Inspection, Testing and Maintenance of Fire and Life Safety Systems
Solicitation number 2025-050-AM
Publication date
Closing date and time 2025/05/20 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
Aris Medeiros, 1 Dundas St West, 16th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 554349
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
This Request for Proposals (“RFP”) is an invitation to prospective Proponents to submit a Proposal indicating their organization’s capability and resources in providing inspection, testing and maintenance services, as well as deficiency repair and training services for the University’s fire protection and emergency systems.
The Deliverables include, but are not limited to, services to the following systems:
The University intends to execute a Master Services Agreement provided in Appendix E.
Address and Final Date for Submissions
Submissions must be submitted electronically at https://tmu.bonfirehub.ca/opportunities/91953 on or before May 20, 2025, 11:00:00 AM
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
Mandatory Submission Requirements
File #1 Proposal Acknowledgement Form - Pass/Fail
Minimum Passing Score
The Minimum Passing Score for Stage 2: Technical is 36 Points out of 45 Points.
The Minimum Passing Score for Stage 3: Presentation is 10 out of 15 Points.
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
BPS Procurement Directive
The Canadian Free Trade Agreement, Chapter Five
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9
Contract Details
The term of the Final Agreement is three (3) years, plus two optional renewal periods of one (1) year each, at the discretion of the University.
The University will base its selection of qualified suppliers on the following criteria:
Mandatory Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #1 - Proposal Acknowledgement Form Pass/Fail
Technical Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #2 - Company Information 10
File #3 – Relevant Experience 15
File #4 – Understanding the Assignment 10
File #5 – Support and Quality Assurance 5
File #6 – Social and Sustainable Practices 5
Subtotal 45
Proponent Presentation WEIGHTING (POINTS)
Proponent Presentation 15
Subtotal 15
Financial Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
Pricing Part I - Total ITM Service Price 20
Pricing Part II - Total ITM Service Price including
Weekly Fire Pump Test and Inspection 10
Pricing Part III – Average Hourly Rates (broken out by role, see RFP for more details) 10
Subtotal 40
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.
Name of Procuring Entity
Toronto Metropolitan University (the “University”)
Contact Person and Contract Person Coordinates
Aris Medeiros, 1 Dundas St West, 16th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 554349
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
This Request for Proposals (“RFP”) is an invitation to prospective Proponents to submit a Proposal indicating their organization’s capability and resources in providing inspection, testing and maintenance services, as well as deficiency repair and training services for the University’s fire protection and emergency systems.
The Deliverables include, but are not limited to, services to the following systems:
- Fire Alarm and Notification System;
- Fire Sprinkler;
- Standpipe and Fire Hose;
- Fire Hydrant;
- Fire Extinguisher;
- Kitchen Hood;
- Exit Sign and Emergency Lighting;
- Special Suppression System;
- Fire Suppression System Backflow Preventer; and
- Glycol Systems;
- Optionally, the University may add Fire Pumps.
The University intends to execute a Master Services Agreement provided in Appendix E.
Address and Final Date for Submissions
Submissions must be submitted electronically at https://tmu.bonfirehub.ca/opportunities/91953 on or before May 20, 2025, 11:00:00 AM
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
Mandatory Submission Requirements
File #1 Proposal Acknowledgement Form - Pass/Fail
Minimum Passing Score
The Minimum Passing Score for Stage 2: Technical is 36 Points out of 45 Points.
The Minimum Passing Score for Stage 3: Presentation is 10 out of 15 Points.
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
BPS Procurement Directive
The Canadian Free Trade Agreement, Chapter Five
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9
Contract Details
The term of the Final Agreement is three (3) years, plus two optional renewal periods of one (1) year each, at the discretion of the University.
The University will base its selection of qualified suppliers on the following criteria:
Mandatory Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #1 - Proposal Acknowledgement Form Pass/Fail
Technical Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #2 - Company Information 10
File #3 – Relevant Experience 15
File #4 – Understanding the Assignment 10
File #5 – Support and Quality Assurance 5
File #6 – Social and Sustainable Practices 5
Subtotal 45
Proponent Presentation WEIGHTING (POINTS)
Proponent Presentation 15
Subtotal 15
Financial Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
Pricing Part I - Total ITM Service Price 20
Pricing Part II - Total ITM Service Price including
Weekly Fire Pump Test and Inspection 10
Pricing Part III – Average Hourly Rates (broken out by role, see RFP for more details) 10
Subtotal 40
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 60 month(s).
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 StreetToronto, Ontario, M5B 2K3Canada
- Contracting authority
- Aris Medieros
- Phone
- 416-979-5000 x554349
- 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.