Feed aggregator

Reference #: 2025026. Name: Heavy-Duty Veterinary Pathology Bandsaw

Description: The Animal Health Laboratory, University of Guelph, requires a durable, heavy-duty, meat and bone bandsaw capable of cutting animal carcasses for veterinary autopsy procedures. The machine must comply with the Occupational Health and Safety Act (Regulation 851). The machine should include integrated safety mechanisms to protect the operator in the event of unsafe operation or operator error. Other key deliverables include extended warranty, provision of annual and emergency service and spare parts, installation/commissioning, and operator training. Upon completion of the evaluations, the top-ranked respondent will be invited to enter into negotiations to finalize a purchase agreement All proposals submitted are to be in English only. Project closes May 21, 2025 2:00 PM EDT.

Reference #: RFP-2025-28552. Name: Picture Archiving and Communication System and Radiology Information System

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. Within the Health Sciences Centre (HSC), our radiology department plays a pivotal role in patient diagnostics and achieving positive patient outcomes. To maintain our leadership in this critical area, it is imperative that we acquire advanced Picture Archiving and Communication System (PACS) and a Radiology Information System (RIS) to facilitate clinical service delivery, teaching, and resident training. Therefore, we are seeking to procure a solution that requires minimal development and customization, and limited effort required from the University to implement By obtaining robust PACS and RIS solutions, we aim to achieve enhanced patient care, increased efficiency, improved collaboration, supportive teaching and training activities, ensure compliance, and future-proof our radiology department for continued success. There are two (2) Software Solution Categories. Respondents may submit for one or both categories and will only be evaluated for the Product Category Option(s) they are proposing. Respondents shall indicate which Product Category(ies) they are proposing when uploading their submissions in the Bonfire system. Requested and mandatory documents for each category will be outlined in the University’s submission portal. The University may award specified modules to different service providers and integrate them together, or select one provider for multiple solutions. In every case, Respondents are expected to cooperate with all other selected service providers, both in the integration efforts and in the provision of the ongoing services. 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 full implementation of the project including setup, configuration, data migration, system integrations, testing, go-live activities and technical support for five (5) years immediately following the conclusion of initial implementation, with an option in favour of the University to extend the agreement on the same terms and conditions for up to two (2) additional two (2) year 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 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 May 22, 2025 2:00 PM EDT.

Reference #: RFP-2025017. Name: Air Travel Management Services for the Department of Athletics

Description: This Request for Proposal (“RFP”) is an invitation to prospective Respondents to submit non-binding proposals for the provision of Air Travel Management Services for the Department of Athletics, as further described below. The University’s Department of Athletics is soliciting proposals from experienced and qualified respondents to provide the Travel Management Services for the University’s athletics teams and the staff of the Department of Athletics. The Department of Athletics is home to some of the most successful varsity programs in the history of Canadian university sport. The University’s Gryphon brand is well recognized locally, provincially and internationally due to the success of our varsity teams and competitive clubs. As a result, the Gryphon athletics is a prominent contributor in raising the reputation and profile of the University. As a member of the Ontario University Athletics (OUA), the Gryphon varsity athletics participate in various sport competitions in Ontario at both the varsity and club levels. Winners of OUA championships go on to compete against other region’s champions in the national university championship competition under U-Sports. The Gryphon teams have won six (6) U-Sports championships and sixteen (16) OUA Championships over the past five years. Currently, the Gryphon varsity program consists of twenty (20) high performance varsity teams and eighteen (18) OUA varsity teams, all of them competing in OUA champions or a provincial equivalent every year. During each championship, every team competes with other universities in Ontario based on schedules set by OUA. Some teams also travel into other provinces or the United States for exhibition games. For regular season competition, schedule and location information is usually available in August of each year. For playoffs, details are made available usually one stage at a time after regular season is over. The highest team travel demands generally occur between September and March. The Gryphon teams usually travel by either flight or bus depending on how far they need to travel. The sizes of teams range from twelve to sixty (12-60) players. For each team, there is a team of two to six (2-6 support) staff who travels together with the athletes. The University has a designated bus service provider in place so travels by bus are not in the scope of this RFP. In general, the Gryphon athletics teams travel to approximately two hundred fifty to three hundred (250-300) exhibition, league and playoff competitions each year. As the OUA generally designates accommodations for all participants, the Gryphon athletics teams usually do not require booking of accommodations by our travel management service providers. In addition to Athletics travel, coaches and staff may also take part in recruitment trips and various sports conferences trips each year. These trips normally are in small groups of two to five (2-5) persons and would involve travels across Canada and the USA. Accommodation might be required for these trips from our travel management service providers. Current Environment The University’s fiscal year runs from May to April. In fiscal year 2025 (May 2024 to April 2025), the Department of Athletics spent total approximately $200,000 on airfare and travel management service fees, excluding hotels and other travel expenses. Below is an overall picture on the trips by destinations by the number of travellers. The University defines a trip as a group of persons departs from Guelph (the starting location) until they return to Guelph (the ending location). The destination is the place the group travels to. The University’s athletic travel needs change year over year. Above number is provided for respondent’s reference only. The University doesn’t guarantee any future annual travel. Current Air Travel Booking Process The Department of Athletics currently has one full time employee dedicated to travel bookings (the Travel Coordinator). The Travel Coordinator is the primary communicator with all team coaches and managers within the Department of Athletics. Communication was done via email or phone. The following is an outline of the existing process: • The coach or manager of each athletics team will communicate to the Travel Coordinator about their travel needs, including traveler’s information, travel date and destination, and any other special requirements. • The Travel Coordinator forwards the information to the travel management service provider. • The travel management services provider search and recommends travel booking options to the Travel Coordinator, who will forward the information to team coach or manager. • The team coach or manager makes final decision. • The Travel Coordinator communicates final decisions with the travel services management provider. • The service provider emails all finalized tickets and itineraries to the Travel Coordinator. • The service provider emails all invoices to the Travel Coordinator for payment process. In general, travel service provider doesn’t communicate with team coaches, managers or athletes. Current Challenges One of the main challenges to manage athletics team travels is that some of the bookings have to be made upon short notice, usually within two or three days. This is common during playoff season when teams don’t know if they would continue into next round games and who they will compete with until the results of current games are available. For athletics teams, unexpected events could occur even with careful planning, such as injury or change of athletes at the last minute. This makes it necessary to make changes to travel bookings already made, usually upon extreme short notice up to within hours of travel. The ability of our travel management service provider to manage this type of needs and maintain a consistent standard of services is considered critical by the University. Another challenge is the administration of the invoice process. For air fare expenses, the University’s Travel and Expense Policy provides the following options: (a) Travelers pay for the travel air fare first and submit travel expense reimbursement after the travel occurs. (b) Travelers provide a pre-approved travel authorization form to the service provider at the time of finalizing travel bookings. When the service providers invoice the University, they provide the invoices together with the approved travel authorization form to the University. The University then matches the invoice with the travel authorization form and pays the service provider. Both options are based on one travel, one invoice process. Option (a) requires travelers to pay for the travel expense out of pocket first, which is a major drawback. Option (b) does offer the advantage that the University directly pays for the invoices, but the process involves a lot of paperwork and is very time consuming for the Travel Coordinator to manage. We are looking for an invoice process that improves the overall efficiency and accuracy of our process and can free up our staff’s time to focus on more value-added activities. Project Objectives With the successful travel management service provider, the Department of Athletics hopes to achieve the following: • Handle all athletics team travel arrangements through a dedicated service provider • Receive competitive and predictable rates for travel related services for the duration of the contract • Receive consistent and reliable customer service on day-to-day requests and making any last minute changes in travel plans • Free up time in managing the invoicing process of travel arrangements to focus on other value added activities • Receive regular reports for auditing, payment and contract performance analysis Key Deliverables The successful respondent is expected to provide: • One stop shop for daily travel booking needs • Dedicated team to provide customer service • Dedicated account management for the agreement • Responsive booking change services for travel arrangements. • Consolidated monthly electronic invoicing • Various marketing and sponsor activities as agreed • Various reporting on travel activities University’s Travel Booking Standards General Booking Services • Regular service team is available by either phone or email during 8:00AM to 6:00PM. • After-hours service team can be reached through a toll-free number or email • Travel bookings can be made throughout the week including weekends and statutory holidays • Various booking communication methods available to meet various needs and situations including phone and email • Booking requests indicated as urgent are responded within four (4) hours • Booking confirmation and itinerary is sent electronically for each traveler within a travel group Booking Changes and Cancellations • Changes can be made to existing travel bookings up to twenty four (24) hours before departure time • The University can cancel any existing travel bookings up to twenty four (24) hours before departure time • Any request of booking change or cancellation will be responded within twelve (12) hours after the request is made It is the University’s intention to enter into an agreement with one (1) legal entity. The term of the agreement is to be for five (5) 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 May 30, 2025 2:00 PM EDT.

Reference #: RFP-2025023. Name: Custodial Services for New Liskeard Research Centres

Description: This Request for Proposal (“RFP”) is an invitation to prospective Respondents to submit non-binding proposals for the provision of Custodial Services for New Liskeard Research Centres, as further described below. Project Overview The Ontario Crops Research Centre - New Liskeard (OCRC) and the Ontario Beef Research Centre – New Liskeard (OBRC) are two of the facilities supporting the unique partnership between the University of Guelph and Ontario Ministry of Agriculture, Food and Agribusiness (OMAFA). The Ontario Agri-Food Innovation Alliance (previously the OMAFRA and U of G Partnership) is a collaboration between the Ontario Ministry of Agriculture, Food and Agribusiness and the University of Guelph with a mandate to advance research and innovation that contributes to the success of the province’s agri-food sector and promotes rural economic development. Research, laboratory, and veterinary capacity programs operated by U of G under the Alliance continue to ensure Ontarians have access to healthy, safe food, and that farmers and businesses have the information they need to be competitive and sustainable. This partnership is working to usher in the next generation of agri-food innovations by supporting the people, places, and programs that generate Ontario solutions with global impact. The Ontario Crops Research Centre - New Liskeard and Ontario Beef Research Centre – New Liskeard are focused on strengthening the field crop and beef industries. The University currently has a contract in place to cover professional custodial services at the OCRC and OBRC until May 31, 2025 and seeks to issue a new contract commencing July 1, 2025. Ontario Crops Research Centre (OCRC) 883280 Highway 65E, New Liskeard, ON, P0J 1P0 Ontario Beef Research Centre (OBRC) 138093 Peter’s Rd, New Liskeard ON, P0J 1P0 The University requires professional custodial services to support the operations at both locations. The contract area at OCRC is all in one building and includes approximately 1800 square feet comprised of four offices, one open office area, one lunchroom, three washrooms, a lobby and hallways which require three times weekly cleaning, and an additional 1000 square feet consisting of a laboratory room and a crop processing room which need deep cleaning annually. A floorplan and a chart outlining square footage and floor covering is included in Appendix E. The contract area at the OBRC is all in one building and limited to the administrative wing of a larger livestock research facility. The administrative wing includes two office windows, and 1 small window in a nearby door, approximately 900 square feet comprised of an office space, lunchroom, hallways, washroom, and utility room. The successful Respondent is to complete all cleaning requirements, three times weekly, after hours (on weekdays after 4:30 pm) as outlined in the detailed in Appendix E. Additional deep cleaning, which is required monthly, every six months or annually, are also detailed in Appendix E. Deep cleaning should be scheduled on weekends. The OCRC building will be accessed by a FOB system and security code and the OBRC building will be accessed with a key. Respondents must have experience providing professional cleaning services within an office or institutional environment and demonstrate they have the necessary expertise. References are required for work similar to what is described above for a client such as a post-secondary institution, research facility or government organization. A.2 Project Objectives By obtaining Custodial Services for New Liskeard Research Centres, the University is looking to ensure efficient and reliable cleaning services are provided at both the OCRC and OBRC, within the contract. The University’s expectation is to engage in a multi-year contract with a professional custodial service company to maintain consistent and good cleaning services in an effective manner. A.3 Key Deliverables The successful Respondent shall carry out the custodial services according to requirements listed in Appendix E– Specification of the Work. For a detailed breakdown of the scope of work for each area and a layout plan, please refer to Appendix E – Specification of the Work. It is the University’s intention to enter into an agreement with one (1) legal entity. 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 May 06, 2025 2:00 PM EDT.

Reference #: 2025011. Name: Elemental Analyzer

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 requires an elemental combustion analyzer capable of measuring carbon (C), nitrogen (N), and sulfur (S). The analyzer should be able to analyze solid samples, including plant material, soil, fertilizers, and organic amendments like manure and compost. It should also feature an auto-sampler for high-throughput processing, ensuring consistent, rapid, and accurate analysis across a broad range of sample concentrations. 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 Apr 21, 2025 2:00 PM EDT.

Reference #: 2025007. Name: Communication Components

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 RFP is an invitation to submit non-binding offers for the supply and delivery of communications components as listed in Appendix C for a two (2) year term, with the option, in favor of the University, to extend the contract for an additional term of up to three (3) additional one (1) year terms. 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 Apr 07, 2025 2:00 PM EDT.

Reference #: 2024048. Name: BioLector XT Microbioreactor

Description: This Advance Contract Award Notice (ACAN) is intended to communicate the University of Guelph’s (University) intention to procure a BioLector XT Microbioreactor. To the best of our knowledge, Beckman Coulter is the only supplier capable of providing the goods and services 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 a summary of the goods and/or services intended to fulfill the requirements outlined in 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 entirety of section 4 and insert their answers immediately following each requirement. c) Provide an estimated cost of delivering 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 closing time of February 26, 2025 by 14:00:00 local time. The University will not accept paper, fax or email submission. To contact the University or ask questions in relation to this ACAN, suppliers must initiate the communication electronically through the Opportunity Q&A of the Portal. All Statement of Capabilities are to be in English only. This procurement is subject to Chapter Five of the Canadian Free Trade Agreement. Project closes Feb 26, 2025 2:00 PM EST.

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.
Subscribe to Financial Services aggregator