For suppliers
Through its acquisition process, the university contracts for goods and services from third-party suppliers. Find information here on the bid process, current bid opportunities, bid results and pre-qualified suppliers.

COVID-19 update
Beginning May 4, 2022, and effective for the duration of the Summer Term, all visitors, staff and students must continue to wear masks in all indoor spaces on UM campuses.
KN95 masks are highly recommended, but three-ply medical masks (minimum ASTM Grade 2) will also be acceptable. The University of Manitoba no longer requires proof of vaccination.
If these requirements prevent you from providing goods or services to the university, please contact Purchasing Services at Purchasing@umanitoba.ca
Please visit the COVID-19 updates page for more University of Manitoba COVID-19 information.
The UM Public Purchasing Portal
If you are a supplier or potential supplier to the University of Manitoba, the UM Public Purchasing Portal is where you set up an account with the university and respond to the bid opportunities listed on this page. You will also find the full list of current opportunities on the portal.
In the portal you can:
- Register and create a new vendor account
- Log in to your existing vendor account
- Review and respond to UM open public opportunities
These competitions are hosted through the Bonfire Portal Service.
How to bid on a competition
Submit bids electronically
The University of Manitoba accepts bid submissions electronically only, through the UM Public Purchasing Portal.
- All bids must be submitted before the closing time and date.
- Consult the bidding requirements and submission instructions on the portal well ahead of the competition closing date.
- Allow yourself sufficient time to prepare your response and for uploading submission files. Allow at least two hours to upload files.
Bidders responsibility to monitor addenda
When bidding on a competition, it is your responsibility to monitor the UM Public Purchasing Portal for all addenda relating to the competition. It is also your responsibility to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Purchase orders, contracts and service agreements
Here is the standard wording for University of Manitoba purchase orders, service agreements and contracts.
Purchase order terms and conditions
1. Definitions
a) Agreement means the terms and conditions contained herein, together with any schedules attached hereto, as well as the information contained in the relevant Purchase Order.
b) Change Order means the standard form change order used by the university, as amended from time to time, which sets out changes or modifications to an existing Purchase Order.
c) Purchased Goods/Services means the good and/or services which are the subject matter of the Purchase Order, as more specifically described on the face of the relevant Purchase Order.
d) Purchase Order means the standard form purchase order used by the University, as amended from time to time, which sets out information relevant to the purchase, including (amongst other things) the name of the Supplier, the nature of the Purchased Goods/Services, and the associated cost.
e) Supplier means the corporation, sole proprietorship, partnership, joint venture or individual listed on the face of the Purchase Order as the independent contractor providing the Purchased Goods/Services.
f) University means The University of Manitoba.
2. Entire agreement
The following terms and conditions, together with the terms and conditions on any attached schedules and the face of the attached Purchase Order form the entire agreement between the University and the Supplier, and shall be deemed to be accepted by the Supplier upon commencement of performance hereunder.
There are no undertakings, representations, or promises, express or implied, other than those contained in this Agreement.
3. Termination
This Agreement may be terminated as follows:
(a) By the University where:
(i) in the reasonable opinion of the University, the Purchased Goods/Services provided by the Supplier are unsatisfactory, inadequate, or are improperly provided;
(ii) in the reasonable opinion of the University, the Supplier has failed to comply with any substantive term or condition of this Agreement;
the Supplier is dissolved or becomes bankrupt or insolvent;
(iii) the Supplier is dissolved or becomes bankrupt or insolvent;
(iv) the Supplier’s insurance coverage is cancelled, threatened to be cancelled, reduced or adversely changed;
(v) there has been a delay in performance of the Agreement as contemplated by section 8; or
(vi) the Purchased Goods/Services are provided in connection with a project, for which the University has been awarded funding from an external source, and that project has been terminated or funding reduced.
(b) By mutual agreement of the parties, expressed in writing.
4. Upon termination
Upon termination of this Agreement, the Supplier shall cease to provide any further Purchased Goods/Services. The University shall be under no obligation to the Supplier other than to pay, upon receipt of an invoice and satisfactory supporting documentation, such compensation as, in the reasonable opinion of the University, the Supplier may be entitled to receive under this Agreement for Purchased Goods/Services provided to the satisfaction of the University up to the date of termination.
5. Amendment
This Agreement may be amended at any time by the University issuing a Change Order, or with the mutual written consent of the parties. The University is not obligated to pay any amount for the Purchased Goods/Services in excess of the amount stated on the Purchase Order, unless the Agreement is amended pursuant to this section.
Prior to the Supplier commencing performance under this Agreement, this Agreement may be replaced by the University issuing a Revised Purchase Order.
6. Compliance with laws
Supplier agrees to comply with all applicable Federal, Provincial and local laws, orders and regulations, which in any way, directly or indirectly, affect the price, production, sale or delivery of the Purchased Goods/Services. This Agreement shall be governed by the laws of the Province of Manitoba and any disputes hereunder shall be heard in the exclusive jurisdiction of The Court of Queen’s Bench (Winnipeg Centre) in Manitoba. The Supplier may be asked by the University to furnish evidence of the Supplier obtaining certifications or permits that may be required by such laws, orders and regulations.
The Supplier shall be duly registered and qualified to do business wherever necessary to carry out the terms of this Agreement, and may be asked by the University to provide evidence thereof.
7. No assignment
This Agreement or any of the rights or obligations hereunder, shall not be assigned, in whole or in part, by the Supplier without the prior written consent of the University.
8. Cancellation and notice of delay
Time is of the essence to this Agreement. The University reserves the right to terminate all or any portion of this Agreement if the Purchased Goods/Services are not delivered within the requested time, if stated.
If the Supplier has reason to believe that the Purchased Goods/Services will not be delivered within the requested time, or if not stated, within a reasonable time, written notice setting forth the cause and extent of the anticipated delay and an alternate delivery date will be given immediately to the University.
The University may, at its option, elect to accept or reject the alternate delivery date. In the event of rejection, the University may at its option, terminate this Agreement. It is the Supplier’s obligation to obtain the University’s response to the alternate delivery date, and failure of the University to respond to such notice will not be deemed to constitute acceptance of the proposed alternate delivery date.
