SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience. 

  • Saturday, October 19 from 9:00pm until Sunday, October 20 12:59am (EDT) 

External Auditing Services

Solicitation number 2024-062-TS

Publication date

Closing date and time 2024/10/02 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 Request for Proposal (“RFP”) for External Audit Services.

    The procurement is 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 on or before On or Before September 25, 2024, 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:

    Insurance Requirements
     
    1. 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 the University, its governors, trustees, officers and employees as an Additional Insured;
    b)           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;
    c)           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;
    d)           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; a standalone Cyber and Privacy policy is not required if this coverage is included under a Technology Errors & Omissions Policy.

    WSIB

    A valid WSIB Clearance Certificate or alternatively Private Employer’s Liability in the amount of $2MM.
    Security Assessment

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

      Successful completion of a privacy risk assessment and privacy impact assessment and compliance with the University's security and privacy recommendations

    Minimum Passing Score
    For File # 2- RFP Privacy, Security Requirements, Proponents must pass both requirements.
        The Minimum Passing Score for Stage 2- Technical Evaluated Criteria is 70% or 49 out of 70 points.
        The Minimum Passing Score for Stage 3- Short-Listed Proponent Presentations is 70% or 7 out of 10 points

    Applicable Trade Agreements
    This procurement is subject to the following trade agreement(s):

    The Canadian Free Trade Agreement, Chapter Five
    The Comprehensive Economic and Trade Agreement, Chapter 19
    The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9

    Contract Details
    The term of the agreement is five (5) years.


    The University will base its selection of qualified suppliers on the following criteria:

    Stage 1 - Mandatory Evaluation Criteria:

    CRITERIA                                                                                                                               WEIGHTING (POINTS)
    File #1 – Proposal Acknowledgement Form                                                                                          Pass/Fail
    File #2 – RFP Privacy Requirements- Mandatory                                                                                 Pass/Fail
    File #2 – RFP Security Requirements- Mandatory                                                                                Pass/Fail

    Stage 2- Technical Evaluation Criteria:

    CRITERIA                                                                                                                               WEIGHTING (POINTS)
    File # 3 – Company Information                                                                                                                  5
    File # 4 – Relevant Experience                                                                                                                   20
    File # 5 – Other Items                                                                                                                                  5
    File # 6 – Understanding the Services                                                                                                        25
    File # 7 – Project Team Members                                                                                                               10
    File # 8 – Social Practices                                                                                                                            5
                                                                                                                                     Subtotal                     70
    Minimum Passing Score – Stage 2                                                                                                           49.0

    Stage 3- Presentation

    CRITERIA                                                                                                                               WEIGHTING (POINTS)
    Presentation                                                                                                                                                10
    Minimum Passing Score – Stage 3                                                                                                              7

    It is the University’s intention to interview the top 2 scoring Proponents following the evaluation of the Technical Evaluation Criteria in Stage (2).  However, the University reserves the right, in its sole discretion, to invite additional Proponents to advance to the Interview in Stage (3) of the evaluation based on the next highest rated criteria scores following the original top 2 scoring Proponents.  For clarity, the University may elect to invite the 3rd highest scoring Proponent to the Interview Stage and then the 4th highest scoring Proponent to the Interview Stage, and so on, provided all such additional Proponents invited to the Interview Stage have scored at or above the minimum threshold of the Technical Evaluation Criteria Stage.

    Stage 4- Financial Evaluation Criteria:

    CRITERIA                                                                                                                                  WEIGHTING (POINTS)
    Pricing Part I - Table 1 - Defined Hourly Resource Rates
    – Line-Item Average Hourly Rate Years 1 to 5 by Role, consisting of:
    •  Key Assigned Lead Partner /Account Executive assigned to TMU or equivalent                                       1
    •  Secondary assigned Partner/Account Executive to TMU or equivalent                                                      1
    •  Key Audit Lead Manager or equivalent                                                                                                        1
    •  Lead Senior Staff assigned to TMU or equivalent                                                                                       1
    •  Senior Associate or equivalent                                                                                                                    1
    •  Quality Control Partner or equivalent                                                                                                           1
    •  Support Staff or equivalent - Accountant 1                                                                                                  1
    •  Support Staff or equivalent - Accountant 2                                                                                                 1

    Pricing Part II - Scenarios consisting of:
    Table 3 - Scenario 1 – Annual Consolidated Financial Statement Audit
    •  Total Fixed Fee                                                                                                                                            4
    Table 4 - Scenario 2 – Enrollment Audit
    •  Total Fixed Fee                                                                                                                                            4
    Table 5 - Scenario 3 – Pension Plan Audit
    •  Total Fixed Fee                                                                                                                                            4
                                                                                                                                                   Subtotal          20

                                                                                                                                 Total Evaluated Score      100




    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 2024/10/31.

      Trade agreements

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

      Partner with another business

      The functionality to add your company name to the list of interested businesses is temporarily unavailable.

      This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

      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
      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.

      Eligibility and terms and conditions

      Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

      Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

      Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

      Summary information

      Language(s)
      English
      Procurement method
      Competitive – Open Bidding

      Support for small and medium businesses

      If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

      Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

       

      Date modified: