Paper-based Multiple Choice Assessment Tool
Numéro de sollicitation 2023-082-ST
Date de publication
Date et heure de clôture 2024/01/09 11:00 HNE
Date de la dernière modification
Description
Name of Procuring Entity
Toronto Metropolitan University (the “University”)
Contact Person and Contract Person Coordinates
Susie Temou, 1 Dundas St West, 09th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 553427
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 a cloud-based assessment and feedback system to be used for the paper-based delivery and digital evaluation of academic examinations, primarily multiple choice ("bubble sheet") style exams. Access to this system will predominantly occur through a robust and secure integration with the university learning management system, D2L Brightspace. This system must utilize plain/standard paper, must not require proprietary printing and scanning equipment, and provides tools for quality validation, assessment, and feedback.
TMU is seeking a proponent with extensive experience gained through previous engagements specifically with post-secondary institutions. 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 http://ryerson.bonfirehub.ca on or before January 9, 2024, at 11:00:00 am EST.
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
1. Insurance
a. Commercial General Liability Insurance against third party bodily injury
(including death), personal injury and broad from 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. Professional liability insurance for an amount of not less than two million
dollars ($2,000,000) per occurrence, if applicable to the type of Services
offered under the 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; and
c. 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.
2. WSIB
A clearance certificate from the Ontario Workplace Safety Insurance Board,
or if the Successful Proponent is not subject to the Workplace Safety and
- Insurance Act (Ontario), evidence of employers’ liability coverage.
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 five (5) years, plus two (2) optional renewal periods of three (3) years each, at the discretion of the University.
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
- Appendix C - Proposal Acknowledgement FormPass/Fail
File #2 – Information Security Requirements
- Appendix G – Information Security Requirements
File #3 – Compliance and Privacy Requirements
- Appendix H – Compliance and Privacy Requirements
File #4 – System Accessibility Requirements
- Appendix I – Accessibility and Useability Requirements
File #5 – Functional Requirements
- Appendix J – Functional Requirements
File #6 – Non-Functional & Technical Requirements
- Appendix K – Non-Functional and Technical Requirements
Stage 2 - Technical Evaluation Criteria:
CRITERIAWEIGHTING (POINTS)
File #5 – Functional Requirements
- Appendix J – Functional Requirements
File #6 – Non-Functional & Technical Requirements
- Appendix K – Non-Functional and Technical Requirements
File #7 – Company Information and Experience5
File #9 – Support, Training & Documentation Resources
- Appendix L – Support, Training & Documentation Resources.
File #10 – Social and Sustainable Practices5
Subtotal60
Stage 3 - Presentation Evaluation Criteria:
CRITERIAWEIGHTING (POINTS)
Presentation / Demonstration15
Stage 4 - Financial Evaluation Criteria:
CRITERIAWEIGHTING (POINTS)
File # 10 - Pricing
- Appendix D - Price Form Table 3
Stage 5 - Accessibility Hands-On
CRITERIAWEIGHTING (POINTS)
Appendix M – Hands-On WCAG Conformance Testing5
Total Evaluated Score 100
The Minimum Passing Score for Stage 2 – Technical Evaluated Criteria is 70%
The Minimum Passing Score for Stage 3 – Presentation/Demonstration is 70%
The Minimum Passing Score for Stage 5 – Accessibility Testing is 50%
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.
Durée du contrat
La durée estimée du contrat sera de 0 mois, avec une date de début proposée du 2024/02/26.
Accords commerciaux
-
Accord de libre-échange canadien (ALEC)
-
Accord économique et commercial global (AECG) entre le Canada et l’Union européenne (UE)
-
Veuillez consulter la description ou les documents de l'appel d'offres
Coordonnées
Organisation contractante
- Organisation
-
Toronto Metropolitan University
- Adresse
-
Financial Services - Purchasing and Payment, 350 Victoria StreetToronto, Ontario, M5B 2K3Canada
- Autorité contractante
- Susie Temou
- Numéro de téléphone
- 416-979-5000 x553427
- Adresse courriel
- Bids@torontomu.ca
Détails de l'offre
Les détails complets de cette occasion de marché sont disponibles sur un site tiers
Cliquez sur le bouton ci-dessous pour vous rendre vers ce site Web. Le site tiers pourrait exiger la création d’un compte personnel pour consulter l’occasion de marché ou pour soumissionner. Les informations reliées aux frais encourus pour accéder aux détails complets sont indiqués sous l’onglet Description.