Neither the University nor the Supplier shall be responsible for delays or failures to meet its obligations under this Agreement, including delivery, receipt, or payment obligations when the delays or failures are due to fires, floods, strikes, acts of God, acts of public authorities, or pandemic illnesses or conditions.
9. Warranty and indemnity
The Supplier expressly warrants that all Purchased Goods/Services delivered under this Agreement will conform to any sample and any specifications, drawings or other description furnished or adopted by the University and will be fit and sufficient for their intended purpose, of merchantable quality, of good material and workmanship and free from defect.
The Supplier shall provide the Purchased Goods/Services in a good and workmanlike manner, with reasonable skill and care, and to the full satisfaction of the University;
The Supplier shall defend, indemnify and save the University (including its employees, agent, representatives, and contractors) harmless from any and all losses, damages, and costs (including legal fees and disbursements on a solicitor/client basis) caused by reason of any action or omission of the Supplier related to its performance of this Agreement, or any alleged violation by the Supplier of any relevant laws, orders and regulations.
The Supplier may be required to carry insurance of a type and with limits and terms as set out on the Purchase Order or an attached schedule, and may be asked by the University to provide evidence thereof.
These warranties and indemnities shall survive performance of the Agreement or termination, whichever is applicable.
10. Inspection and rejection
All Purchased Goods/Services shall be delivered subject to inspection by the University within a reasonable time. Payment by the University shall not constitute acceptance by the University as to quality or quantity. If any Purchased Goods/Services are rejected by the University on reasonable grounds, the Supplier shall forthwith replace or repair the relevant goods or properly perform the services at its own cost. The Supplier will bear the cost of any inspection of Purchased Goods/Services where such inspection leads to a rejection by the University.
11. Excess shipment
Goods shipped in excess of specified quantities may be returned to Supplier at Supplier’s expense.
12. Intellectual property litigation
In the event that any suit or proceeding alleging infringement of any patent or copyright, or alleging unfair competition resulting from similarity in the design or appearance of Purchased Goods/Services is brought against the University, the Supplier agrees that it will promptly, on notification of such proceeding, assume defense thereof, and that it will pay and discharge all costs and expenses in defense thereof, and will also pay or satisfy all costs, damages, royalties or profits which may be decreed or awarded against the University (including its employees, agents, representatives and contractors) for or on account of any Purchased Goods/Services.
If it so desires, University may be represented by its own counsel in any such suit or proceeding at its own cost.
13. Supplier expenses
The Supplier shall be solely responsible for making any arrangements and for paying any and all expenses incurred in connection with providing the Purchased Goods/Services (including telephone, office supplies, document copying, facsimile transmission, postage, overhead, salaries and all types of insurance). The Supplier shall be solely responsible for all employer and employee contributions and deductions for the Supplier and any staff including Worker’s Compensation, Canada Pension Plan, Employment Insurance and federal and provincial income taxes.
14. Supplier non-resident
If the Supplier is a non-resident of Canada supplying Services within Canada, the University must withhold fifteen percent (15%) of the contract price pursuant to the Income Tax Act (Canada) unless the Supplier has obtained and provided to the University prior to the payment being issued a CRA Waiver indicating that the University is not required to withhold tax on behalf of the Supplier. The related CRA website is http://www.cra-arc.gc.ca/tx/nnrsdnts/cmmn/rndr/pyr-eng.html.
15. Supplier legal and policy requirements
(a) The Supplier must comply with all applicable University policies, procedures, guidelines, and rules which are available on the University’s website, or of which the Supplier has been advised.
(b) The Supplier must comply with the University’s policies regarding conflict of interest.
(c) Should the Supplier gain access to personal information (as that term is defined under The Freedom of Information and Protection of Privacy Act), or personal health information (as that term is defined under The Personal Heath Information Act), the Supplier shall ensure that such information is kept confidential and is not disclosed without the written consent of the University. The Supplier shall take reasonable steps to ensure than all of its employees, contractors or agents are bound by the same obligation of confidentiality. This obligation shall survive the performance or termination of this Agreement, whichever is applicable.
(d) Acceptance of this Agreement does not constitute employment by the University or employment under The Employment Insurance Act. The status of the Supplier shall at all times remain that of an independent contractor.
16. Intellectual property rights
All intellectual property rights to materials produced by the Supplier in the performance of this Agreement, including but not limited to documents, raw data, research results, processes, technology, programs and inventions shall belong to the University, unless specified in the relevant Purchase Order or an attached schedule. The Supplier further waives any moral rights to materials produced in the performance of this Agreement, and the University shall be entitled to use such materials for any purpose, including modification, digitalization, distribution or sale.
17. Asbestos notification
The Supplier hereby acknowledges that the University of Manitoba has friable and non-friable asbestos-containing materials present throughout buildings owned, leased and/or otherwise occupied by the University. For a complete listing of any asbestos-containing or suspect asbestos material known to be present, refer to the most recent version of the Asbestos Survey Report maintained on file by the Environmental Health and Safety Office (“EHSO”) (474-6633).
Any Supplier required to perform activities that may result in the disturbance of asbestos-containing materials must:
(a) Review the most recent Asbestos Survey Report.
(b) Advise their employees, agents, contractors and representatives as to the appropriate precautions and safety measures to be taken;
(c) Give notice to EHSO that known or suspected asbestos-containing materials will be disturbed.
(d) Request EHSO to provide any information or assistance with required training which may be available through the University.
(e) Give notice to EHSO if the Supplier encounters unanticipated suspected asbestos-containing materials during the performance of its duties.
(f) Halt performance of activities if required to do so by EHSO. A Supplier may not charge any amount for Purchased Goods/Services in excess of the amount stated on the Purchase Order on account of having to deal with asbestos, unless the presence of asbestos was not disclosed on the Asbestos Survey Report. If unanticipated asbestos-containing materials are encountered, the University may, at its option, issue a Change Order:
(a) providing for payment of an extra amount deemed reasonable by the University, or
(b) altering the Purchased Goods/Services, which alteration may result in a significant change in the scope of the project.
18. Contractor safety notification
To ensure that workers performing services for a Supplier are aware of University safety and health requirements, workers providing installation, repair and maintenance services may be required by the University to attend a health and safety orientation prior to commencing work.
The orientation will be provided by the University without charge to the Supplier or the workers.
Workers attending the orientation will be provided with personalized certificate of attendance, and may periodically be requested to produce the certificate while performing their work. The certificate will be valid for a fixed period of time, after which renewal will be required.
For more information, visit Contractor orientation.
Standard contract terms and conditions
These terms and conditions apply:
- Unless the supplier has signed a separate agreement with the university, in which case the separate agreement shall govern, or
- Unless the university has issued a purchase order for the purchased goods or services, in which case the university's purchase order terms and conditions shall apply to this transaction.
1. Definitions
(a) “Agreement” means the terms and conditions contained herein, together with any schedules attached hereto, as well as the information contained in the relevant Contract;
(b) “Amendment” means the standard form amendment used by the University, as amended from time to time, which sets out changes or modifications to an existing Contract;
(c) “Contract” means the standard form contract used by the University, as amended from time to time, which sets out information relevant to the purchase, including (amongst other things) the name of the Supplier, the nature of the Purchased Goods/Services, and the associated cost;
(d) “Purchased Goods/Services” means the good and/or services which are the subject matter of the Contract, as more specifically described on the face of the relevant Contract;
(e) “Supplier” means the corporation, sole proprietorship, partnership, joint venture or individual listed on the face of the Contract as the independent contractor providing the Purchased Goods/Services; and
(f) “University” means The University of Manitoba.
2. Entire agreement
The following terms and conditions, together with the terms and conditions on any attached schedules and the face of the attached Contract form the entire agreement between the University and the Supplier, and shall be deemed to be accepted by the Supplier upon commencement of performance hereunder. There are no undertakings, representations, or promises, express or implied, other than those contained in this Agreement.
3. Termination
This Agreement may be terminated as follows:
(a) By the University where:
(i) in the reasonable opinion of the University, the Purchased Goods/Services provided by the Supplier are unsatisfactory, inadequate, or are improperly provided;
(ii) in the reasonable opinion of the University, the Supplier has failed to comply with any substantive term or condition of this Agreement;
(iii) the Supplier is dissolved or becomes bankrupt or insolvent;
(iv) the Supplier’s insurance coverage is cancelled, threatened to be cancelled, reduced or adversely changed;
(v) there has been a delay in performance of the Agreement as contemplated by section 8; or
(vi) the Purchased Goods/Services are provided in connection with a project, for which the University has been awarded funding from an external source, and that project has been terminated or funding reduced.
(b) By mutual agreement of the parties, expressed in writing.
4. Upon termination
Upon termination of this Agreement, the Supplier shall cease to provide any further Purchased Goods/Services. The University shall be under no obligation to the Supplier other than to pay, upon receipt of an invoice and satisfactory supporting documentation, such compensation as, in the reasonable opinion of the University, the Supplier may be entitled to receive under this Agreement for Purchased Goods/Services provided to the satisfaction of the University up to the date of termination.
5. Amendment
This Agreement may be amended at any time by the University issuing an Amendment, or with the mutual written consent of the parties. The University is not obligated to pay any amount for the Purchased Goods/Services in excess of the amount stated on the Contract, unless the Agreement is amended pursuant to this section. Prior to the Supplier commencing performance under this Agreement, this Agreement may be replaced by the University issuing a Revised Contract.
6. Compliance with laws
Supplier agrees to comply with all applicable Federal, Provincial and local laws, orders and regulations, which in any way, directly or indirectly, affect the price, production, sale or delivery of the Purchased Goods/Services. This Agreement shall be governed by the laws of the Province of Manitoba and any disputes hereunder shall be heard in the exclusive jurisdiction of The Court of Queen’s Bench (Winnipeg Centre) in Manitoba. The Supplier may be asked by the University to furnish evidence of the Supplier obtaining certifications or permits that may be required by such laws, orders and regulations. The Supplier shall be duly registered and qualified to do business wherever necessary to carry out the terms of this Agreement, and may be asked by the University to provide evidence thereof.
7. No assignment
This Agreement or any of the rights or obligations hereunder, shall not be assigned, in whole or in part, by the Supplier without the prior written consent of the University.
8. Cancellation and notice of delay
Time is of the essence to this Agreement. The University reserves the right to terminate all or any portion of this Agreement if the Purchased Goods/Services are not delivered within the requested time, if stated. If the Supplier has reason to believe that the Purchased Goods/Services will not be delivered within the requested time, or if not stated, within a reasonable time, written notice setting forth the cause and extent of the anticipated delay and an alternate delivery date will be given immediately to the University. The University may, at its option, elect to accept or reject the alternate delivery date. In the event of rejection, the University may at its option, terminate this Agreement. It is the Supplier’s obligation to obtain the University’s response to the alternate delivery date, and failure of the University to respond to such notice will not be deemed to constitute acceptance of the proposed alternate delivery date.
Neither the University nor the Supplier shall be responsible for delays or failures to meet its obligations under this Agreement, including delivery, receipt, or payment obligations when the delays or failures are due to fires, floods, strikes, acts of God, acts of public authorities, or pandemic illnesses or conditions.
9. Warranty and indemnity
The Supplier expressly warrants that all Purchased Goods/Services delivered under this Agreement will conform to any sample and any specifications, drawings or other description furnished or adopted by the University and will be fit and sufficient for their intended purpose, of merchantable quality, of good material and workmanship and free from defect.
The Supplier shall provide the Purchased Goods/Services in a good and workmanlike manner, with reasonable skill and care, and to the full satisfaction of the University; The Supplier shall defend, indemnify and save the University (including its employees, agent, representatives, and contractors) harmless from any and all losses, damages, and costs (including legal fees and disbursements on a solicitor/client basis) caused by reason of any action or omission of the Supplier related to its performance of this Agreement, or any alleged violation by the Supplier of any relevant laws, orders and regulations.
The Supplier may be required to carry insurance of a type and with limits and terms as set out on the Contract or an attached schedule, and may be asked by the University to provide evidence thereof.
These warranties and indemnities shall survive performance of the Agreement or termination, whichever is applicable.
10. Inspection and rejection
All Purchased Goods/Services shall be delivered subject to inspection by the University within a reasonable time. Payment by the University shall not constitute acceptance by the University as to quality or quantity. If any Purchased Goods/Services are rejected by the University on reasonable grounds, the Supplier shall forthwith replace or repair the relevant goods or properly perform the services at its own cost. The Supplier will bear the cost of any inspection of Purchased Goods/Services where such inspection leads to a rejection by the University.
11. Excess shipment
Goods shipped in excess of specified quantities may be returned to Supplier at Supplier’s expense.
12. Intellectual property litigation
In the event that any suit or proceeding alleging infringement of any patent or copyright, or alleging unfair competition resulting from similarity in the design or appearance of Purchased Goods/Services is brought against the University, the Supplier agrees that it will promptly, on notification of such proceeding, assume defense thereof, and that it will pay and discharge all costs and expenses in defense thereof, and will also pay or satisfy all costs, damages, royalties or profits which may be decreed or awarded against the University (including its employees, agents, representatives and contractors) for or on account of any Purchased Goods/Services. If it so desires, University may be represented by its own counsel in any such suit or proceeding at its own cost.
13. Supplier expenses
The Supplier shall be solely responsible for making any arrangements and for paying any and all expenses incurred in connection with providing the Purchased Goods/Services (including telephone, office supplies, document copying, facsimile transmission, postage, overhead, salaries and all types of insurance).
The Supplier shall be solely responsible for all employer and employee contributions and deductions for the Supplier and any staff including Worker’s Compensation, Canada Pension Plan, Employment Insurance and federal and provincial income taxes.
14. Supplier non-resident
If the Supplier is a non-resident of Canada supplying Services within Canada, the University must withhold fifteen percent (15%) of the contract price pursuant to the Income Tax Act (Canada) unless the Supplier has obtained and provided to the University prior to the payment being issued a CRA Waiver indicating that the University is not required to withhold tax on behalf of the Supplier.
For more information, visit the Canada Revenue Agency's Tax treatment of non-residents who perform services in Canada.
15. Supplier legal and policy requirements
(a) The Supplier must comply with all applicable University policies, procedures, guidelines, and rules which are available on the University’s website, or of which the Supplier has been advised.
(b) The Supplier must comply with the University’s policies regarding conflict of interest.
(c) Should the Supplier gain access to personal information (as that term is defined under The Freedom of Information and Protection of Privacy Act), or personal health information (as that term is defined under The Personal Heath Information Act), the Supplier shall ensure that such information is kept confidential and is not disclosed without the written consent of the University. The Supplier shall take reasonable steps to ensure than all of its employees, contractors or agents are bound by the same obligation of confidentiality. This obligation shall survive the performance or termination of this Agreement, whichever is applicable.
(d) Acceptance of this Agreement does not constitute employment by the University or employment under The Employment Insurance Act. The status of the Supplier shall at all times remain that of an independent contractor.
16. Intellectual property rights
All intellectual property rights to materials produced by the Supplier in the performance of this Agreement, including but not limited to documents, raw data, research results, processes, technology, programs and inventions shall belong to the University, unless specified in the relevant Contract or an attached schedule. The Supplier further waives any moral rights to materials produced in the performance of this Agreement, and the University shall be entitled to use such materials for any purpose, including modification, digitalization, distribution or sale.
17. Asbestos notification
The Supplier hereby acknowledges that the University of Manitoba has friable and non-friable asbestos-containing materials present throughout buildings owned, leased and/or otherwise occupied by the University.
For a complete listing of any asbestos-containing or suspect asbestos material known to be present, refer to the most recent version of the Asbestos Survey Report maintained on file by the Environmental Health and Safety Office (EHSO). Contact them at 204-474-6633.
Any Supplier required to perform activities that may result in the disturbance of asbestos-containing materials must:
(a) review the most recent Asbestos Survey Report
(b) advise their employees, agents, contractors and representatives as to the appropriate precautions and safety measures to be taken
(c) give notice to EHSO that known or suspected asbestos-containing materials will be disturbed
(d) request EHSO to provide any information or assistance with required training which may be available through the University
(e) give notice to EHSO if the Supplier encounters unanticipated suspected asbestos-containing materials during the performance of its duties
(f) halt performance of activities if required to do so by EHSO
A Supplier may not charge any amount for Purchased Goods/Services in excess of the amount stated on the Contract on account of having to deal with asbestos, unless the presence of asbestos was not disclosed on the Asbestos Survey Report.
If unanticipated asbestos-containing materials are encountered, the University may, at its option, issue an Amendment:
(a) providing for payment of an extra amount deemed reasonable by the University, or
(b) altering the Purchased Goods/Services, which alteration may result in a significant change in the scope of the project.
18. Contractor safety orientation
To ensure that workers performing services for a Supplier are aware of University safety and health requirements, workers providing installation, repair and maintenance services may be required by the University to attend a health and safety orientation prior to commencing work.
The orientation will be provided by the University without charge to the Supplier or the workers. Workers attending the orientation will be provided with personalized certificate of attendance, and may periodically be requested to produce the certificate while performing their work. The certificate will be valid for a fixed period of time, after which renewal will be required.
For more information, visit Contractor orientation.
The above terms and conditions, as well as the university's standard service agreement, are also available in PDF format:
Non-resident contractors
If a contractor is a non-resident of Canada (including an individual, sole proprietor, organization, corporation or partnership) supplying services within Canada, the university is required to withhold 15 per cent of the payment(s) pursuant to the Income Tax Act (Canada), unless the contractor has obtained and provided to the university, prior to the payment being issued, a CRA Waiver indicating that the university is not required to withhold tax on behalf of the contractor.
Find more information at:
Current bid opportunities
Bid opportunities at the University of Manitoba are listed here in accordance with the New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA) and the Canada-European Union Comprehensive Economic and Trade Agreement (CETA).
RFT # CR-0012-2223-AC- IGAC Roof Replacement Phase I (315C230303-01)
RFT number: 315C230303-01
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: April 14, 2023, 2:00 p.m. (Winnipeg local time)
Insurance Requirements: This project requires a minimum General Liability Insurance of $5 Million (five million) and Automobile Insurance of $2 Million (two million).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Andrew Cramer at Andrew.Cramer@umanitoba.ca
This RFT is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
RFQ # GC-0005-2324-ZR- Armes Building – Level 100 & 200 Link Furniture
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: Extended to March 31, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Muhammad Zia ur Rehman at muhammad.ziaurrehman@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
RFQ # RS-0005-2223-DM - Fluorescence Confocal Microscope
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: March 31, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Drew Murray at drew.murray@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
RFQ # RS-0004-2223-DM - Grain Pre-Breaker De-Huller Sifter
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: March 31, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Drew Murray at drew.murray@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations
RFQ# RS-0003-2223-MJW Dental Handpieces for Dentistry Student Kits
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: April 10, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Mari-Ann Weber at mari-ann.weber@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
RFQ # RS-0006-2223-DM - Supply of Liquid Helium and Liquid Nitrogen
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: April 5, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Drew Murray at drew.murray@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations
RFP # CR-0003-2223-OD - 137 Innovation Drive Elevator Addition Fort Garry Campus
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: April 11, 2023, 2:00 p.m. (Winnipeg local time)
Insurance Requirements: This project requires a minimum Professional Liability Insurance of $2 Million (two million) and General Liability Insurance of $5 Million (five million).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Olusegun Daodu at Olusegun.Daodu@umanitoba.ca
This RFP is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
RFQ # OG-0006-2223-ZR - Behavioral Management Lab, Drake Centre - Furniture
The University of Manitoba, Purchasing Services, is requesting submissions through the UM Purchasing Portal on the Bonfire Portal Service.
Closing date: April 17, 2023 at 2:00 P.M. (Winnipeg Time).
Addenda: Please note that bidders are required to monitor the Bonfire Submission Portal for all addenda. It is the responsibility of the bidder to ensure all addenda were received and to acknowledge receipt of all addenda on the bid form. Failure to comply may result in your bid being rejected.
Contact: Muhammad Zia ur Rehman at muhammad.ziaurrehman@umanitoba.ca
This RFQ is posted in compliance with the applicable New West Partnership Trade Agreement (NWPTA), Canadian Free Trade Agreement (CFTA), and/or the Canada-European Union Comprehensive Economic and Trade Agreement (CETA) regulations.
Bid results
Find recent bid results here.
Construction awards over $200,000
This information was updated December 5, 2022.
Description | Tender number | Closing date | Awarded to (bidder name) | Award Amount | |
---|---|---|---|---|---|
Duff Roblin, Reno Rm N311A | 167C210901-05 | October 14, 2022 | Hedman Construction Ltd. | $209,141.50 | |
Extended Education Building Room 160 AV Upgrade + Soundproofing | 310C211116-02 | September 29, 2022 | Hedman Construction Ltd. | $297,936.00 | |
Robson Hall Rm 113 Redevelopment | 251C191204-01 | July 28, 2022 | Tractus Group Incorporated | $568,270.00 | |
Isbister Building 113 - Room 201 Conversion | 113C191002-45 | July 11, 2022 | Westland Construction Ltd. | $276,700.00 | |
Chown - Level 000 Washroom Renos | 457C210409-02 | July 5, 2022 | Bree-Dan Construction Ltd. | $233,385.00 | |
Engineering EITC E3 Room 230 Hydraulics Lab Pump and Platform Replacement | 233C210707-01 | June 22, 2022 | Hedman Construction Ltd. | $201,492.45 | |
Buller 531 532 Lab Renovation | 157C180110-02 | June 7, 2022 | Tractus Group Incorporated | $900,730.00 | |
Elizabeth Dafoe Library - L200 Washrooms | 321C510409-05 | June 2, 2022 | Hedman Construction Ltd. | $356,959.61 | |
St. Paul's College Zone 2 Roof Replacement | 145C171030-02 | May 26, 2022 | Normandeau Roofing Ltd. | $430,789.00 | |
EITC-E3 – North and south entrance canopies | 233C200225-03 | May 3, 2022 | Westland Construction Ltd. | $380,600.00 | |
L300 and L400 HVAC upgrades Administration Building | 331C210818-02 | April 26, 2022 | Westland Construction Ltd. | $3,140,000.00 | |
Drake Centre, Rooms 103 108 classroom Upgrades | 117C210126-01 | April 21, 2022 | Westland Construction Ltd. | $891,000.00 | |
BMSB CL3 RM 516 renovation | 456C200730-02 | March 31, 2022 | Bree-Dan Construction Ltd. | $1,316,054.00 | |
Agriculture Building – Rooms 130 and 172 – AV Upgrade | 011C190715-05 | March 29, 2022 | Hedman Construction Ltd. | $590,744.00 | |
Robson Hall - Moot Courtroom AV upgrade | 251C201112-04 | March 28, 2022 | Hedman Construction Ltd. | $562,222.00 | |
Medical Rehab R015, R020, R170 and R236 Learning Labs renovation |
459C190904-04 | March 15, 2022 | Bree-Dan Construction Ltd. | $1,613,946.00 | |
University of Manitoba New Fuel Station | 609C190919-02 | March 3, 2022 | Graham Construction and Engineering LP | $682,400.00 | |
Allen - Combine Rooms to Create Chemistry/Physics Allen - Enlarge the Wawatay Indigenous Cultural Centre |
151C201021-03 151C210322-03 |
Jan. 27, 2022 | Langreen (2005) Ltd. | 483,295.60 | |
Behavioral Management Lab – University of Manitoba | 117C180606-02 | Dec. 6, 2021 | Tractus Group Incorporated | $1,821,900.00 | |
193 Extended Education space redevelopment, Fort Garry campus | 310C200227-06 | Dec. 2, 2021 | Bree-Dan Construction Ltd. | $794,380.00 | |
University Centre L300 washroom renovation | 303C210106-02 | Dec. 1, 2021 | Bree-Dan Construction Ltd. | $262,496.00 | |
Room 223 Redevelopment – 65 Dafoe Road, Fort Garry campus | 271C200730-01_2 PH 2 | Nov. 29, 2021 | Bree-Dan Construction Ltd. | $391,133.00 | |
MBM Max Bell Centre mechanical upgrades | 316C170512-06.1 | Nov. 9, 2021 | Gateway Construction & Engineering Ltd. | $3,899,519.61 | |
Parker Building steam system upgrades | 153C191022-07 | Sept. 14, 2021 | Hedman Construction Ltd. | $1,864,100.00 | |
Pembina Hall L200 Walk-In Coolers-Freezers Replacements Phase II | FG 061522 OD | July 22, 2023 | Lowe Mechanical Services Ltd. | $512,563.22 | |
UMSU University Centre Level 000 domestic water and sanitary sewer piping replacement | 303C201007-01/303C201007-02 | July 12, 2021 | Randall Plumbing & heating Ltd. | $424,788.43 | |
Allen Building life safety upgrades | 151C130620-03.2 | July 8, 2021 | Gateway Construction & Engineering ltd. | $2,178,107.95 | |
Medical Physics Research Laboratory | 151C171219-04 | July 7, 2021 | Hedman Construction Ltd. | $351,096.00 | |
University College stairs | 131C180615-08 | June 30, 2021 | Gardon Construction Ltd. | $250,138.46 | |
L100W Duff Roblin – Rodent Facility ceiling installation | 167C200413.03 | June 1, 2021 | Bree-Dan Construction Ltd. | $315,637.00 | |
Fitzgerald Building Redevelopment Phase I - Fine Arts Annex demo | 159C160318-20.1 | May 26, 2021 | Hedman Construction Ltd. | $258,860.00 | |
Tache ;Arts Complex T-2: Desautels Concert Hall addition | 339C171211-02 | May 6, 2021 | Parkwest Projects Ltd. | $18,570,241.00 | |
Culvert No. 108 reconstruction | 803C180528-03.3 | April 29, 2021 | Tri-Core Projects Ltd. | $948,403.50 | |
Ellis Building window upgrades | 037C160907-04 | April 15, 2021 | Tractus Group Incorporated | $1,424,546.33 |
Goods and services awards over $75,000
This information was updated December 5, 2022.
Description | RFP number | Closing date | Awarded to (bidder name) | Award amount ($) |
---|---|---|---|---|
University of Manitoba - Central Energy Upgrades | FG 062222 OD | August 5, 2022 | Epp Siepman Engineering Inc. | $741,000.00 |
Fort Garry campus 24.9 kV Electrical Distribution Master Plan | FG 121621 OD | Feb. 23, 2022 | Bockstael Construction Ltd. | $417,340.00 |
Protein Foods Innovation Centre, Fort Garry Campus | FG 110821 OD | Dec. 21, 2021 | MMP Architects Inc. | $802,500.00 |
University of Manitoba accessibility audit | FG 111221 OD | Dec. 6, 2021 | Level Playing Field Inc. | $498,525.00 |
Central Energy Plant Fire Protection Upgrades | FG 122120 OD | June 8, 2021 | PCL Constructors Canada Inc. | $2,293,214.00 |
Submitting your invoice
Supplier Payment Services (SPS) accepts invoices by email and by mail. Please follow these instructions carefully to ensure your invoice is processed promptly.
Billing information
Please bill your invoice to the following address. Also use this address if you are sending your invoice to SPS by mail instead of by email.
University of Manitoba
Supplier Payment Services
Room 410/414 Administration Building
Winnipeg, Manitoba R3T 2N2
Please ensure your shipments are delivered to the correct address. Shipments delivered to Room 414 Administration Building that haven't been ordered by Financial Services will be declined and returned to the sender.
Include a PO number or Contract number
Your invoice must include a valid University of Manitoba Purchase Order (PO) number or Contract (C) number. Invoices received without a valid PO or Contract number will be rejected and returned to you, resulting in a delay in payment.
Purchase Order number: A valid Purchase Order number will be preceded by “PO” followed by three to six numeric values.
Contract number: A valid Contract number will be preceded by “C” followed by three or more numeric values.
Valid PO or Contract numbers cannot be an individual’s name, phone number or location. If you are missing the PO or Contract number, please contact the person who requested the goods or services to obtain this information before submitting your invoice for payment.
Sending your invoice by email
Send your invoices to SPSInvoices@umanitoba.ca.
- This email is a no-reply inbox. SPS does not read your email.
- Please send the invoice to SPS one time only.
- If you send the invoice by email, please do not send the paper copy of the same invoice – and vice versa: if you mail it in, please do not email it to SPS as well.
How to include your invoice in the email
1. Please include your invoice as an attachment, using a PDF format if possible.
Name your PDF attachment with the name of your company and your invoice number. For example:
- Microsoft111325.pdf
2. Include the PO or Contract number in your invoice before attaching your file. If you do not have a PO or Contract number, please do not submit your invoice. Contact the person who ordered the items and request a valid PO or Contract number.
Do not send invoices more than once
To help avoid duplication, please avoid resending invoices that you have already submitted to SPS. If you have already sent SPS your invoice and you are not seeing the transaction as expected, please follow up with the SPS Account Assistant for the related supplier.
Contact SPS for help
The SPS team works to ensure invoice payments are processed as soon as possible.
If you have questions about an invoice, a credit or a payment, please contact the SPS Account Assistant responsible for the supplier or company.
Pre-qualified contractor listings
Updates to the UM prequalification process
Recently the University of Manitoba was undertaking a Request for Prequalification (RFPQ) process to create a new Construction Contractors Source List. This process is now completed, and list of preapproved contractors has been notified.
The prequalification Source List for General Contractors, Mechanical and Electrical Contractors, resulting from the recent RFP process will be valid for three (3) years (starting Nov 1, 2022, through October 31, 2025) with up to two (2) years extension for any service category and at the discretion of the University and will be posted on the University Purchasing webpage at:
https://www.umanitoba.ca/admin/financial_services/purch/suppliers.html
The University is not intending to accept Prequalification Applications for Source List contractors from the categories noted above until the next RFP cycle.
Only contractors on UM's current Prequalified Contractors List are eligible to bid on upcoming tenders unless a project-specific prequalification is applicable.
The following previously prequalified contractors are now retired and removed from the list:
- Fire protection
- Civil/underground
- Civil/surface works
- Native revegetation
- Historic building masonry restoration
- Landscape
- Masonry
The following previously prequalified contractors will remain in the list for the type and/or value of work they are approved:
- Roofing Contractors (new RFP process is anticipated in 2023)
- Hazardous Building Material Abatement
- Interior signage
- Environmental Consulting
- Graphic Design
Project-specific pre-qualified contractor and supplier listings
Not applicable at this time.
These contractors are pre-approved for the type and value of work as noted.
General contractors
These general contractors are pre-approved for the value of work as noted.
Contractor name | Under $200,000 estimated total value of work |
$200,000 – $1,000,000 estimated total value of work |
Over $1,000,000 estimated total value of work |
---|---|---|---|
Akman Construction Ltd. | YES | YES | YES |
Bird Construction Group | YES | YES | YES |
Bockstael Construction Limited. | YES | YES | YES |
Bree-Dan Construction Ltd. | YES | NO | NO |
Concord Projects Ltd. | YES | YES | YES |
Ernst Hansch Construction Ltd. | YES | YES | NO |
Gardon Construction Ltd. | YES | YES | YES |
Gateway Construction & Engineering | YES | YES | YES |
Graham Construction & Engineering LP | YES | YES | YES |
Hedman Construction Ltd. |
YES | YES | NO |
Langreen (2005) Ltd. | YES | NO | NO |
Ledcor Construction Limited | YES | YES | YES |
M Builds Limited Partnership By It's general Partner 5369917 MB Ltd. Operating As M Builds | YES | YES | YES |
M. D. Steele Construction Ltd. | YES | YES | NO |
Marwest Construction Ltd. | YES | YES | NO |
Parkwest Projects Ltd. | YES | YES | YES |
PCL Constructors Canada Inc. | YES | YES | YES |
Three Way Builders Ltd. | YES | YES | NO |
Tractus Group Incorporated Operating As Tractus Projects | YES | YES | YES |
Westland Construction Ltd. | YES | YES | YES |
Winnipeg Building & Decorating Ltd. | YES | YES | NO |
Last update: November 10, 2022
Electrical
These electrical contractors are pre-approved for the value of work as noted.
Contractor name | Under $200,000 estimated total value of work |
$200,000 – $1,000,000 estimated total value of work |
Over $1,000,000 estimated total value of work |
---|---|---|---|
3-Phase Electrical Ltd. Operating As Spark Power | YES | YES | NO |
Allco Electrical Ltd. | YES | YES | YES |
Black and McDonald Limited | YES | YES | YES |
DMS Industrial Constructors Inc. | YES | YES | YES |
Electric 2000 Ltd. | YES | YES | NO |
Exco Ventures Ltd. Operating As Exco Electric | YES | YES | YES |
G. Mallin Electric Ltd. | YES | YES | YES |
Lowe Mechanical Services Ltd. | YES | YES | NO |
Mac-Tower Inc. | YES | NO | NO |
Maka Power Ltd. | YES | NO | NO |
McCaine Electric Ltd. | YES | YES | YES |
Nor-Tec Group Ltd. |
YES | YES | YES |
Oakpark Powerline Services Ltd. | YES | YES | YES |
Powertec Electric Inc. |
YES | YES | NO |
Prairie HVAC Inc. Operating As Prairie HVAC/R | YES | NO | NO |
Tri-Star Electric Company Ltd. | YES | YES | NO |
T & D Enterprises Ltd. Operating As Wescan Construction Services | YES | YES | YES |
Vipond Inc. | YES | YES | YES |
Voltage Power Ltd. | YES | YES | YES |
Wareham & Crowe Electric Ltd. | YES | NO | NO |
Last update: November 22, 2022
Mechanical
These mechanical contractors are pre-approved for the value of work as noted.
Contractor name | Under $200,000 estimated total value of work |
$200,000 – $1,000,000 estimated total value of work |
Over $1,000,000 estimated total value of work |
---|---|---|---|
Black and McDonald Limited | YES | YES | YES |
Derksen Plumbing & Heating (1984) Ltd. | YES | YES | YES |
DMS Industrial Constructors Inc. | YES | YES | YES |
East Side Ventilation | YES | YES | NO |
Global Mechanical Ltd. | YES | NO | NO |
Johnson Controls Operating As Tyco Integrated Fire & Security | YES | YES | YES |
Loewen Mechanical Ltd. | YES | YES | YES |
Lowe Mechanical Services Ltd. | YES | YES | YES |
Mac-Tower Inc. | YES | NO | NO |
Prairie HVAC Inc. | YES | YES | NO |
Randall Plumbing and Heating Limited | YES | YES | YES |
T & D Enterprises Ltd. Operating As Wescan Construction Services | YES | YES | YES |
Vipond Inc. | YES | YES | YES |
Westwood Mechanical Inc. | YES | YES | YES |
Last update: November 22, 2022
Roofing
These roofing contractors are pre-approved for the value of work as noted.
the roofing contractor prequalification cycle will be ending in 2023. Contractors are invited to return to this page for further information regarding prequalification to this category.
Contractor name | Up to $75,000 estimated value of work |
$75,001 – $250,000 estimated total value of work |
$250,001 – $500,000 estimated total value of work |
$500,001 – $1 million estimated value of work |
Over $1 million estimated value of work |
---|---|---|---|---|---|
Atlas-Apex Services (Manitoba) Inc. | YES | YES | YES | YES | YES |
Flynn Canada Ltd. | YES | YES | YES | YES | YES |
Master Roofing Ltd. | YES | YES | YES | YES | YES |
MJ Roofing | YES | YES | YES | YES | YES |
Normandeau Roofing Ltd. | YES | YES | YES | YES | YES |
Norwin Roofing Ltd. | YES | YES | YES | YES | NO |
Oakwood Roofing & Sheet Metal Co. Ltd. | YES | YES | YES | YES | YES |
Sky City Roofing Ltd. | YES | YES | NO | NO | NO |
Transcona Roofing Ltd. | YES | YES | YES | YES | NO |
Last update: May 10, 2021
Hazardous building material abatement
This is work for a contractor trained and certified to perform abatements of mould, lead, and asbestos. These contractors are pre-approved for the value of work as noted.
Contractor name | Up to $75,000 estimated value of work |
$75,001 – $250,000 estimated total value of work |
$250,001 – $500,000 estimated total value of work |
$500,001 – $1 million estimated value of work |
Over $1 million estimated value of work |
---|---|---|---|---|---|
Advanced Environmental Services Inc. | YES | YES | YES | YES | YES |
Kepsco Construction Management Ltd. | YES | NO | NO | NO | NO |
Priority Restoration Services Ltd. | YES | YES | NO | NO | NO |
True North Waste Management Ltd. | YES | YES | NO | NO | NO |
Western Waste Management Ltd. | YES | YES | YES | YES | YES |
Last update: October 2, 2020
Interior signage - listings and application for pre-qualification
Pre-qualification application process
The pre-qualification application process is the method by which graphic design firms can be pre-qualified to provide services on behalf of the University of Manitoba.
To be considered, please complete the application.
Pre-approved contractor listing
These interior signage contractors are pre-approved for room numbering and wayfinding signage as noted.
Supplier name |
Engraved room number plaque 3" X 15" per RN 1.0 |
Occupant name holder 3” X 15” per RN 2.0 |
Occupant name insert per RN 2.2 |
Engraved header panel |
Engraved line panel Single line, WF 1.1 |
---|---|---|---|---|---|
Bella Fosh Signs | YES | YES | YES | YES | YES |
Western Safety Sign Co. | YES | YES | YES | YES | YES |
Last update: September 23, 2016
Environmental consulting - listings and application for pre-qualification
Pre-qualification application process
The pre-qualification application process is the method by which environmental consultants can be pre-qualified to provide environmental consulting services on behalf of the University of Manitoba.
To be considered, please complete the application.
Pre-approved contractor listing
These environmental consulting contractors are pre-approved for the type of work as noted.
Consultant name | Hazardous Building Materials Assessments | Environmental Site Assessment Phase I | Environmental Site Assessment Phase II | Environmental Site Assessment Phase III | Project-specific specifications for hazardous building materials | Hazardous building material abatement inspection | Hazardous building material air monitoring | Occupational hygiene services not specified |
---|---|---|---|---|---|---|---|---|
WSP E&I Canada Limited | YES | YES | YES | YES | YES | YES | YES | YES |
Dillon Consulting Ltd. |
NO | YES | YES | YES | NO | NO | NO | NO |
HLC Consulting Ltd. |
YES | YES | YES | YES | YES | YES | YES | YES |
KGS Group | YES | YES | YES | YES | YES | YES | YES | YES |
Pinchin Ltd. | YES | YES | YES | YES | YES | YES | YES | YES |
Prairie Environmental Consulting Inc. |
YES | YES | NO | NO | YES | YES | YES | YES |
SLR Consulting (Canada) Ltd. |
NO | YES | YES | YES | NO | NO | NO | NO |
Tesseract Environmental Consulting Inc. |
YES | YES | YES | YES | YESY | YES | YES | YES |
Last update: May 25, 2020
Graphic design - listings and application for pre-qualification
Pre-qualification application process
The pre-qualification application process is the method by which graphic design firms can be pre-qualified to provide services on behalf of the University of Manitoba.
To be considered, please complete the application.
Pre-approved contractor listing
These graphic design firms are pre-approved for the value of work as noted.
- A pre-qualified supplier shortlist resulting from this pre-qualification shall cover the university’s normal requirements for graphic design services for a period of three years.
- Issuance of this pre-qualification and resulting application in no way constitutes a commitment by the university to award contracts to any firm or to pay any costs incurred by the firm in preparing an application.
- University staff requiring the services of a graphic design firm will be required to solicit quotations from pre-qualified graphic design firms.
- The successful selected pre-qualified graphic design firms will be expected to enter into a separate contract/purchase for each graphic design service requested by departments or faculties.
Contractor name | Brochures | Promotional material |
Event material |
Publications | Print production based on existing templates |
Web design/ development |
---|---|---|---|---|---|---|
Bounce Design | YES | YES | YES | YES | YES | YES |
Diverge Design | YES | YES | YES | YES | YES | YES |
Faren Group | YES | YES | YES | YES | NO | YES |
Guppy Graphic Design | YES | YES | YES | YES | NO | NO |
Samson Design Studios | YES | YES | YES | YES | YES | NO |
Spark | YES | YES | YES | YES | NO | NO |
Well Creative | YES | YES | YES | YES | NO | NO |
Workhouse Inc. | YES | YES | YES | YES | YES | YES |
Last update: March 31, 2019
Best value procurement
These resources, which include videos, PowerPoint presentations and past RFPs, are reference material for suppliers and internal and external clients. These resources support the RFP process and are used to evaluate bids and support the learning experience for this process.
Supplier resources
Client resources
Additional resources
Food Services
Cold beverage
Fitness equipment
Fitness equipment best value procurement presentation (PPT)
Medical rehabilitation building window replacement project
- Medical rehabilitation building window replacement RFP (PDF)
- Medical rehabilitation building window replacement pre-bid (PPT)
Identity and access management solution
- Identity and access management solution RFP (PDF)
- Identity and access management solution presentation (PPT)
Fire alarm and waste audit
- Fire alarm best value procurement presentation (PPT)
- Waste audit best value procurement presentation (PPT)
Contact us
Invoices, credits and payments
If you have questions about an invoice, a credit or a payment, please contact the SPS Account Assistant responsible for the supplier or company.
First letter of supplier/company | SPS Account Assistant email |
---|---|
A – C | |
D – G | Jun.Lee@umanitoba.ca |
H – M | Phionah.Watuwa@umanitoba.ca |
N – S | Dana.Tutcho-Ruben@umanitoba.ca |
T – Z | Inger.Pasieka@umanitoba.ca |
If you are unable to contact the above representatives, please email Kim Zamkotowich at K.Zamkotowich@umanitoba.ca for assistance.
Ariba Supplier Network invoices
Suppliers submitting invoices through the Ariba Supplier Network can contact the Supplier Enablement team at supplier.enablement@umanitoba.ca for assistance.
Purchasing-related inquiries
For non-invoice questions such as those regarding bid opportunities, terms and conditions, and pre-qualified contractor listings, please contact:
University of Manitoba
Purchasing Services
204-474-8348
purchasing@umanitoba.ca