Entretien du système SAP Ariba

En raison d'entretien planifié, SAP Ariba ne sera pas disponible aux heures indiquées ci-dessous. Nous nous excusons pour tout inconvénient. 

  • le samedi 18 mai de 20h00 à 23h00 (heure de l'Est) 

Production MFD's for Printing and Duplicating Services

Numéro de sollicitation 2024-014-TS

Date de publication

Date et heure de clôture 2024/05/07 11:00 HAE

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
    Tim Sage, 1 Dundas St West, 09th 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 Production MFD's for Printing and Duplicating 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 May 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: [insert any requirements that are pass/fail or subject to a minimum score in the evaluation]

    Insurance Requirements
     
    1. commercial general liability insurance on an occurrence basis for third party bodily injury, personal injury, and property damage, to an inclusive limit of not less than $5,000,000 per occurrence and including products and completed operations liability The policy shall include the following:
     
      • Toronto Metropolitan University as an additional insured with respect to liability arising in the course of performance of the Supplier’s obligations under, or otherwise in connection with, the Agreement;
      • Contractual liability coverage;
      • cross-liability and severability of interests clause;
      • employers’ liability coverage (or compliance with the paragraph below entitled “Proof of W.S.I.A. Coverage” is required);
      • an obligation on the Supplier’s insurer to provide 30 day written notice of cancellation, termination or material change to the University;
      • tenants legal liability coverage (if applicable); and
      • non-owned automobile coverage with blanket contractual coverage for hired automobiles.
     
    1. professional liability insurance containing at least $2,000,000 limit of coverage for all persons and services connected with this Agreement.
     
    1. 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.

    WSIB

    A Valid WSIB Clearance Certificate or alternatively Private Employers Liability in the amount of $2MM.
    Conditions of Award
    1. Security assessment
    Successful completion of a security risk assessment and compliance with the University's security recommendations;
     
    1. Privacy assessment
     Successful completion of a security risk assessment and privacy impact assessment and compliance with the University's security and privacy recommendations.

    Minimum Passing Scores
    The minimum passing score for Stage 2 RFP Accessibility Requirements (Bonfire Questionnaire # # Q-58HO (File #3) is 70% or 2.5 out of 5 points.
    The minimum passing score for Stage 3 Technical Evaluation Criteria is 70% or 52.5 out of 75 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 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 and IT Security Requirements                                                            Pass/Fail


    Stage 2- RFP Accessibility Requirements

    CRITERIA                                                                                                                WEIGHTING (POINTS)
    Accessibility Requirements -Bonfire Questionnaire # Q-58HO (File #3)                                     5

    Minimum Passing score for Stage 2- RFP Accessibility Requirements is 50% or 2.5 out of 5 points.

    Stage 3- Technical Evaluation Criteria:

    CRITERIA                                                                                                                WEIGHTING (POINTS)
    File #4- Company Information                                                                                                     5
    File #5- Technical and Functional Requirements (Appendix H) Consisting of:       
    Base Model Units                                                                                                                        9
    Accessories for Base Model Units                                                                                              8
    Software                                                                                                                                      8
    File # 7- Proposed Solution                                                                                                       25
    File # 8- Transition and Project Plan                                                                                         10
    File # 9- Project Management Team 5
    File # 10 Social and Sustainable Practices                                                                                 5
                                                                                                                       Sub Total                75

    Minimum Passing Score- Stage 3 Technical Evaluation                                                        52.5

    Appendix H- Scoring Requirements (File # 4):

    All requirements are labeled as one of the following categories (“M” and “D/I”,):

    Requirements with an “M” indicate mandatory requirements, in the format of “Yes/No” type questions.
    Requirements with a “D” are “Yes/No” questions but are not mandatory.
    Any combination of requirements with an “I” will require more information provided. It is expected the Proponents shall provide substantial detail explaining their answers to “D/I” questions.

    Note:

    All “M questions must receive a “Pass” score, and any “D/I” questions must score a minimum of 5/10, otherwise the Proponents’ bid may be disqualified if either of these conditions are not met) for Stage 2- Technical Evaluation Criteria.


    Stage 4- Financial Evaluation Criteria:

    CRITERIA                                                                                                                WEIGHTING (POINTS)
    Pricing Part I- Total Fixed Fee- Leased Equipment                                                                     20
                                                                                                                       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.

      Durée du contrat

      La durée estimée du contrat sera de 0 mois, avec une date de début proposée du 2024/07/31.

      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

      Former un partenariat avec une autre entreprise

      La fonctionnalité permettant d'ajouter le nom de votre entreprise à la liste des entreprises intéressées est temporairement indisponible.

      Cette liste ne remplace pas et n'affecte pas les procédures de l'appel d'offres pour ce processus d'achat. Les entreprises doivent tout de même répondre aux demandes de soumissions et concurrencer en fonction des critères établis. Pour plus d'informations, veuillez lire les conditions d'utilisation.

      Coordonnées

      Organisation contractante

      Organisation
      Toronto Metropolitan University
      Adresse
      Financial Services - Purchasing and Payment, 350 Victoria Street
      Toronto, Ontario, M5B 2K3
      Canada
      Autorité contractante
      Tim Sage
      Numéro de téléphone
      416-979-5000 x557243
      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.

      Admissibilité et conditions d’utilisation

      Les occasions de marché du gouvernement du Canada, ainsi que les avis d’attribution, les documents de sollicitations et autres documents sont disponibles sans frais sur AchatsCanada, sans devoir s’inscrire.

      Les informations peuvent être disponibles sur une autre source avant d'être disponibles sur AchatsCanada. Vous avez peut-être reçu ces informations via un distributeur tiers. Le gouvernement du Canada n'est pas responsable des avis d'appel d'offres ou des documents et pièces jointes qui ne sont pas accédés directement à partir d’AchatsCanada.canada.ca.

      Les appel d'offres ou avis d'attribution du gouvernement du Canada sont titulaire d’une licence du gouvernement ouvert - Canada qui régit son utilisation. Les documents de sollicitation et / ou les pièces jointes à l'appel d'offres sont protégés par le droit d'auteur. Veuillez consulter les conditions d’utilisation pour obtenir plus d'information.

      Détails

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

      Soutien aux petites et moyennes entreprises

      Si vous avez des questions concernant cette occasion de marché, veuillez communiquer avec l'agent de négociation des contrats, dont les coordonnées se trouvent sous l'onglet Coordonnées.

      Consultez notre page de soutien si vous avez besoin d'aide ou si vous avez des questions sur le processus d'approvisionnement du gouvernement, y compris sur la façon de soumissionner ou de s'inscrire dans SAP Ariba. Vous pouvez également contacter Soutien en approvisionnement Canada, qui dispose de bureaux à travers le Canada.

      Date de modification: