by designated OVC HSC staff via phone call or email. When requesting release of a shipment, the OVC HSC staff will provide the quantity, the type of product required, the type of packaging required and the expected delivery time.
Upon receiving the request, within twenty four (24) hours of order placement, respondents are expected to confirm receipt of the order request and advise approximate delivery time of the order
Gaps in service or inability to provide products requires the successful Respondent to provide at least two (2) weeks lead-time prior to the planned gap so OVC is able to plan ahead supply forecasted demand.
Delivery Lead Time
The University’s expectation about the lead time for each delivery is within an agreed time frame, University generally provides sufficient lead time for orders of forty eight (48) hours upon notification of suppliers. In case of a rare emergency, the University would require delivery to be made within twenty four (24) hours.
Order Return and Exchange Requirements
Each load of hay is subject to inspection; poor quality hay will be refused by the University. It is the University’s plan to either inspect quality of hay at the time of delivery or within twenty four (24) hours after delivery.
Should a quality issue be found during product feeding process, which may be after this timeline, the University reserves the right to reject product with quality issues and expects the supplier to remedy the issue as outlined above.
The University is open to ideas on how to improve the process of product return and exchange and is willing to work with Respondents on any practical and reasonable ideas.
In case of quality not being acceptable, the supervisor or the manager of the Patient Care and Service Delivery unit [will notify Purchasing who will notify the supplier] of the product and will arrange with the supplier for the return or exchange of new supply. [or for credit] once bundles are opened, not secured for transport, no practical way to manage physical return.
It is the University’s intention to enter into an agreement with at least two (2) legal entities.
The term of the agreement is to be for three (3) years, with three (3) optional one (1) year renewal terms.
The top-ranked respondent(s) at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University.
All proposals submitted are to be in English only.
Interested respondents are to download the complete RFP documents free of charge at the University’s public purchasing portal https://uoguelph.bonfirehub.ca (the Portal).
To contact the University or ask questions in relation to this RFP, respondents must register with the Portal and initiate the communication electronically through the Opportunity Q&A of the Portal. Registration is free of charge. The University will not accept any prospective respondent’s communications by any other means.
Participating respondents are to submit proposals by uploading documents electronically to the Portal https://uoguelph.bonfirehub.ca. The University will not accept paper, fax or email submission.
There will be no public opening of tenders for this RFP. The award of the RFP will be posted at the Portal.
This procurement is subject to Chapter Five of the Canadian Free Trade Agreement. Project closes Mar 11, 2025 2:00 PM EDT.
Reference #: 2025009. Name: Physical Resources Contractor VORs
Description: The Campus Planning, Design and Development (CPDD) Department of the Physical Resources Directorate is undertaking this prequalification process to develop a vendor-of-record list of general contractors for construction services for projects with a total project value of $0 to $500,000 and $500,001 to $5,000,000 Project closes Feb 25, 2025 2:00 PM EST.
Reference #: 2025012. Name: Digital Accessibility Testing, Auditing & Reporting
Description: This Request for Proposals (RFP) is an invitation by University of Guelph (University) to prospective Respondents to submit proposals for the deliverables, as further described in Section A of Appendix A - Deliverables.
The University of Guelph (“University”) has an ongoing need for a centralized, campus-wide Digital Accessibility Auditing Solution (referred to as the “Solution” or “Tool”). Our goals are to improve accessibility and quality of university websites, foster engagement with university websites, increase the value of sites to visitors and realize brand reputation improvement.
Fostering a culture of inclusion at the University of Guelph is an institutional imperative. To support this vital goal, and to ensure compliance with legislation mandated by the Accessibility for Ontarians with Disability Act (AODA), the University needs to procure a Tool that can comprehensively monitor its web environment and web content for accessibility compliance. The Tool will provide feedback and guidance to remediate such issues according to the Web Content Accessibility Guidelines (WCAG 2.0 Level A, Level AA, and optionally Level AAA).
It is the University’s intention to enter into the agreement with one (1) legal entity. The top-ranked proponent at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University. All proposals submitted are to be in English only. Project closes Feb 24, 2025 2:00 PM EST.
Reference #: RFP-2025002. Name: Internet Service Providers
Description: This RFP is an invitation to submit offers for the provision of Internet Services
Project Overview
The Department of Communication and Computing Services (CCS) provides core IT services to the greater campus community. These include network connectivity, a campus-wide email and calendaring system, telephony infrastructure, information security, software distribution, single sign-on technology, learning resources, and more.
The CCS Network infrastructure team specifically looks after on campus and off campus connectivity. As part of our portfolio, we operate multiple wide area network (WAN) connections that allow access to the internet, other Universities as well as remote campus and other locations affiliated with the University of Guelph.
Many of these WAN connections have been put in place many years ago. As the University continues to evolve and grow, bandwidth and internet availability must grow and adapt. Increased bandwidth capabilities will support the University’s continued direction of expanding collaboration among individuals, groups or organizations both on and off campus. Expanded WAN connectivity capabilities will ensure the introduction of new services both to and from our remote locations and campuses.
The University’s main challenges today are to increase bandwidth to meet our campus demands, maintain existing reliability of the service and reduce operational costs.
To provide the University students, staff and faculty the best possible experience, we are reviewing all our remote connections with the intent to improve bandwidth capacity, maintain existing reliability and redundancy, achieve best service availability, and obtain best value for money.
Current Environment
CCS currently operates the following WAN connections:
Internet Services to Guelph Main Campus
The University operates two independent internet connections being delivered to our data centre facilities with geographically separate fibre connections. One connection of 10 Gbps (with additional 10 Gbps for research traffic through NREN/ORION) is considered primary (the Primary Internet), the other connection of 10 Gbps is considered secondary (the Secondary Internet).
The University is part of the Ontario’s provincial research and education network. Through the Ontario Research and Innovation Optical Network (ORION), the University is connected to a grid of research, education, and innovation networks across Canada, such as National R&E Network, and around the world via ORION infrastructure.
Currently, the University’s Primary Internet is provided by existing ORION infrastructure. This connection terminates at the University’s main data centre on campus, which is physically secure and has ample HVAC coverage.
The Secondary Internet is a separate termination at our secondary data center through our current ISP Packetworks. The University also has a direct fibre connection through our current ISP Rogers to the Tri-University Library Annex.
The University’s two internet connections are completely independent of each other. There is no shared last mile connection. This solution of having two main internet connections using independent last mile infrastructure to campus has provided us with good internet availability and redundancy capabilities.
Wide Area Connections to Locations Outside of Guelph Main Campus
The University currently offers Five WAN connections to the following locations outside of Guelph main campus:
• 1Gbps connection from to Ridgetown Campus through Orion
• 100Mbps connection to the Tri-University Library Annex through Rogers
• 4Gbps connection to 150 Research Park through Packetworks
• 2Gbps connection to 785 Gordon Street through Packetworks
• 1Gbps connection to Elora Research Farm through Packetworks
Our WAN connections have been operating satisfactory and we intend to maintain these connections. More details are available in Section A.5 WAN Planning and Capacity (below)
Project Objectives
The University intends to establish long term agreements with one or more ISPs to achieve the following objectives:
• Provide all required WAN connections to the University community.
• Maintain the existing redundancy capabilities and fault tolerant network.
• Increase bandwidth to meet increasing demand and obtain capacity for future bandwidth increase.
• Achieve maximum service uptime.
• Reduce operational cost to achieve best value for money.
Key Deliverables
The successful Respondents are expected to deliver the following services:
• Implement internet and/or WAN, including any infrastructure where necessary.
• Implement the connection, including test and quality control, until University acceptance
• Monitor and maintain service level over the entire term of the Agreement.
• Provide technical support and troubleshooting when required.
• Accommodate any change of services when required.
• DDoS Protection: The ISP must provide comprehensive Distributed Denial of Service (DDoS) protection services, including detection, mitigation, and prevention of attacks to ensure continuous availability and security of internet connections.
Technical Requirements
Respondents must provide a dedicated internet service between the University’s demarcation point and ISP’s POP to meet the following requirements;
• Traffic that is not affected or impeded in any way (no throttling, no filtering, no shaping, no prioritizing, etc.).
• Terminated via single mode fibre pair connection.
• Ability to advertise full IPv4 and IPv6 Internet routing table, partial IPv4 and IPv6 Internet routing table, and default-route via BGP to the purpose of multihoming.
• Support BGP traffic engineering, like BGP AS prepending.
• Ability to advertise network blocks within the following classless Inter Domain Routing (CIDR) range from the University to Internet.
a) IPv4: 131.104.0.0/16
b) Ipv6: (not yet assigned)
• Peering connections with other ISPs can handle the additional sustained load of the subscribed rate at the time of RFP awarding and in the future.
• DDoS Protection: The ISP must provide comprehensive Distributed Denial of Service (DDoS) protection services, including detection, mitigation, and prevention of attacks to ensure continuous availability and security of internet connections.
Experience and Qualification
The University is looking for respondents who can distinguish themselves from their competitors by showcasing strengths and advantages they have in their proposals. Respondents should have minimum 5 years' experience in providing the type of services requested in this RFP to organizations that are like University in size and scale.
Project Implementation and Time Line
The University requires that all services are established by March 31, 2025.
Respondents are expected to be able to commence work upon the award of the RFP immediately. It is expected that the RFP will be awarded by the end of February 2025 and the implementation be completed within 30 days following the award.
The University is looking for respondents who can provide a clear plan for the implementation of the project within an acceptable timeframe while not compromising the quality of the project and the services provided.
Service Standards and Support
The University requires that the services meet the following standards:
Service Level Agreements (SLA) and that the SLA provides credits for not meeting these service levels, structured as follows:
• Uptime Credits:
o Less than 99.9% availability: 5% of the monthly fee credited.
o Less than 99.5% availability: 10% of the monthly fee credited.
o Less than 99% availability: 15% of the monthly fee credited.
• Data Throughput Credits:
o Throughput rates dropping below 99% of installed bandwidth: 5% of the monthly fee credited per occurrence.
For ongoing support and maintenance, the University expects that respondents would:
• Provide advance notices for any scheduled maintenance.
• Provide technical support, following successful implementation of the dedicated Internet access connection, including monitoring such connection seven (7) days a week, twenty-four (24) hours a day and 365 days a year and notifying the University of any problems.
• Respond to the University’s requests for bandwidth increase within 30 days of being notified at no additional infrastructure charges to the University.
It is the University’s intention to enter into an agreement with at least two (2) or more legal entities.
The term of the agreement is to be for three (3) years, with five (5) optional one (1) year renewal terms.
The top-ranked respondent at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University.
All proposals submitted are to be in English only.
Interested proponents are to download the complete RFP documents free of charge at the University’s public purchasing portal https://uoguelph.bonfirehub.ca (the Portal).
To contact the University or ask questions in relation to this RFP, proponents must register with the Portal and initiate the communication electronically through the Opportunity Q&A of the Portal. Registration is free of charge. The University will not accept any prospective proponent’s communications by any other means.
Participating proponents are to submit proposals by uploading documents electronically to the Portal https://uoguelph.bonfirehub.ca. The University will not accept paper, fax or email submission.
There will be no public opening of tenders for this RFP. The award of the RFP will be posted at the Portal.
This procurement is subject to Chapter Five of the Canadian Free Trade Agreement. Project closes Feb 05, 2025 2:00 PM EST.
Reference #: RFP-2025001. Name: Case Management Software Solution for Student Conduct Cases
Description: This RFP is an invitation to submit offers for the provision of Case Management Software Solution for Student Conduct Cases
Project Background
As case management evolves, with intersections across cases, there is a need for increased efficiency in case management implementation, and a centralized and secure location to house and provide access to multiple uses. Through digital innovation, we will achieve a more connected, efficient, and secure conduct system. Improving conduct case management technology on campus will support staff and students in complying with university processes, while maintaining an accessible system that outline workflows and resolution pathways.
The University of Guelph requires a robust case management software solution that will provide a secure and effective system to manage student conduct cases, including reporting of incidents online, case creation, centralization of incident related information, workflows, role-based access permissions, mobile reporting, data points for analysis, and report creation.
Computing and Communications Services (CCS) is the University of Guelph’s central IT group. CCS works with internal and external partners to provide IT services and solutions to administrative and academic units across campus.
CCS will be the primary contact point for the Case Management solution and will coordinate the activities with our campus partners like the Office of Student Affairs, Student Experience, and our Registrar.
PROJECT OVERVIEW
The University is looking for a case management software solution that provides a streamlined process while supporting students on concern in compliance with university policies, to track, manage, and resolve University of Guelph non-academic misconduct investigations quickly, improve operations, identify trends, and prepare reports.
Phase 1
Implementation of a case management solution to streamline processes resulting from violations of the Policy on Non-Academic Misconduct
• Deployment of new case management cloud-based system.
o Case creation
o Workflow development
o Access configuration
• Training and testing
Phase 2
While Phase 2 is not in the scope of this RFP, we expect the solution to provide the following:
• Ability to manage cases from multiple offices with unique workflows for each office based on case type, e.g. Sexual Violence, Human Rights, Academic Misconduct, Athletics
Estimate Usage
The University of Guelph campus has more than 30,000 students, with over 5,000 students living in residence. While not all of these students will have contact with non-academic misconduct processes, they will have knowledge of the office and will be able to report incidents.
PROJECT OBJECTIVES
By implementing a robust case management solution, the University if looking to achieve the following objectives:
a) Modernize case management to track, manage, and resolve investigations
b) Improve administration processes through efficiency with a clear, centralized platform for submitting, tracking, and resolution of conduct cases.
c) Enhance transparency and consistency through consistent application of rules and policies across departments, minimizing biases.
d) Strengthen compliance by ensuring adherence to legal requirements and internal policies through automated processes.
e) Data-driven decision making with the ability to generate reports, analyze trends, and improve policy implementation.
KEY DELIVERABLES
The successful respondent is expected to deliver:
• Licensing for the software solution;
• Professional services required to implement the solution, including setup, configuration, data migration, system integrations and testing;
• Initial user training;
• Ongoing technical support and maintenance, including updates, patches, troubleshooting.
It is the University’s intention to enter into the agreement with one legal entity.
The term of the agreement is to be for five (5) years, with five (5) optional one (1) year renewal terms.
The top-ranked respondent at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University.
All proposals submitted are to be in English only.
Interested proponents are to download the complete RFP documents free of charge at the University’s public purchasing portal https://uoguelph.bonfirehub.ca (the Portal).
To contact the University or ask questions in relation to this RFP, proponents must register with the Portal and initiate the communication electronically through the Opportunity Q&A of the Portal. Registration is free of charge. The University will not accept any prospective proponent’s communications by any other means.
Participating proponents are to submit proposals by uploading documents electronically to the Portal https://uoguelph.bonfirehub.ca. The University will not accept paper, fax or email submission.
There will be no public opening of tenders for this RFP. The award of the RFP will be posted at the Portal.
This procurement is subject to Chapter Five of the Canadian Free Trade Agreement. Project closes Feb 03, 2025 2:00 PM EST.
Reference #: 2024055. Name: Hypoxia Work Station and Anaerobic Chambers
Description: This Advance Contract Award Notice (ACAN) is intended to communicate the University of Guelph’s (University) intention to procure the following:
-InvivO2 500 Hypoxia Workstation
-Concept 1000 Dual Anaerobic Chamber
-Concept 500 Anaerobic Chamber
-4-year extended warranties on all instruments
-Freight, Installation, and On-Site Training
To the best of our knowledge, Scintica Instrumentation, Inc. is the only supplier capable of providing scientific equipment with the performance characteristics described in the ACAN document. This ACAN is not intended to create Contract A or any other legal or financial obligations between the University and any Respondents. Potential suppliers shall download the ACAN document free of charge at the University's public purchasing portal https://uoguelph.bonfirehub.ca (the Portal). Any suppliers who believe they are fully qualified and capable of supplying the goods and/or services described in the ACAN may submit a Statement of Capabilities. Respondents are required to: a) Provide an outline of the goods and/or services proposed to meet the requirements listed under section 4. b) Provide, in point-by-point format, detailed information regarding how your solution meets or exceeds each requirement in section 4 . Respondents shall copy the entirty of section 4 and insert their answers immediately following each requirement. c) Provide an estimated cost to provide the proposed solution. d) Provide three (3) references from customers who have utilized the proposed solution in a capacity similar to that intended by the University. The University will accept submission of Statement of Capabilities uploaded electronically before the submission deadline. The University will not accept paper, fax, or email submissions. To contact the University or ask questions in relation to this RFP, suppliers must initiate the communication electronically through the Opportunity Q&A of the Portal. All Statement of Capabilities are to be in English only. Project closes Dec 17, 2024 2:00 PM EST.
Reference #: 2024049. Name: ACAN - TraitFinder DualScan PLANTEYE F600
Description: This Advance Contract Award Notice (ACAN) is intended to communicate the University of Guelph’s (University) intention to procure a TraitFinder DualScan PLANTEYE F600. To the best of our knowledge, Phenospex B.V. is the only supplier capable of providing the scientific equipment described herein. This ACAN is not intended to create Contract A or any other legal or financial obligations between the University and any Respondents. Potential suppliers shall download the ACAN document free of charge at the University's public purchasing portal https://uoguelph.bonfirehub.ca (the Portal). Any suppliers who believe they are fully qualified and capable of supplying the goods and/or services described in the ACAN may submit a Statement of Capabilities. Respondents are required to: a) Provide an outline of the goods and/or services proposed to meet the requirements listed under section 4. b) Provide, in point-by-point format, detailed information regarding how your solution meets or exceeds each requirement in section 4 . Respondents shall copy the entirty of section 4 and insert their answers immediately following each requirement. c) Provide an estimated cost to provide the proposed solution. d) Provide three (3) references from customers who have utilized the proposed solution in a capacity similar to that intended by the University. The University will accept submission of Statement of Capabilities uploaded electronically to the Portal on or before the submission deadline. The University will not accept paper, fax, or email submissions. To contact the University or ask questions in relation to this RFP, suppliers must initiate the communication electronically through the Opportunity Q&A of the Portal. All Statement of Capabilities are to be in English only. Project closes Dec 05, 2024 2:00 PM EST.
Reference #: 2024047. Name: Microarray Spotter
Description: This Request for Proposals (RFP) is an invitation by University of Guelph (University) to prospective Respondents to submit proposals for the deliverables, as further described in Section A of Appendix A - Deliverables.
The University is seeking a non-contact microarray spotter capable of dispensing sub-nanoliter droplets onto various assay substrates, such as glass and membrane. The system should support sub-nanoliter droplet volumes to allow for assay miniaturization and high-throughput capacity. On-board software should enable customizable spot layouts to accommodate diverse experimental designs. The system should also provide high XY repetition accuracy to ensure reliable and reproducible positioning, supporting consistent high-throughput bioassays.
It is the University’s intention to enter into the agreement with one (1) legal entity. The top-ranked proponent at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University. All proposals submitted are to be in English only. Project closes Dec 09, 2024 2:00 PM EST.
Reference #: 2024028. Name: Long-read DNA Sequencer (Non-synthetic reads)
Description: This Request for Proposals (RFP) is an invitation by University of Guelph (University) to prospective Respondents to submit proposals for one (1) Long-read DNA Sequencer for developing sequence-based approaches for the untargeted identification of emerging pathogens in wastewater samples
This technology supports interdisciplinary work across microbiology, public health, and data science. By enabling high-throughput detailed characterization of intact nucleic acids, the long-read sequencer allows for a comprehensive analysis of complex wastewater samples, which is crucial for identifying unknown pathogens without requiring prior knowledge of specific target sequences at scale. This capability is especially important for proactive pathogen surveillance and public health safety. The project involves partnerships across Canada and the USA—including research institutions like U. Windsor, U. Waterloo, York U., U of Toronto, Bowling Green University, University of Buffalo, —providing a North American scope and helping to build research capacity by attracting and developing highly qualified personnel in this cutting-edge field.
The proposed system should be capable of read lengths of at least 10kb, direct sequencing of DNA and RNA, and output of at least 1 Tb (terabase pair) of sequence data in 24 h.
It is the University’s intention to enter into the agreement with one (1) legal entity. The top-ranked proponent at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University. All proposals submitted are to be in English only. Project closes Dec 06, 2024 2:00 PM EST.
Reference #: RFP-2024035. Name: Professional Services for Pre-implementation of Finance ERP
Description: This RFP is an invitation by the University of Guelph (“University”) to prospective Respondents to submit non-binding proposals for the provision of Professional Services for Pre-implementation of Finance ERP, as further described in the RFP.
The FASTR Program Team was created, led by the FASTR Executive Team responsible for delivery of the program, and will be in place until the full completion of the program and benefits are realized. All the internal University resources report to the FASTR Executive Team. All external suppliers including the successful Respondent will report to the FASTR Executive Team as well.
Here are the three (3) major areas of our Finance Operations;
1. Core Financials
a. Financial Accounting
b. Controlling, Planning and Cash Management Monitoring
c. Analytics & Reporting and Financials Datawarehouse
2. Procurement
a. Procurement, Sourcing, Contracting, Supplier Management
3. Restricted Fund Management:
a. Projects and Research Projects Financials Management
Project Deliverables:
The successful Respondent is expected to provide the deliverables as per the Statement of Work (SOW) outlined in the RFP.
Part of the RFP document package are two confidential documents (Appendix K– Current State Enterprise Architecture Artifacts). These documents will not be released publicly. In order to access them Respondents must submit their intent to bid and request the confidential documents before the deadline on December 17, 2024 at 2:00 pm local time,
It is the University’s intention to enter into the agreement with one (1) or more legal entities.
The term of the agreement is to be for the duration to fulfill and complete the deliverables set out in the RFP, for an engagement of twelve (12) months.
The top-ranked respondent(s) at the conclusion of evaluation will be invited to enter into negotiations for an agreement with the University.
All proposals submitted are to be in English only.
Interested respondents are to download the complete RFP documents free of charge at the University’s public purchasing portal https://uoguelph.bonfirehub.ca (the Portal).
To contact the University or ask questions in relation to this RFP, respondents must register with the Portal and initiate the communication electronically through the Opportunity Q&A of the Portal. Registration is free of charge. The University will not accept any prospective proponent’s communications by any other means.
Participating respondents are to submit proposals by uploading documents electronically to the Portal https://uoguelph.bonfirehub.ca. The University will not accept paper, fax or email submission.
There will be no public opening of tenders for this RFP. The award of the RFP will be posted at the Portal.
This procurement is subject to Chapter Five of the Canadian Free Trade Agreement. Project closes Jan 06, 2025 2:00 PM EST.
Reference #: RFSQ 2024042. Name: Communications and Marketing VOR Refresh (RFSQ 2023-F315)
Description: The 2024 Request for Supplier Qualification(“RFSQ”) Refresh is an invitation by the University of Guelph (the University) for Respondents to submit non-binding proposals. These proposals will be evaluated for potential inclusion in the University’s Communications and Marketing Professional Services Vendor of Record (VOR).
The service categories, evaluation criteria, and scope of work remain unchanged from the original RFSQ-2023-F315. Vendors prequalified under the original RFSQ-2023-F315 will continue to be qualified vendors in their awarded category or categories. Existing suppliers are welcome to submit the necessary documentation to be considered for prequalification under any category for which they are not yet listed. Submissions will be evaluated to determine potential inclusion as a prequalified supplier within the specified category or categories.
New respondents are invited to submit proposals for any of the service categories in this refreshed RFSQ in accordance with the requirements outlined in the original RFSQ. Submissions will be evaluated to determine potential inclusion as a prequalified supplier within the specified category or categories
The Qualified Supplier list will be broken out into the following categories:
1. Crisis Management
2. Marketing Strategy and Planning
3. Stakeholder Engagement
The term of the VOR agreement:
Initial term start date: September 10, 2023
Initial term end date: September 10, 2026
Optional extensions: Two 1-year terms Project closes Nov 25, 2024 2:00 PM EST.