Notice of Intended Procurement
Name of Procuring Entity
Toronto Metropolitan University (the “University”)
Contact Person and Contract Person Coordinates
Susie Temou, 1 Dundas St West, 16th Floor, Toronto, ON, M5B 2H1, 416-979-5000 ext. 553427
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 Supplier Pre-Qualifications to Establish a Standing Arrangement (RFSA).
This Request for Supplier Qualifications ("RFSA" is issued on behalf of Toronto Metropolitan University’s Computing and Communications Services Department (“CCS”). TMU is looking to establish a Vendor of Record for HPE Aruba Support and Service. The University is inviting prospective Proponents who are Platinum or Gold certified as an HPE Aruba Networks Authorized Partner in good standing, to submit a Proposal for the supply of HPE Aruba hardware, software licensing, maintenance, technical support, training, & ad-hoc related services as further described in Appendix B.
The University intends to execute a Master Services Agreement, provided in Appendix E for all Prequalified Suppliers.
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/opportunities/102937
on or before March 17, 2026, at 11:00:00 am.
The submissions will not be opened publicly.
Conditions for Participation
The procurement is subject to the following conditions for participation:
The award of a Final Agreement to a Successful Proponent(s) is conditional on the Successful Proponent(s) providing the following information to the University, in accordance the timeframes specified by the University:
1.Insurance:
a. 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 ten million dollars ($10,000,000.00) 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. Professional liability insurance for an amount of not less than ten million dollars ($10,000,000) per occurrence, if applicable to the type of Services offered under the 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
c. Privacy liability and cyber risk insurance covering liabilities resulting or arising from data damage, destruction, or 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 the Agreement with a minimum limit of ten million dollars ($10,000,000) 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 following the termination of this Agreement.
2. WSIB
A clearance certificate from the Ontario Workplace Safety Insurance Board, or if the Successful Proponent is not subject to the Workplace Safety and Insurance Act (Ontario), evidence of employers’ liability coverage.
Applicable Trade Agreements
This procurement is subject to the following trade agreement(s):
Broader Public Sector (BPS)
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
Canadian Free Trade Agreement (CFTA)
Quebec/Ontario
Contract Details
The term of the Standing Arrangement is three (3) years.
Prequalification
The University intends to select a limited number of qualified suppliers to be invited to participate in the subsequent procurement process. The criteria that will be used to prequalify suppliers are set out in procurement documents.
The University intends to select up to a maximum of five (5) qualified suppliers for the purposes of establishing a Standing Arrangement list.
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 - OEM Authorized Reseller Partner Letter Pass/Fail
Stage 2 - Technical Evaluation Criteria:
CRITERIA WEIGHTING (POINTS)
File #3 – Company Information 40
File #4 – Relevant Experience 55
File #6 – Social Policy Programs 5
TOTAL EVALUATED SCORE 100
Minimum Passing Score
The Minimum Passing Score for Stage 2: Technical is 60% or 60 out of 100 Points.
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.
Suppliers should also note that only suppliers prequalified will receive further notices of procurement related to the subsequent procurement process.