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 Laundry Equipment Services for Student Residences.
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 August 19, 2025, 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:
Insurance Requirements
i. Commercial liability insurance shall be with limits of not less than $5,000,000 per occurrence, an aggregate limit of not less than $5,000,000 within any policy year with respect to completed operations, and a deductible not exceeding $25,000.00. The insurance coverage shall not be less than the insurance provided by IBC Form 2100 (including an extension for standard provincial and territorial form of non-owned automobile liability policy) and IBC Form 2320. Such coverage shall include (i) Toronto Metropolitan University as an additional insured, and (ii) a cross liability/severability of interest clause and 30 days' notice of cancellation; umbrella or excess liability insurance may be used Subject to satisfactory proof of financial capability by the Preferred Proponent, the owner may agree to increase the deductible amounts.
ii. 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;
iii. “All risk” property insurance covering the Contractor and Subcontractors’ owned, rented or leased tools, machinery, equipment and property used for the performance of the Work, including equipment breakdown coverage;
iv. Environmental/Pollution Liability Insurance (if applicable) to cover against third-party claims for bodily injury, property damage, defense, cleanup, and related defense costs as a result of pollution conditions (sudden/accidental or gradual) arising from contracting operations performed by or on behalf of the Proponent for an amount of not less than two million dollars ($2,000,000.00) per occurrence.
A valid WSIB Clearance Certificate or alternatively Private Employers Liability in the amount of $2MM.
Minimum Passing Score
The Minimum Passing Score is 70% or 42 out of 60 Points for Stage 2- Technical Evaluated Criteria.
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 the agreement is five (5) years.
Prequalification
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
Stage 2- Technical Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
File # 2- Company Information 5
File # 3- Relevant Experience 20
File # 4 -Proposed Laundry Equipment 5
File # 5 -Project Management Team 10
File # 6 – Understanding the Services 10
File # 7 - Transition and Project Plan 5
File # 8 – Social and Sustainable Practices 5
Subtotal 60
Minimum Passing Score – Stage 2 42.0
Stage 3- Financial Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
Pricing Part I- Fixed Fee-Retail Pricing Rates 15
Pricing Part II- Revenue Sharing Arrangement Percentage as below:
(i) Pre-load Amount 15
(ii) Subsequent Additional Amount 10
Subtotal 40
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.