Entretien du système SAP Ariba

En raison d'entretien planifié, SAP Ariba ne sera pas disponible aux heures indiquées ci-dessous. Nous nous excusons pour tout inconvénient.

  • le samedi, 28 septembre à 20h00 au 29 septembre à 00h00 (HAE)

Captioning and Computerized Note Taking Services

Numéro de sollicitation 2024-048-ST

Date de publication

Date et heure de clôture 2024/07/04 11:00 HAE

Date de la dernière modification


    Description
    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 an invitation to prospective Proponents for submissions indicating their organization's capability, experience and resources for the provision of Real-Time Captioning (RTC) and Computerized Note Taking (CNT) Services for Academic Accommodation Support (AAS).
    The University intends to execute a Professional Services Agreement, provided in Appendix E for all Prequalified Suppliers.
    The University also intends to execute a PO and an Academic Accommodation Support (AAS) Service Provider Guidelines & Agreement provided in Appendix I following the selection of one of the Prequalified Suppliers that results from the second stage procurement process (SOW).

    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/80819 on or before July 4, 2024, 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:
    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 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) Professional liability insurance for an amount of not less than two million dollars ($2,000,000.00) per claim, 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;
    c)Standard automobile insurance (if applicable) 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.

    WSIB (or Equivalent):
    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 equivalent to WSIB coverage in the amount of not less than two million dollars ($2,000,000.00).

    Mandatory Evaluation Criteria:                                                                                                                           
    File #1 - Proposal Acknowledgement Form                                                                                          Pass/Fail
    File #2 - Privacy Requirements                                                                                                             Pass/Fail

    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 six (6) qualified suppliers for the purposes of establishing a Standing Arrangement list.  The period of validity of the Standing Arrangement is three (3) years.

    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 - Privacy Requirements                                                                                                             Pass/Fail

    Stage 2 - Technical Evaluation Criteria:
    CRITERIA                                                                                                                                  WEIGHTING (POINTS)
    File #3 – Company Information                                                                                                                  10
    File #4 – Relevant Experience                                                                                                                   30
    File #5 – Proponent Team                                                                                                                          10
    File #6 – Social Policy Programs                                                                                                               5
    TOTAL                                                                                                                                                        55
    Stage 3 - Financial Evaluation Criteria:
    CRITERIA                                                                                                                                  WEIGHTING (POINTS)
    Pricing Part I - Computerized Note Taking (CNT) Standard Lower Fee Range                                         2.5
    Pricing Part II - Computerized Note Taking (CNT) Standard Upper Fee Range                                        2.5
    Pricing Part III - Computerized Note Taking (CNT) Near Verbatim Lower Fee Range                               2.5
    Pricing Part IV - Computerized Note Taking (CNT) Near Verbatim Upper Fee Range                               2.5
    Pricing Part V - Computerized Note Taking (CNT) Editing/Preparation Time Lower Fee Range               2.5
    Pricing Part VI - Computerized Note Taking (CNT) Editing/Preparation Time Upper Fee Range              2.5
    Pricing Part VII - Real Time Captioning (RTC) Lower Fee Range                                                              2.5
    Pricing Part VIII - Real Time Captioning (RTC) Upper Fee Range                                                             2.5
    Pricing Part IX - Real Time Captioning (RTC) Editing/Preparation Time Lower Fee Range                       2.5
    Pricing Part X - Real Time Captioning (RTC) Editing/Preparation Time Upper Fee Range                        2.5
    TOTAL                                                                                                                                                         25

    Stage 4 – Presentation
    CRITERIA                                                                                                                                 WEIGHTING (POINTS)
    Presentation                                                                                                                                                20
    TOTAL                                                                                                                                                         20                             

    Minimum Passing Score                                                                                              
    The Minimum Passing Score for Stage 2 is 38.5 points
    The Minimum Passing Score for Stage 4 is 10 points

    TOTAL EVALUATED SCORE  20


    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.
     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Durée du contrat

      La durée estimée du contrat sera de 0 mois, avec une date de début proposée du 2024/08/05.

      Accords commerciaux

      • Accord de libre-échange canadien (ALEC)
      • Accord économique et commercial global (AECG) entre le Canada et l’Union européenne (UE)
      • Veuillez consulter la description ou les documents de l'appel d'offres

      Former un partenariat avec une autre entreprise

      La fonctionnalité permettant d'ajouter le nom de votre entreprise à la liste des entreprises intéressées est temporairement indisponible.

      Cette liste ne remplace pas et n'affecte pas les procédures de l'appel d'offres pour ce processus d'achat. Les entreprises doivent tout de même répondre aux demandes de soumissions et concurrencer en fonction des critères établis. Pour plus d'informations, veuillez lire les conditions d'utilisation.

      Coordonnées

      Organisation contractante

      Organisation
      Toronto Metropolitan University
      Adresse
      Financial Services - Purchasing and Payment, 350 Victoria Street
      Toronto, Ontario, M5B 2K3
      Canada
      Autorité contractante
      Susie Temou
      Numéro de téléphone
      416-979-5000 x553427
      Adresse courriel
      Bids@torontomu.ca
      Détails de l'offre

      Les détails complets de cette occasion de marché sont disponibles sur un site tiers

      Cliquez sur le bouton ci-dessous pour vous rendre vers ce site Web. Le site tiers pourrait exiger la création d’un compte personnel pour consulter l’occasion de marché ou pour soumissionner. Les informations reliées aux frais encourus pour accéder aux détails complets sont indiqués sous l’onglet Description.

      Admissibilité et conditions d’utilisation

      Les occasions de marché du gouvernement du Canada, ainsi que les avis d’attribution, les documents de sollicitations et autres documents sont disponibles sans frais sur AchatsCanada, sans devoir s’inscrire.

      Les informations peuvent être disponibles sur une autre source avant d'être disponibles sur AchatsCanada. Vous avez peut-être reçu ces informations via un distributeur tiers. Le gouvernement du Canada n'est pas responsable des avis d'appel d'offres ou des documents et pièces jointes qui ne sont pas accédés directement à partir d’AchatsCanada.canada.ca.

      Les appel d'offres ou avis d'attribution du gouvernement du Canada sont titulaire d’une licence du gouvernement ouvert - Canada qui régit son utilisation. Les documents de sollicitation et / ou les pièces jointes à l'appel d'offres sont protégés par le droit d'auteur. Veuillez consulter les conditions d’utilisation pour obtenir plus d'information.

      Détails

      Langue(s)
      Anglais
      Méthode d'approvisionnement
      Concurrentielle – Invitation ouverte à soumissionner

      Soutien aux petites et moyennes entreprises

      Si vous avez des questions concernant cette occasion de marché, veuillez communiquer avec l'agent de négociation des contrats, dont les coordonnées se trouvent sous l'onglet Coordonnées.

      Consultez notre page de soutien si vous avez besoin d'aide ou si vous avez des questions sur le processus d'approvisionnement du gouvernement, y compris sur la façon de soumissionner ou de s'inscrire dans SAP Ariba. Vous pouvez également contacter Soutien en approvisionnement Canada, qui dispose de bureaux à travers le Canada.

      Date de modification: