Medical and Dental Accreditation Services
Solicitation number W6369-19-A003/A
Publication date
Closing date and time 2018/12/14 14:00 EST
Last amendment date
Description
Advance Contract Award Notice
Advance Contract Award Notice (ACAN)
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.Definition of the requirement
The Canadian Forces Health Services (CF HS) has a requirement to provide its headquarters and health services clinics across Canada (medical and dental) with an accreditation program that will accredit the delivery and management of health services as a comprehensive healthcare system within the Department of National Defence. In order to maintain its accreditation status and to provide high quality and standards to the members of the Canadian Armed Forces (CAF), CF HS has a requirement to provide its headquarters and health services clinics across Canada (medical and dental) with an accreditation program that will accredit the delivery and management of health services as a comprehensive healthcare system.
The Contractor must carry out an accreditation program with the suitable accreditation standards to the CF HS by conducting on-site surveys, and providing support and reports during the accreditation cycle.
2.1 Requirement:
Project Management – Core Work:
The Contractor must provide project management services to manage the project scope, schedule, risks, quality, and to provide data and administer the requirements of the Accreditation Services contract. The Contractor must prepare, review and provide on a quarterly basis a Master Project Schedule (MPS) and Work Breakdown Structure (WBS), and ensure the work is performed in accordance with the MPS and WBS Plan.
b. Accreditation – Core Work:
The Contractor must identify, select, establish and provide accreditation standards suitable for primary and ambulatory organizations, applicable to medical and dental services. The Contractor must support CF HS throughout the accreditation process including, providing instruction on how to participate in the process; technical support as required; coaching to understand the standards, the requirements of the self-assessment and the survey process; and responses to any questions pertaining to the process.
c. Accreditation – Survey
The Contractor must conduct accreditation surveys at CFHS Headquarters and up to a maximum of 32 CFHS health services centre locations across Canada, in the official language of the location.
d. Accreditation - Arising Work:
The Contractor must conduct any additional Work agreed upon by both Contractor and DND and provide the associated deliverables that are not included in the Project Management, Accreditation – Core Work, and Accreditation – Survey.
3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
3.1 Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
Demonstrate your organization has accredited a minimum of ten (10) organization in Canada;
Demonstrate your organization has a health services accreditation process that is recognized and/or applied in all 10 Canadian provinces and three (3) territories;
The Bidder must demonstrate that their organization has provided a health services accreditation program to a minimum of five (5) organizations. The program must include as a minimum five (5) of the following standards relevant to primary health care, dental, and/or ancillary services:
(i) leadership and governance; (ii) infection prevention and control; (iii) medication Management; (iv) biomedical Laboratory Services; (v) mental Health Services (Community Based); (vi) dental Services; (vii) diagnostic Imaging Services; (viii) point of care testing; (IX) population Health and Wellness; and (X) primary care Services.
d. Provide proof that your organization is accredited by the International Society for Quality in Healthcare (ISQua); and
e. Demonstrate your organization’s methodology for developing accreditation standards includes the following:
(i) standards are developed using current evidence and best practices, relevant to the Canadian health care environment; and
(ii) standards are developed by subject matter experts in the field and in consultation with key stakeholders.
4. Applicability of the trade agreement(s) to the procurement
Canadian Free Trade Agreement (CFTA);
Canada-Colombia Free Trade Agreement;
Canada-Honduras Free Trade Agreement;
Canada-Panama Free Trade Agreement;
Canada-Korea Free Trade Agreement (CKFTA);
Canada-Peru Free Trade Agreement;
North America Free Trade Agreement (NAFTA);
Comprehensive Economic and Trade Agreement (CETA);
World Trade Organization Agreement on Government Procurement (WTO-AGP);
Canada-Ukraine Free Trade Agreement; and
Canada-Chile Free Trade Agreement
5. Justification for the Pre-Identified Supplier
Accreditation Canada is accredited by the International Society for Quality in Healthcare (ISQua) and is the only accrediting body that has the right to accredit both primary care and dental institutions in Canada.
6. Government Contracts Regulations Exception(s)
Canadian Free Trade Agreement (CFTA), Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
Canada-Colombia Free Trade Agreement, Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
Canada-Honduras Free Trade Agreement, Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
Canada-Panama Free Trade Agreement, Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons;
Canada-Korea Free Trade Agreement (CKFTA), referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons;
Canada-Peru Free Trade Agreement, Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
North American Free Trade Agreement (NAFTA), Article 1016 (2) (b) : due to an absence of competition for technical reasons;
Comprehensive Economic and Trade Agreement (CETA), Article XIII (b) (iii): due to an absence of competition for technical reasons;
WTO-AGP Free Trade Agreement, Article XIII (b) (iii): due to an absence of competition for technical reasons;
Canada-Ukraine Free Trade Agreement, Annex 10-6 (2) (a): any form of preference, including set asides, to benefit micro, small and medium enterprises;
Canada-Chile Free Trade Agreement, Article Kbis-16 (2) (c): necessary to protect intellectual property.
7. Ownership of Intellectual Property
Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
8. Security Requirement
This requirement is subject to a security requirement as the Contractor and its employees will be required to have access to protected information, assets or sensitive work site(s)
9. Period of the proposed contract
The proposed period of the Contract is from 14 February 2019 to 13 February 2023 with one (1) Option Period of Four (4) years.
10. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $1,300,000.00 (GST/HST extra)
11. Name and address of the pre-identified supplier
Accreditation Canada 1150 Cyrville Road Ottawa, Ontario, Canada K1J 7S9
12. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
13. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is, 14 December 2018 at 2:00 p.m. EST).
14. Inquiries and submission of statements of capabilities
Name: Michelle Opoku
Title: Sub-Section Head - Procurement and Contracting
Telephone: 819-939-8496
E-mail: michelle.opoku@forces.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Canada-Korea Free Trade Agreement (CKFTA)
-
Canada-Honduras Free Trade Agreement
-
Canadian Free Trade Agreement (CFTA)
-
Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
- Contracting authority
- Opoku, Michelle
- Phone
- 819-939-8496
- Email
- michelle.opoku@forces.gc.ca
- Address
-
105 hotel de villeGatineau, QC, K1A 0K2CA
Buying organization(s)
- Organization
-
Department of National Defence
- Address
-
101 Colonel By DrOttawa, Ontario, K1A0K2Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
rfp_w6369_19_a003_amendment_1_en.pdf | 000 |
English
|
11 | |
ddp_w6369_19_a003_modification_1_fr.pdf | 000 |
French
|
4 |
Access the Getting started page for details on how to bid, and more.