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
    Notice of Intended Procurement

    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
    1. 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
    Pass/Fail
    File #3 – Compliance and Privacy Requirements
    • Appendix H – Compliance and Privacy Requirements
    Pass/Fail
    File #4 – System Accessibility Requirements
    • Appendix I – Accessibility and Useability Requirements
    Pass/Fail
    File #5 – Functional Requirements
    • Appendix J – Functional Requirements
    Pass/Fail
    File #6 – Non-Functional & Technical Requirements
    • Appendix K – Non-Functional and Technical Requirements
    Pass/Fail
    Stage 2 - Technical Evaluation Criteria:
          CRITERIAWEIGHTING (POINTS)
    File #5 – Functional Requirements
    • Appendix J – Functional Requirements
    20
    File #6 – Non-Functional & Technical Requirements
    • Appendix K – Non-Functional and Technical Requirements
    20


    File #7 – Company Information and Experience5
    File #9 – Support, Training & Documentation Resources
    • Appendix L – Support, Training & Documentation Resources.
    10
    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
    20

    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 Street
      Toronto, Ontario, M5B 2K3
      Canada
      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.

      Détails

      Langue(s)
      Anglais
      Méthode d'approvisionnement
      Concurrentielle – Invitation ouverte à soumissionner