Laboratory Analysis of Retail Food Products in Sentinel Communities

Solicitation number 1000142949

Publication date

Closing date and time 2013/09/12 15:00 EDT

Last amendment date


    Description
    Background
    C-EnterNet, the enteric surveillance program of the Public Health Agency of Canada (PHAC) requires the services of a laboratory with food microbiological expertise. The primary task is to provide weekly analysis of raw meat samples. Tests include primary isolation followed by enumeration. Once identified, the bacterial isolates are to be forwarded within a month to secondary labs for additional testing.
    Scope of Work
    C-EnterNet is a surveillance program of the Public Health Agency of Canada. The primary objective of C-EnterNet is to provide information to integrate and strengthen the science, policy, intervention, prevention, and health promotion and protection activities related to both food and water safety in Canada.  More precisely, it will deliver reliable annual estimates and trends over time for human cases, exposures, and source attribution, to inform future food and water safety policy development and provide capacity to local, provincial and federal public health authorities in the prevention of enteric diseases in Canada.
    
    The Agri-food component of C-EnterNet has developed a retail food surveillance program that will provide baseline prevalence & enumeration data for foodborne enteric contamination (Campylobacter, Salmonella spp., generic E. coli, and Listeria monocytogenes,) on retail raw meat (chicken, pork and beef). 
    
    These results will then inform and support Canadian -specific risk assessment & policy development (through baseline data reports). These data will be integrated with water, on-farm and human data from the same geographic regions.
    Minimum Requirements
    M1. The bidder must provide evidence of current accreditation by the Standards Council of Canada (SCC) and conform with the requirements of CAN-P-1587 and CAN-P-4D(ISO/IEC 17025); 							
    M2. The bidder must provide evidence of current SCC accreditation for the following:
    	•	Listeria detection method: HPB-30;
    	•	generic E. coli detection method: MFHPB-34;	
    	•	at least one method for the detection of Campylobacter;	
    	•	at least one method for the detection of Salmonella;	
    	•	MPN (Most Probable Number) enumeration in food for any three of the following four organisms. For the remaining one, the contractor must demonstrate the ability and proficiency in performing MPN enumeration in foods or environmental samples by providing method validation and quality assurance records; 1. Salmonella  2. Listeria 3. Yersinia 4. Campylobacter										
    M3.  a. The laboratory must demonstrate experience by  providing at least one (1) project of surveillance activities within the past four (4) years in food microbiological testing including primary isolation and bacterial enumeration;
    b. The laboratory must demonstrate experience by providing at least one (1) project in research based activities within the past four (4) years food microbiological testing including primary isolation and bacterial enumeration.						
    M4.  The bidder must provide a description of their Quality Assurance and Quality Control system						
    M5. The location of the contracting laboratory must be within driving distance (1.5 hours or less) of the primary sentinel site (Waterloo, Ontario) and the PHAC sub-typing laboratory (Guelph, Ontario) to reduce shipping costs for samples and isolates. 						
    
    Selection Process
    The selection process is a one-stage competitive process wherein Proponents are invited to respond to this RFP and submit information relating to mandatory requirements, technical and price proposals. The proposals will be evaluated and scored as described within the RFP documents. Should Her Majesty elect to proceed with the project, the Proponent with the proposal ranked best value will be invited to enter into a contract for the required services.
    In case of discrepancies between this Notice and the Request for Proposals (RFP) documents, the RFP documents shall take precedence.
    	
    Note
    The Crown retains the right to negotiate with suppliers on any procurement.
    Documents may be submitted in either official language of Canada

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Contact information

    Contracting organization

    Organization
    Public Health Agency of Canada
    Address
    130 Colonnade Road
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Thompson, Melissa
    Phone
    613-948-4736
    Address
    200 Eglantine Drive
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Public Health Agency of Canada
    Address
    130 Colonnade Road
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    English
    5
    001
    English
    4
    English
    5
    001
    English
    4
    French
    5
    001
    French
    1
    001
    French
    2
    001
    French
    1

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: