Recent Public Competitive Bidding Opportunities

Subscribe to Recent Public Competitive Bidding Opportunities feed
The Open Public Opportinities rss feed contains all opportunities for this organization that are visible through the public portal.
Updated: 9 min 57 sec ago

Reference #: RFSQ-2026047. Name: Fertilizer & Pesticide for Crops at OMAFRA Research Stations - VOR

Mon, 2026-05-04 14:00
Description: This Request for Supplier Qualification Supplier Qualification (“RFSQ”) is an invitation by the University of Guelph (the University) to submit non-binding proposals to become part of a Vendor of Record (VOR) for the provision of Fertilizer and Pesticide products as further described in the RFSQ document. Background The University of Guelph is a research-intensive and learner-centred university with a strong sense of community. The University is known for excellence in agriculture, veterinary medicine, engineering and the arts and sciences, and for its commitment to developing exceptional thinkers and engaged citizens. Innovation fuels economic development, job creation, and trade across the agri-food sector. A world-class network of research stations enabling multidisciplinary research powers this innovation in Ontario. In total there are almost two dozen facilities within the research stations, each supporting a different globally competitive platform. Four of these Research Stations in the Guelph and surrounding area focus on crops research. The Elora Research Station is one of the largest agricultural research farms in Canada, covering 2,310 acres. It is designed to support intensive research in crops, soils, beef, dairy and swine. A variety of research programs use the 400-acre crops research portion of the Elora Research Station. Breeding programs in cereals (wheat, barley, oats), corn, edible beans, soybeans, canola and forages. Herbicide evaluation and development trials, forage and pasture management, potato, native flower and cole crop development, plus support for a variety of graduate student projects, occur on an ongoing basis. Additional research programs evaluate the effects of crop rotations on soil structure, crop performance and manure management. The balance of crop lands at the Elora Research Station are used to grow feed for the beef and dairy research centres. The Arkell Research Station covers 600 acres supporting poultry and equine research centres. Crop lands are used for cash crops and feed production at an on-site feed mill. Focusing on environmental sustainability, the Guelph Turfgrass Institute is a 300-acre station focusing on turf grass, pesticide impact, non-chemical pest control, planting methods and field management programs. The purpose of this initiative is to establish a Vendor of Record (VOR) list based on the specifications outlined in this RFSQ document. The VOR list is expected to be used by all the University’s departments in need of fertilizer and pesticides. Product Requirements The requirements are for Respondents capable of providing fertilizer and pesticides for the following categories: 1. Fertilizers – bagged (25 Kg per bag) 2. Fertilizers – Bulk 3. Pesticides – including herbicides, insecticides, fungicides and miscellaneous chemicals. Contracts will be awarded to up to three (3) top-ranked Respondents in each Product category. Respondents may submit pricing proposals for all three (3) categories and may be awarded in multiple categories. The three Appendix E – Pricing Proposals represent the forecasted order to be placed in January 2027. The Pricing Proposal also confirms current order locations, summarizes the categories, products, package sizes and estimated annual volumes. Note, actual products, mixtures, package sizes, volumes and order locations may change over time. Typically, the University requires the items similar to those listed in Appendix E before the crop season starts each year. During the cropping seasons (spring, summer and fall), additional pesticide and/or fertilizer requirements may be requested from the successful Respondents(s). PROJECT OBJECTIVES The University intends to establish three (3) Qualified Supplier lists to assist the with the procurement of Fertilizer and Pesticide products. The University will require Fertilizer and Pesticide on an as required basis and in doing so, the University seeks to achieve the following macro-objectives: • Receive high quality goods in a timely manner • Enhance our researcher’s experience and instill confidence that they are being provided with excellent quality product to support their work. • Access additional requirements throughout the cropping season • Obtain the best value and cost savings for the University’s needs • Support the University’s research needs in the area The University’s expectation is to engage in a multi-year contract with professional Fertilizer and Pesticide suppliers to provide high quality products in an efficient and reliable manner. KEY DELIVERABLES The successful respondent is expected to: • Maintain proper inventory to meet the University’s seasonal and annual demand. • 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 all Research Stations • Meet with the Manager, Research Station Operations when required, to address concerns and necessary improvements. CURRENT ENVIRONMENT Annual Volumes Refer to Appendix E – Pricing Proposal full details Delivery Sites All fertilizers and/or pesticides will be ordered for up to the three (3) sites below, either to be delivered to either of these sites or to be picked up by the University from these sites. 1) Elora Research Station 6182 Line, Pilkington Township, RR#2, Ariss, ON. N0B 1B0 2) Arkell Research Station 413 Arkell Rd, Guelph, ON. N1H 6H8 3) Guelph Turfgrass Institute 364 College Ave E, Guelph, ON. N1G 3B9 For detailed location, please refer to the University’s campus map found at: https://www.uoguelph.ca/campus/map/ Packaging Requirements To support the three Research Stations operations efficiency goals, the University has historically ordered products in two packaging sizes: a) Bulk b) Bagged – generally 25 kg c) Pesticides come in many different volume packaging from 1 litre up to 500 litres, depending on the product and manufacturer. The University shall order volumes and package sizes, as required to meet seasonal and annual demand. Order Patterns and Seasonality of Demand Pesticide and bagged fertilizer will be ordered by the first of February of each year, when current year pricing comes out and delivery will be taken in late March, early April. We will either pick up or have delivered, bulk fertilizer when we need it, starting in late April through May until planting is done and again in September for fall hay field application. The University is open to Respondent’s choices as which scale station(s) they are going to use for their conveniences and preferences. Quality Assurance and Consistency The consistency of Product is essential for the three Research Stations. The University expects to select respondents who can maintain consistency in both the quality and supply of the contracted product(s). 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 use, Researchers may find quality issues or inconsistencies with ordered product. 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 product. Additionally, as stated in the previous section, the University may also send out fertilizer or pesticide samples to a third party for composition analysis to confirm quality of product. Customer Service Order Response Time The University will issue blanket orders or forecasts with each successful respondent and will schedule releases of individual shipment under each blanket order, as required. The release will be requested by designated Research Station staff via phone call or email. When requesting release of a shipment, 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, to enable our Research Stations to plan and forecast 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 product is subject to inspection; poor quality product will be refused by the University. It is the University’s plan to either inspect quality of product at the time of delivery or within twenty-four (24) hours after delivery. Should a quality issue be found during product use, 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. The term of the agreement(s) is to be for a period of three (3) years plus two (2) optional one (1) year terms. The University is to qualify up to three (3) suppliers per category. 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 Jun 01, 2026 2:00 PM EDT.

Reference #: 2026078. Name: Gas Chromatography-Mass Spectrometry System

Tue, 2026-04-14 14:00
Description: This Request for Proposals (the “RFP”) is an invitation by the University of Guelph (the “University”) to prospective Bidders to submit proposals for a Gas Chromatography-Mass Spectrometry System (GC-MS), as further described in Section A of the RFP Particulars (Appendix B) (the “Deliverables”). The chosen Gas Chromatography–Mass Spectrometry (GC–MS) system will support research in the ComputFood Lab at the University of Guelph, led by Dr. Daniel Onwude. The lab focuses on improving food processing, preservation and postharvest systems to enhance food quality, nutrition, safety, and sustainability. Current research examines how processing and storage affect food composition and quality, particularly in plant-based foods. This includes studying changes in volatile compounds that influence flavor, freshness, and spoilage. The lab is seeking a fully integrated GC–MS configuration for liquid injection, static headspace, and HS-SPME, optimized for complex food matrices. The integrated GC–MS system should provide the capability to identify and measure volatile compounds and contaminants in food samples. This will support ongoing research aimed at improving product quality, detecting off-flavour compounds, reducing food waste, and developing more efficient food processing methods. 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. Interested proponent 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 posting (Vendor Discussions) on 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 May 11, 2026 2:00 PM EDT.

Reference #: RFP-2026068. Name: Laboratory Information Management System (LIMS)

Wed, 2026-04-08 16:30
Description: This RFP is an invitation by the University of Guelph to prospective Proponents to submit non-binding proposals for the provision of a Laboratory Information Management System (LIMS), as further described in the RFP. The Centre for Biodiversity Genomics (CBG) at the University of Guelph is a world leader in DNA barcoding and metabarcoding analysis. CBG intends to replace our obsolete BOLD LIMS by outsourcing development to a qualified software company with sufficient experience in developing software tools for genomic laboratories. We will consider solutions ranging from fully custom code development to a combination of off-the-shelf LIMS environments with adequate capacity for customization to fit the specific requirements of the Centre as outlined in this RFP. We are looking for an option that can be deployed in minimal time and budget without excessive compromise on workflow requirements. The Centre will consider both predominantly out-of-the-box solutions with configuration capabilities and highly customized solutions, provided either approach can accommodate the specific laboratory workflows, labware handling, sample genealogy tracking, and high-throughput processing volumes described in this RFP. Given the Centre’s unique scale and specialized workflows, some degree of customization will be required regardless of the platform chosen. Key Deliverables The successful proponent is expected to deliver: • Licensing for the software solution including code if the proponent develops the system explicitly for the Centre • Professional services to plan and execute the implementation the solution, including design, coding, installation, configuration, data migration where applicable, system integrations and testing for the software solution • Ongoing technical support and troubleshooting for the software application and any additional modules, updates and patches installed for the term of the agreement • User training Part of the RFP document package is a confidential document (Appendix G– CBG LIMS Workflow Diagrams). This document will not be released publicly. In order to access the document, Proponents must submit a signed Confidentiality and NDA (Appendix H) and request the confidential document before the deadline on April 28, 2026 at 2:00 p.m. (local time). It is the University’s intention to enter into the agreement with one (1) legal entity. The term of the agreement is to be for the full implementation of the project including development, setup, configuration, data migration, system integrations, testing, go-live activities and technical support for three (3) 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 additional terms of up to seven (7) additional one (1) year terms. 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. Interested proponent 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 May 05, 2026 2:00 PM EDT.

Reference #: RFP-2026069. Name: Management of Athletic Facilities & Programming at Ridgetown Campus

Fri, 2026-03-13 14:00
Description: This Request for Proposal (“RFP”) is an invitation by the University of Guelph (“University”) to prospective Respondents to submit non-binding proposals for the provision of Management of Athletic Facilities & Programming Services at Ridgetown Campus, as further described below. Project Scope The University of Guelph – Ridgetown Campus is seeking proposals from qualified firms to provide Athletic Facilities and Programming Management Services for its Fitness Centre (approximately 400 sq. ft.) and Double Gymnasium. The objective is to establish a professionally managed, safe and inclusive recreation program that enhances student wellness, increases utilization, and supports long-term operational sustainability. Historically, these facilities have operated without a dedicated recreation management model, resulting in limited programming, minimal marketing, and underutilization. The University intends to implement a structured operating model to maximize the value and impact of these spaces. The facilities operate under a student-funded access model. The successful Respondent will be responsible for day-to-day operations, staffing, programming, marketing, membership administration, technology systems, and revenue development, including staff and community memberships and facility rentals. The University will retain ownership of the facilities and authority over strategic direction, operating hours, fee structures, and access priorities. Project Objectives This Request for Proposal (“RFP”) is an invitation by the University of Guelph (“University”) to prospective Respondents to submit non-binding proposals for the provision of Management of Athletic Facilities & Programming Services at Ridgetown Campus, as further described below. Project Scope The University of Guelph – Ridgetown Campus is seeking proposals from qualified firms to provide Athletic Facilities and Programming Management Services for its Fitness Centre (approximately 400 sq. ft.) and Double Gymnasium. The objective is to establish a professionally managed, safe and inclusive recreation program that enhances student wellness, increases utilization, and supports long-term operational sustainability. Historically, these facilities have operated without a dedicated recreation management model, resulting in limited programming, minimal marketing, and underutilization. The University intends to implement a structured operating model to maximize the value and impact of these spaces. The facilities operate under a student-funded access model. The successful Respondent will be responsible for day-to-day operations, staffing, programming, marketing, membership administration, technology systems, and revenue development, including staff and community memberships and facility rentals. The University will retain ownership of the facilities and authority over strategic direction, operating hours, fee structures, and access priorities. Project Objectives By securing Athletic Facilities & Programming Management Services, Ridgetown seeks to achieve the following objectives: a) Maximize utilization of the Fitness Centre and Double Gymnasium through structured programming, supervised operations, and effective scheduling. b) Establish a professionally managed recreation operation that ensures safety, accountability, and consistent service delivery. c) Generate sustainable revenue through staff and community memberships, rentals, and programming to support operational viability and potential service expansion. d) Enhance the student experience by providing inclusive and accessible recreation opportunities that promote physical and mental wellness e) Develop and execute a marketing and community engagement strategy to increase participation and strengthen campus-community connections. f) Implement membership management technology and reporting systems to ensure accurate financial tracking, access control, and performance monitoring Operate within a governance framework where the University retains strategic direction, fee oversight, operating hours, and access priorities. Key Deliverables The successful Respondent shall carry out the Athletic Facilities & Programming Management Services at Ridgetown Campus according to requirements listed in A.4 – Scope of Services Required. At minimum, the Respondent shall: a) Provide a comprehensive operational management plan, including staffing structure and supervisory model. b) Deliver structured fitness and recreation programming. c) Implement a revenue generation strategy. d) Provide a membership management and administration system. e) Deliver marketing and community engagement initiatives. f) Provide reporting and performance metrics. g) Ensure compliance with health, safety, and governance requirements. Scope of Services Required The successful Respondent shall provide comprehensive Athletic Facilities & Programming Management Services in accordance with the following requirements. Facility Operations The Service Provider shall: a) Manage day-to-day operations of the Fitness Centre and Double Gymnasium. b) Provide on-site supervision during all approved operating hours. c) Ensure a minimum of one (1) trained staff member is present at all times the facility is open. d) Schedule additional staff during peak periods, special events, rentals, or high-volume programming. e) Ensure all on-site staff maintain valid CPR and First Aid certification. f) Maintain a safe, orderly, and welcoming environment. g) Coordinate facility scheduling and space allocation in alignment with University access priorities. h) Ensure compliance with University policies and applicable legislation. Operating Hours- Base Hours: a) Monday–Friday: 12:00 p.m. – 10:00 p.m. b) Saturday–Sunday: 12:00 p.m. – 5:00 p.m. Any proposed modifications to hours must receive prior University approval, Programming & Fitness Services The Service Provider shall: a) Develop and implement a structured fitness and recreation programming plan appropriate to the scale and capacity of the Fitness Centre and Double Gymnasium. b) Propose a mix of group fitness classes, specialty programming, leagues, clinics, and events designed to enhance student wellness and encourage participation. c) Outline the proposed program model, including frequency, target audience, class capacity, and program lifecycle management. d) Identify opportunities for revenue-generating programming and demonstrate how such programming supports operational sustainability. e) Regularly evaluate and refresh programming offerings based on participation data and demand. The Service Provider is expected to maintain an active and evolving programming schedule appropriate to the scale of the facility, designed to promote participation, engagement, and student wellness throughout the term of the agreement. Marketing & Promotional Services The Service Provider shall: a) Develop and execute a marketing and promotional strategy. b) Promote participation among students, faculty, staff, and community members. c) Support membership growth initiatives. d) Build local community partnerships to support rentals and programming. e) Ensure all marketing materials align with University branding guidelines. Administration & Financial Management The Service Provider shall: a) Provide and maintain a recreation management software system. b) Administer membership registration, renewals, cancellations, payments, and access control. c) Manage program registrations and facility rentals. d) Distribute, collect, review, approve, and securely store participant waivers and risk acknowledgment forms required for facility access, programs, leagues, rentals, or special events. Waiver language and requirements may be subject to review and approval by the University. e) Operate secure payment processing systems. f) Ensure that all systems used to process, store, or transmit payment card information comply with the Payment Card Industry Data Security Standard (PCI DSS). Where third-party payment processors are used, the Service Provider shall ensure that such providers are PCI DSS compliant. g) Provide transparent financial reporting consistent with a cost-plus model. h) Submit monthly financial and utilization reports. i) Track and report key performance indicators including: i. Membership level. ii. Revenue generation iii. Utilization rates iv. Program participation Equipment & Facility Stewardship The Service Provider shall: a) Maintain inventory of existing equipment and assets. b) Conduct routine inspections and coordinate maintenance. c) Report equipment deficiencies or safety concerns promptly. d) Provide recommendations for equipment replacement or upgrades. e) Coordinate cleanliness standards with University Facilities staff. f) Ensure proper storage and care of equipment. Organizational Structure & Governance The Service Provider shall: a) Provide a clear organizational structure and reporting hierarchy. b) Identify qualifications of key personnel. c) Participate in regular review meetings with the University. d) Operate within a governance framework in which the University retains: i. Strategic direction ii. Operating hours iii. Fee structures iv. Access priorities v. Major program approvals e) Ensure that all programming and activities are conducted within the facilities align with University policies, operational priorities, and approved event categories. f) Third-party rentals, external programming, or special events shall not be permitted without the prior written approval of the University. g) The University and the Service Provider will establish an approved event framework outlining permitted event types and operational limitations, including reasonable restrictions on event scale, attendance, and risk profile. h) Certain higher-risk activities or events (including but not limited to martial arts, combat sports, or other activities deemed high risk by the University) may require additional insurance coverage and explicit written approval from the University prior to being scheduled. i) Where higher-risk activities are approved, the Service Provider may be required to demonstrate additional insurance coverage, which may include liability limits of up to $10,000,000 per occurrence, or such higher limits as may be reasonably required by the University. Health & Safety The Service Provider shall: a) Maintain documented health and safety policies and procedures. b) Implement incident reporting and documentation protocols. c) Coordinate with Campus Safety as required. d) Ensure compliance with applicable provincial and federal legislation. e) Maintain WSIB coverage and training records. f) Provide ongoing staff training in safety procedures. Provide evidence of compliance upon request. 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 two (2) 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 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 Apr 16, 2026 2:00 PM EDT.

Reference #: RFP-2026061. Name: Animal Use Protocols (AUP) Software

Fri, 2026-02-27 15:00
Description: This RFP is an invitation by the University of Guelph to prospective Respondents to submit the second module to be procured within the implementation of a University wide Research Administration and Information Management System (RAIMS solution). Respondents should note that this RFP is for the Animal Use Protocols Software Module only (submission, tracking, regulation, and documentation of procedures, ethical compliance, and animal welfare standards in scientific research or teaching involving animal subjects), Respondents should provide information and pricing strictly for this module. It is the University’s intention to enter into the agreement with one (1) legal entity. 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 five (5) additional one (1) 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 Mar 24, 2026 2:00 PM EDT.

Reference #: RFSQ-2026041 Revision 1. Name: Real Estate Services RFSQ (VOR)

Wed, 2026-02-11 14:00
Description: This Request for Supplier Qualification Supplier Qualification (“RFSQ”) is an invitation by the University of Guelph (the University) to submit non-binding proposals to become part of a Vendor of Record (VOR) for the provision of Real Estate Services as further described in the RFSQ document. The Real Estate Division is an ancillary department within the University of Guelph, responsible for the management, planning and development of real estate properties non-core to the University’s academic mission. The scope of the Real Estate Division’s holdings is extensive including research innovation parks, agricultural land, aggregate mines, greenfield sites, golf course facilities, single-family residential and mixed-use buildings. As a result of changing provincial funding models, the University is diversifying revenue streams to support our academic mission. In addition to generating revenue, the land holdings provide a unique opportunity to deliver housing and support a shared mission of economic development, innovation, community building and place-making within the City of Guelph. Project Objectives The Real Estate Division at the University intends to establish Qualified Supplier lists to assist the with the procurement of the five (5) Real Estate service categories: 1. Real Estate Marketing Services – Appendix F 2. Valuation & Appraisal Services – Appendix G 3. Transaction Advisory Services – Appendix H 4. Real Estate Brokerage Services – Appendix I 5. Financial & Economic Advisory Services – Appendix J Respondents may submit for any number of the five (5) Real Estate Service categories as listed. Requested and mandatory documents for each category will be outlined in the University’s submission portal and in the RFSQ documents. Scope The University plans to utilize this VOR to identify and prequalify up to three (3) suppliers per Real Estate Service category. The University seeks proposals from Qualified Suppliers with relevant experience, qualifications and expertise who have the capability to provide the following: • Real Estate Marketing Services • Valuation & Appraisal Services • Transaction Advisory Services • Real Estate Brokerage Services • Financial & Economic Advisory Services The term of the agreement(s) is to be for a period of three (3) years plus two (2) optional one (1) year terms. The University is to qualify up to three (3) suppliers per category. 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 Mar 10, 2026 2:00 PM EDT.

Reference #: RFSQ-2026041. Name: Real Estate Services RFSQ (VOR)

Wed, 2026-01-28 14:00
Description: This Request for Supplier Qualification Supplier Qualification (“RFSQ”) is an invitation by the University of Guelph (the University) to submit non-binding proposals to become part of a Vendor of Record (VOR) for the provision of Real Estate Services as further described in the RFSQ document. The Real Estate Division is an ancillary department within the University of Guelph, responsible for the management, planning and development of real estate properties non-core to the University’s academic mission. The scope of the Real Estate Division’s holdings is extensive including research innovation parks, agricultural land, aggregate mines, greenfield sites, golf course facilities, single-family residential and mixed-use buildings. Through the renewed Strategic Plan (Our Time, 2022-2027) we have committed to help restore financial health through diversified and enhanced revenue streams. As such, we are looking to reimagine the urban holdings to both maximize revenue generation, while enhancing the local community, delivering diverse housing typologies, advancing action on climate change and nurturing collaboration, innovation, entrepreneurship, and research commercialization. As a result of changing provincial funding models, the University is diversifying revenue streams to support our academic mission. In addition to generating revenue, the land holdings provide a unique opportunity to deliver housing and support a shared mission of economic development, innovation, community building and place-making within the City of Guelph. We are committed to bold action in mitigating and adapting to the impacts of climate change and advancing environmental sustainability. As such, we are seeking a Respondent with a strong commitment to delivering precedent-setting models of prioritizing sustainability within strategic land use planning. The strategic land use plan will serve as a model for climate-friendly, climate-resilient, pedestrian and transit-oriented land use planning. Urban design and connectivity to the surrounding community will be an integral component to this work. Adjacent to the University, and within the geographic centre of the City of Guelph, the strategic land use plan will illustrate the envisioned massing and the relationship between built form, connectivity, land uses and open spaces. The strategic land use plan will prioritize a built form that leverages density, proximity and mix of uses, including but not limited to residential, commercial, retail, student housing, laboratory, greenspace, and community amenities to enhance sense of place by planning for development that fosters connection, convergence, innovation, entrepreneurship, economic resiliency and livability. To ensure integration with the surrounding community, the strategic land use plan will be designed to be truly pedestrian and transit oriented. As such, the Respondent will provide a conceptual urban design and connectivity plan. Stakeholder engagement will play a key role in informing the development of the strategic land use plan. The successful Supplier will facilitate stakeholder engagement on behalf and in collaboration with the Real Estate Division. We understand the innate connection between the role of space and inclusivity and well-being. As such, we are seeking a Respondent that is committed to prioritizing equity, diversity, inclusion, and indigeneity through all aspects of their work. In particular, the Respondent should be competent in applying a gender-based lens to the strategic land use planning to ensure everybody, regardless of their gender can actively and comfortably participate in these future spaces. Project Objectives The Real Estate Division at the University intends to establish Qualified Supplier lists to assist the with the procurement of the five (5) Real Estate service categories, each highlighted in section A.3 below. The University will require these services on an as required basis and in doing so, the University seeks to achieve the following macro objectives: • Supplement and support the Real Estate Division at the University as needed to address backlogged requests and new request with aggressive deadlines. • Create increased value for the University • Provide effective representation and support for the Real Estate Division’s operations and real estate portfolio. Scope The University plans to utilize this VOR to identify and prequalify up to three (3) suppliers per Real Estate Service category. The University seeks proposals from Qualified Suppliers with relevant experience, qualifications and expertise who have the capability to provide the following: 1. Experienced designated professionals who are knowledgeable in local, non-residential markets in Guelph and Ontario. 2. Appropriate cost effective sourcing strategies. 3. Professional valuations, advisory services and execution services. 4. Efficient, ethical and effective transaction management. 5. Research, analysis, accurate market data and market insights. 6. Customized reports covering market rends, local economic and demographic data for near term decision making and long range planning 7. Transparency and good governance. 8. An experienced account team to work closely with the University and be available for presentations / interactions with senior executives. 9. Streamlined processes for managing multiple large and small transactions and projects across several markets. 10. Licensed professionals in good standing with local and provincial Real Estate Boards. The University will reserve the right to undertake any market research and negotiations directly with landlords, vendors and purchasers, at its sole discretion. Service Categories The Qualified Supplier list will be broken out into the following service categories: Real Estate Marketing Services – Appendix F Valuation & Appraisal Services – Appendix G Transaction Advisory Services – Appendix H Real Estate Brokerage Services – Appendix I Financial & Economic Advisory Services – Appendix J The term of the agreement(s) is to be for a period of three (3) years plus two (2) optional one (1) year terms. The University is to qualify up to three (3) suppliers per category. 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 Mar 04, 2026 2:00 PM EST.