Notice of Intended Procurement
Name of Procuring Entity
Toronto Metropolitan University (the “University”)
Contact Person and Contract Person Coordinates
Titus Meisenheimer, 1 Dundas St West, 16th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 554276
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 Proposals for 45 Medical Task and Surgical Trainers and Related Supplies, to be delivered and installed at 150 Central Park Drive, Level 03 Rooms SoM-213, Brampton, Ontario, L6T 1B4.
The deliverables include but are not limited to, delivery and installation, warranty and maintenance support services, training. The Deliverables are further described in Appendix B.
For clarity, the RFP shall result in awarding one (1) Successful Proponent per Trainer and corresponding consumable, for a maximum of forty five (45) Successful Proponents.
The University intends to execute a Master Services Agreement provided in Appendix E for each Trainer. This RFP may potentially result in forty five (45) independent Agreements. For clarity, if one Proponent is awarded multiple Trainers, the University intends to execute one (1) Agreement for all awarded Trainers.
Proponents may submit Proposals for one (1) Trainer or two (2) Trainers or three (3) Trainers, or any number of Trainers. The University will evaluate and award each Trainer independently.
Please note:
The School of Medicine site is currently under construction, MARANT Construction Limited (“MARANT”) is the Construction Manager and Constructor for the site. Therefore, the Successful Proponent shall abide by any health and safety requirements that MARANT has in place whenever they are at the site.
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/projects/94057/details on or before July 08, 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:
Mandatory Submission Requirements
File #1 Proposal Acknowledgement Form - Pass/Fail
Minimum Passing Score
The Minimum Passing Score for Stage 2 - Technical Evaluation is 45.5 out of 65 Points.
The Minimum Passing Score for Stage 4: Demonstration is 70% or 17.5 out of 25 Points.
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
BPS Procurement Directive
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 is five (5) years, plus five (5) optional renewal periods of one (1) year each, at the University’s discretion.
The University will base its selection of qualified suppliers for each Trainer on the following criteria:
Stage 1 - Mandatory Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #1 - Proposal Acknowledgement Form Pass/Fail
(one file evaluated 1x, score applicable to all Trainers Proponent submits to)
Stage 2 - Technical Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
File #2 – Company Information 15
(one file evaluated 1x, score applicable to all Trainers Proponent submits to)
File #3 – Social and Sustainable Practices 5
(one file evaluated 1x, score applicable to all Trainers Proponent submits to)
File #4 – Trainer Requirements 45
(one file where Proponents complete the corresponding section for the Trainer(s) the Proponent is submitting to, each trainer is evaluated independently)
Points shall be distributed as follows:
- Description of Trainers (60% of 45)
- Gender & Skin Options (10% of 45)
- Warranty Details (10% of 45); and
- Delivery Details (20% of 45)
File #5 – Video
(Applicable to 31 trainers as defined in the RFP)
(part of File #4 weighting)
Subtotal 65
Stage 3 - Shortlist
Each Trainer’s Proponents are divided into the following three (3) groups:
1. Group 1 - No Demo (no demonstration required) - Proponents proceed to Stage 5 - Pricing;
2. Group 2 - Demo (shortlisted, demonstration required) - Proponents proceed to Stage 4 as described in RFP Section 5.2(3); and
3. Group 3 - Not Awarded - Proponents did not meet minimum passing score,
See RFP Section 5.2 for more information.
Stage 4 - Demonstration Evaluation Criteria (only applicable to Group 2 – Demo)
CRITERIA WEIGHTING (POINTS)
Demonstration 25
Subtotal 25
Stage 5 - Financial Evaluation Criteria
CRITERIA WEIGHTING (POINTS)
Total Evaluated Fee (for each Trainer) 35
Subtotal 35
Total Evaluated Score for Group 2 – Demo Stages 1, 2, 3, 4 and 5 125
Total Evaluated Score for Group 1 – No Demo Stages 1, 2, 3 and 5 100
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.