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 Fluorescence-Activated Cell Sorter.
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 November 12, 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:
Mandatory Requirements
Proponents shall Pass the mandatory requirements as set-out in File # 4- Functional and Non-Functional Requirements (Appendix J). Proponents that fail these mandatory requirements shall be eliminated from further evaluation of their proposal.
Insurance Requirements
- 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)
• non-owned automobile coverage with blanket contractual coverage for hired automobiles
- professional liability insurance containing at least $2,000,000 limit of coverage for all persons and services connected with this Agreement.
WSIB
A valid WSIB Clearance Certificate or alternatively, Private Employers Liability in the amount of $2MM.
Minimum Passing Score
The Minimum Passing Score for Stage 2- Technical Evaluated Criteria is 70%
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
The Canadian Free Trade Agreement, Chapter Five
The Ontario-Quebec Trade and Cooperation Agreement, Chapter 9
Contract Details
The term of agreement is 1 year, plus four (4) optional 1-year extensions.
The University will base its selection of qualified suppliers on the following criteria:
Stage 1-Mandatory Evaluation Criteria: WEIGHTING (POINTS)
File #1 – Proposal Acknowledgement Form Pass/Fail
Stage 2- Technical Evaluation Criteria: WEIGHTING (POINTS)
File #2 -Company Information 3
File # 3- Relevant Experience 10
File # 4 – Functional and Non-Functional Requirements* 55
File # 6- Project Plan 3
File # 7 – Modern Slavery Act (Canada) 2
File # 8 -Social and Sustainable Practices 2
Subtotal 75
Minimum Passing Score -Stage 2 52.5
*File # 4- All Mandatory Requirements (“M”) as set-out in Appendix J must receive a Pass score. If any Mandatory requirements score a Fail, the proponent’s proposal shall be eliminated from further evaluation.
Stage 3- Financial Evaluation Criteria: WEIGHTING (POINTS)
Pricing Part I- Total Fixed Fee 20
Pricing Part II- Other Costs 5
Subtotal 25
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.