Undergraduate Admissions Assessment Services for the School of Medicine

Solicitation number 2024-016-TS

Publication date

Closing date and time 2024/06/10 11:00 EDT

Last amendment date


    Description
    Notice of Intended Procurement
    Name of Procuring Entity
    Toronto Metropolitan University (the “University”)

    Contact Person and Contract Person Coordinates
    Tim Sage, 1 Dundas St West, 16th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 557243

    Procurement Documents
    The procurement documents are available at www.merx.com.
      
    Note that obtaining access to the procurement documents will require prospective suppliers to register and pay a registration fee.  Pricing and Payment Terms are available on the MERX website.

    Description of Procurement
    The University is conducting a RFP for Undergraduate Admissions applicant online video interview and applicant screening services for the School of Medicine (“SOM”) at the University.

    The procurement is not anticipated to involve negotiation.  An electronic auction is not anticipated. 

    Address and Final Date for Submissions
    Submissions must be submitted electronically at https://tmu.bonfirehub.ca/opportunities/79917
    on or before June 7, 2024, at 11:00:00 am EDT.
    The submissions will not be opened publicly.

    Conditions for Participation
    The procurement is subject to the following conditions for participation:
    a. Insurance
    i. Commercial General Liability Insurance against third party bodily injury (including death), personal injury and broad form property damage (including loss of use) and including products and completed operations liability and blanket contractual liability for an amount of not less than five million dollars ($5,000,000.00) per occurrence.  Such insurance shall include a cross liability and severability of interests clause and an endorsement naming Ryerson University, its governors, trustees, officers and employees as an Additional Insured;
    ii. Standard automobile insurance for all vehicles owned, licensed or leased by the Supplier and non-owned automobile insurance, where required, for an amount of not less than two million dollars ($2,000,000.00), per occurrence for each type of coverage. Where the non-owned automobile insurance coverage is provided within a general liability policy, a separate policy is not required;
    iii. Professional liability insurance for an amount of not less than two million dollars ($2,000,000.00) per occurrence, if applicable to the type of Services offered under this Agreement. This insurance policy is required to be maintained throughout the Term of the Agreement and for a period of twenty-four (24) months after the completion of the Services;
    iv. Privacy Liability and Cyber Risk Insurance covering liabilities resulting or arising from data damage/destruction/corruption, including without limitation, failure to protect privacy, unauthorized access, unauthorized use, virus transmission, denial of service and loss of income from network security failures in connection with the Services provided under this agreement with a minimum limit of two million dollars ($2,000,000) each claim and annual aggregate. Such insurance will also include coverage for notification costs and credit monitoring services. Such insurance will be maintained on a continuous basis for two (2) years subsequent to termination of this Agreement.

    b. WSIB
    A valid WSIB Clearance Certificate or alternatively Private Employers Liability in the amount of $2MM.

    c. Accessibility
    The University requires that the Proponent provide a demo instance or test environment to test the accessibility of the proposed solution. The Proponent's Proposal must meet the Web Content Accessibility Guidelines (WCAG) 2.1 at Level.

    d. Security Assessment
    Successful completion of a security risk assessment and compliance with the University's security recommendations.

    e. Privacy Assessment
    Successful completion of a Privacy risk assessment and compliance with the University's security recommendations.
    Applicable Trade Agreements
    This procurement is subject to the following trade agreement(s):
    Broader Public Sector (BPS)
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    Canadian Free Trade Agreement (CFTA)
    Quebec/Ontario

    Contract Details
    The term of the Final Agreement is 3 years, plus two optional renewal periods of 1 year each, at the discretion of the University.

    The University will base its selection of qualified suppliers on the following criteria: [insert evaluation criteria].

    Mandatory Evaluation Criteria

    Criteria                                                                                            Weighting (Points)
                                                         
    File #1 – Proposal Acknowledgement Form                                           Pass/Fail
    File #2- RFP Privacy Requirements                                                        Pass/Fail
    File #2- RFP Security Requirements                                                       Pass/Fail
    File #2- RFP Accessibility Requirements                                                Pass/Fail

    Technical Evaluation Criteria

    Criteria                                                                                            Weighting (Points)
    File #3- Company Information                                                                        5
    File #4- Relevant Experience                                                                        25
    File # 5- Technical and Functional Requirements                                         25
    File #7- Project Management Team                                                              10
    File #8 - Project Plan                                                                                     10
    File # 9- Social and Sustainable Practices                                                     5
    Subtotal                                                                                                        80       

                                                                                                            
    Financial Evaluation Criteria                                                                                                                                                                         
    Criteria                                                                                            Weighting (Points)                          
    Pricing Part I - Total Fixed Fee- 5 Years                                                        20

    Total Evaluated Score                                                                                100

    The Minimum Passing Score
    The Minimum Passing Score for Stage 1 - RFP Privacy, Security and Accessibility Requirements is:
    Appendix K- RFP Privacy Requirements             Pass
    Appendix K - RFP Security Requirements           Pass
    Appendix K- RFP Accessibility Requirements     Pass

    The Minimum Passing Score for Stage 2 - Technical Evaluation is 70% or 56 out of 80 points.      


    Notes
    Suppliers should note that information contained within this notice is subject to change. Suppliers are encouraged to obtain the procurement documents which contain the most current information.  If there is a conflict between the procurement documents and this notice, the procurement documents will take precedence.
     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2024/08/30.

      Trade agreements

      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      • Please refer to tender description or tender documents
      Contact information

      Contracting organization

      Organization
      Toronto Metropolitan University
      Address
      Financial Services - Purchasing and Payment, 350 Victoria Street
      Toronto, Ontario, M5B 2K3
      Canada
      Contracting authority
      Tim Sage
      Phone
      416-979-5000 x557243
      Email
      bids@torontomu.ca
      Address
      416-979-5000 x557243
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      Summary information

      Language(s)
      English
      Procurement method
      Competitive – Open Bidding