In-Person Delivery of Physician Leadership Courses

Solicitation number W0113-18CS10/A

Publication date

Closing date and time 2018/07/19 14:00 EDT


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Joule Inc.
    1031 Bank St.
    Ottawa Ontario
    Canada
    K1S3W7
    Nature of Requirements: 
    
    W0113-18CS10/A
    
    Title: In-Person Delivery of Physician Leadership Courses
    
    An advanced contract award notice (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 and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
    
    1. Definition of requirement:
    The Department of National Defence (DND)Canadian Forces Base (CFB) Borden requires the provision of two courses: 
    (1)  Self-Awareness and Effective Leadership, to be delivered at Borden, Ontario.
    (2)   Leading Change to be delivered at - Ottawa, Ontario. 
    The Physician Leadership Institute (PLI) courses are the only mandatory courses in the pathway to achieve the Canadian Certified Physician Executive (CCPE) credential via the academic route.
    The PLI courses are accredited with the Canadian College of Family for MAINPRO+ credits, which medical officers can use towards their annual Continuing Professional Education (CPE) reporting requirements.
    
    2. Background
    The Canadian Forces Health Services Training Centre (CFHSTC) CFB Borden, is responsible for delivering the Canadian Armed Forces (CAF) Basic Medical Officer Course, in Borden, and the Advanced Medical Officer Course (AMOC), in Ottawa, to qualified and selected General Duty Medical Officers (GDMOs).  BMOC and AMOC are delivered based on approved Training Plans (TPs) which includes leadership education and is intended to prepare GDMOs for positions and appointments within the CAF. 
     
    3.  Objectives:
    The objective is to deliver the two day courses on sequential pre-determined dates respectively (BMOC in the fall, AMOC in the winter).  This will include course preparation, and delivery of training (including all applicable training material) to students identified by CFHSTC.
               
    4.  Deliverables:
    The Contractor must:
    4.1  Provide Self-Awareness and Effective Leadership course (Borden, Ontario)  and Leading Change course - (Ottawa, Ontario). For Medical Officers, Dental  Officers, Health Services Officers, and Basic and Advanced Medical Officers.
    4.2 Provide all tools, materials and equipment relevant to the Course;
    4.3 Complete a daily attendance report at the end of each training program for site  where the training is delivered.
    4.4 Provide Certificates to successful students.
    
    5.  CONSTRAINTS
    
    5.1   The BMOC PLI course will be delivered at CFHSTC in Borden, Ontario, on the pre-determined dates, between 08:00 and 18:00 (maximum), with a break for lunch (minimum 30 minutes). The AMOC PLI course will be delivered at the CAF Carling Campus in Ottawa, Ontario, on the pre-determined dates, between the hours of 08:00 and 17:00 (maximum), with a break for lunch (minimum 30 minutes).    
    
    5.2   For the AMOC PLI course only:  All contracted personnel required to be on site (Carling Campus) to deliver the course will be met at the security gate by a designated CAF member a minimum of 30 minutes prior to the course start time in order to facilitate access to the facility.  The contracted personnel will require a CAF escort at all times while in the facility.
    
    5.3   Language.  The course will be delivered in English.
    
    6.     CLIENT SUPPORT
    
    6.1    Classroom:  Classroom space for student instruction will be provided by CFHSTC.  This will include a computer with MS Office applications and large screen television monitors.  A whiteboard and dry erase markers can be provided. 
    
    7. Cancellation:
    In the event that a scheduled course must be cancelled or rescheduled by DND, the Project Authority, his/her delegated authority, must give the Contractor a minimum of 24 hours’ notice. An email, voice or text message will be deemed as notification for cancellation. 
    
    8.  Criteria for assessing the statement of capabilities (minimum essential  requirements):
    Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
    8.1. Contractor must deliver the two day courses: Self-Awareness and Effective  Leadership on BMOC Borden, Ontario, and Leading Change on AMOC  Ottawa.
    
    8.2 The contractor must be registered and approved by the Canadian Medical  Association (CMA).  
    8.3 The courses must be recognize and must advance physician leadership and  excellence through a national, peer-generated, standards-based assessment  process by the Canadian Society of Physician Leaders.
    8.4 The contractor must deliver the training on DND site mentioned above.
    8.5 The contractor must provide all applicable training material.
    8.6 Contractor must provide Professional designation, accreditation and/or  certification
    
    9.  Applicability of the trade agreement (s) to the procurement
    This procurement is subject to the following trade agreement (s):
    World Trade Organization Agreement on Government Procurement (WTO-AGP)
    Canadian Free Trade Agreement (CFTA); and
    North American Free Trade Agreement (NAFTA).
    The procedural requirements of the other international trade agreements will be fulfilled following compliance to the procedural requirements of World Trade Organization Agreement on Government Procurement (WTO-AGP), CFTA, NAFTA, and/or the CETA.
    
    10.  Set-aside under the Procurement Strategy for Aboriginal Business
    This procurement is not subject to any set-asides for Aboriginal Suppliers.
    
    11.  Comprehensive Land Claims Agreement (s)
    This procurement is not subject to a Comprehensive Land Claims Agreement.
    
    12.  Justification for the Pre-Identified Supplier
    The required leadership courses are offered uniquely by the Physician Leadership Institute (PLI) through Joule Inc. 1031 Bank St. Ottawa, Ontario, K1S 3W7 Canada.
    Joule Inc. is a subsidiary of the Canadian Medical Association (CMA)
    
    Joule Inc. have exclusive ownership of these courses.
    
    Joule Inc.  Is the only known company able to provide the required leadership courses that is registered and approved by the Canadian Medical Association (CMA)).  
    
    The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
    
    13.  Government Contracts Regulations Exception(s)
    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
    (d) only one person is capable of performing the contract.
    
    14.  Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    Canadian Free Trade Agreement (CFTA) Article 513, section 1 (b) (iii) 
    World Trade Organization Agreement on Government Procurement (WTO-AGP) Article XV, section 1 (b) 
    North American Free Trade Agreement (NAFTA) Article 1016, section 2 (b) (ii) 
    Canada-European Union Comprehensive Economic and Trade Agreement (CETA) Article 19.12, section 1 (b) (iii) 
    
    15. Ownership of Intellectual Property
    Ownership of any foreground intellectual property arising out of the proposed contract will vest with the Contractor.
    
    16. Period of the proposed contract or the delivery date(s)
    The proposed contract is for a period of from contract award to one year, with an option to extend the contract for 4 additional 1-year period.
    
    17. Cost estimate of the proposed contract
    The estimated value of the contract, including option(s), is $343,240.00 (HSTI).
    
    18. Name and address of the pre-identified supplier
    Name: Joule Inc.
    Address: 1031 Bank St. Ottawa, Ontario, K1S 3W7 Canada
    
    19. Suppliers' right to submit a statement of capabilities
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction 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 and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    20. Closing date and time for a submission of a statement of capabilities
    The closing date and time for accepting statements of capabilities is: 19 July, 2018 at 14:00 EDT.
    
    21. Inquiries and submission of statement of capabilities
    Inquiries and statement of capabilities are to be directed to:
    Vashti Ramnarine
    Ontario Region-Acquisitions 
    Public Services and Procurement Canada / Government of Canada
    33 City Centre Drive, Suite 480C, Mississauga, ON, L5B 2N5 
    Vashti.Ramnarine@pwgsc-tpsgc.gc.ca / 
    Tel: 905-615-2419/ Cell: 289-772-7284
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, 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.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • Exclusive Rights

    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 Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Ramnarine, Vashti
    Phone
    (905) 615-2419 ( )
    Email
    vashti.ramnarine@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    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)
    Procurement method
    Non-Competitive
    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: