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 Two (2) Adult High Fidelity Mannequins.
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 April 15, 2025,11:00:00 AM EST.
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
Insurance
- 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; and
d) Installation Floater insurance covering materials and supplies being intended for installation in connection with the work while such materials and supplies are in transit and during the Work.
A valid WSOB Clearance Certificate or alternatively Private Employers Liability in the amount of $2MM.
Minimum Passing Scores
Must Pass File # 2- RFP Security Requirements.
The Minimum Passing Score for Stage 2: Technical Evaluated Criteria is 70% or 59.5 out of 85 Points.
The Minimum Passing Score for Stage 4: Presentation/Demonstration is 60%, or 30 out of 50 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 Final Agreement(s) is five (5) years, plus five (5) optional renewal periods of 1 year 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 Pass/Fail
File #2 – RFP Security Requirements Pass/Fail
Stage 2- Technical Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
File # 3 – Company Information 5
Questionnaire: Mannequin Specifications & Evaluation Criteria
Male Female
Question Set 1 Mannequin 30* 30*
Question Set 2 IT Requirements 5* 5*
File # 6- Delivery & Installation Schedule 3
File # 7 – Modern Slavery Act (Canada) 5
File # 8 - Social and Sustainable Practices 2
Subtotal 85
Minimum Passing Score- Stage 2 59.5
*See Questionnaire for further breakdown of points.
** Minimum Passing Score for Stage 2 as per Appendix A, Section 5.2
Stage 3- Financial Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
Pricing Part I- Cost of Two (2) Mannequins 17
Pricing Part II- Cost of Extended Warranty-Service Contract (Each Year (6-10)
is evaluated separately at 0.6 points each) 3
Pricing Part III- Other Costs N/A
Subtotal 20
Stage 4- Presentation/Demonstration Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
Presentation/Demonstration 50
Subtotal 50*
Minimum Passing Score – Stage 4 30
*Minimum Passing Score for Stage 4 as per Appendix A, Section 5.2
Total Evaluated Score 155
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.