SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, May 4 from 7:00 pm until 11:00 pm (Eastern Time) 

CALCIUM TRISODIUM PENTETATE (CA-DTPA)

Solicitation number W6369-22-A048/C

Publication date

Closing date and time 2022/06/01 14:00 EDT


    Description

    1. 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.

    2. Definition of the requirement

    Department of National Defence (DND), has a requirement for Calcium trisodium pentetate (Ca-DTPA) for the treatment of Canadian Armed Forces (CAF) members who may have been exposed to radiological warfare agents.

    The annual volume is estimated at approximately 250 Ca-DTPA ampoules per year.

    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 their Calcium trisodium pentetate (Ca-DTPA) meets the following requirements:

    3.1.1 The Bidder must demonstrate that their proposed Calcium trisodium pentetate (Ca-DTPA) has the following Certification and Compliance:

    The Bidder must provide evidence that the product has been manufactured in compliance with current Good Manufacturing Practices (cGMP) as set out in the International Conference on Harmonisation of Technical Requirements for Registration of Pharmaceuticals for Human Use Good Manufacturing Practice Guide for Active Pharmaceutical Ingredients Q7–(https://database.ich.org/sites/default/files/Q7%20Guideline.pdf). The evidence provided must include, but is not limited to:

    a. The Certificate of Analysis representative of the batch or lot to be delivered. Certificates should be signed by the manufacturer’s Quality Assurance department; and

    b. Evidence of a successful cGMP compliance inspection within the last five (5) years from the regulatory national competent authority from Canada, the United States, the United Kingdom, or a member state of the European Union or any other regulatory jurisdiction which has adopted and implemented the International Conference for Harmonisation (ICH) guidances and standards.

    Proof of GMP must be provided.

    3.1.2 The Bidder must demonstrate by providing an executed Certificate of Analysis from a lot representative of the material to be delivered that their proposed Calcium trisodium pentetate (Ca-DTPA) contains the following drug type and potency:

    Drug Product (Ca-DTPA)

    Active ingredient : Calcium trisodium pentetate

    Dose : 1000 to 1055 mg

    Volume : 5.0 mL

    Dosage Form: Solution for injection

    The primary packaging must include:

    1. the product name;
    2. strength;
    3. lot/batch number; and
    4. expiry date or date of manufacture.

    Route of administration : Intravenous

    Physicochemical characteristics : Free from undissolved materials or particulates, clear, colourless to slightly yellowish solution.

    Sterility: Sterile

    3.1.3 The Bidder must demonstrate that the drug insert and packaging information of their proposed Calcium trisodium pentetate (Ca-DTPA) are in English or French. A copy of the package insert, product labelling and a picture of the product must be provided.

    3.1.4 The Bidder must demonstrate by providing real-time stability data that their proposed Calcium trisodium pentetate (Ca-DTPA) has a minimum shelf life of 36 months at 15 - 25°C from the date of manufacture.

    3.1.5 The Bidder must demonstrate with a photo or design mock-up of the primary package label that

    their proposed Calcium trisodium pentetate (Ca-DTPA) has the following information included on its primary package label:

    Labelling

    The primary packaging must include:

    1. the product name;
    2. strength,;
    3. lot/batch number; and
    4. expiry date or date of manufacture.

    4. Applicability of the trade agreement(s) to the procurement

    This procurement is subject to the following trade agreement(s):

    1. Canadian Free Trade Agreement (CFTA);
    2. Canada-Chile Free Trade Agreement (CCFTA);
    3. Canada-Colombia Free Trade Agreement;
    4. Canada-Honduras Free Trade Agreement;
    5. Canada-Korea Free Trade Agreement; and
    6. Canada-Panama Free Trade Agreement.

    5. Justification for the Pre-Identified Supplier

    Heyl Chemisch-pharmazeutische Fabrik GmbH & Co. KG, the pre-identified supplier, is the only known supplier that can provide the Calcium Trisodium Pentetate (Ca-DTPA).

    6. Government Contracts Regulations Exception

    The following exception to Government Contracts Regulations (GCRs) from http://laws-lois.justice.gc.ca/eng/regulations/SOR-87-402/page-2.html#h-6) is applicable:

    (d) only one person is capable of performing the contract.

    7. Exclusions and/or Limited Tendering Reasons

    1. Canadian Free Trade Agreement (CFTA) – Article 513 (1) (b) (iii): due to an absence of competition for technical reasons;
    2. Canada-Chile Free Trade Agreement (CCFTA) – Article Kbis-16 (2) (c): necessary to protect intellectual property;
    3. Canada-Colombia Free Trade Agreement – Article 1409 (1) (b) (iii): due to an absence of competition for technical reasons;
    4. Canada-Honduras Free Trade Agreement – Article 17.11 (2) (b) (iii): due to an absence of competition for technical reasons;
    5. Canada-Korea Free Trade Agreement – referencing the WTO Protocol Amending the GPA, Article XIII (1) (b) (iii): due to an absence of competition for technical reasons; and
    6. Canada-Panama Free Trade Agreement – Article 16.10 (1) (b) (iii): because of the absence of competition for technical reasons.

    8. Period of the proposed contract or delivery date

    The proposed Contract period is from date of Contract award to 31 March 2026.

    9. Cost estimate of the proposed contract

    The estimated value of the contract, including options, is $120,000.00 (taxes not applicable)

    10. Name and address of the pre-identified supplier

    ​Name: Heyl Chemisch-pharmazeutische Fabrik GmbH & Co. KG

    Address: Kurfürstendamm 178 - 179, 10707 Berlin, Germany

    11. Suppliers' right to submit a statement of capabilities

    Suppliers who consider themselves fully qualified and available to provide the goods 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.

    12. Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is 01 June 2022 at 2:00 p.m. EDT.

    13. Inquiries and submission of statements of capabilities 

    All inquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the closing date of the ACAN. Inquiries received after that time may not be answered.

    Inquiries and statements of capabilities are to be directed to:

    Name: Marie-Diane Payeur
    Title: Senior Procurement Officer
    E-mail: Marie-Diane.Payeur@forces.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement

    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
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Contracting authority
    Payeur, Marie-diane
    Phone
    819-939-8469
    Email
    Marie-Diane.Payeur@forces.gc.ca
    Address
    105 Hotel de Ville
    Gatineau, QC, K1O 0K2
    CA

    Buying organization(s)

    Organization
    Department of National Defence
    Address
    101 Colonel By Dr
    Ottawa, Ontario, K1A0K2
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive - Limited Tendering
    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: