COVID-19 related procurement: Committee of the Whole—May 19, 2022
Document navigation for "Committee of the Whole: May 19, 2022"
On this page
Vaccines
In this section
Key data points
- Pfizer will supply 35 million doses for 2022, 30 million doses for 2023, with options for an additional 30 million doses in each of these years
- Moderna will supply 20 million doses with options for up to 15 million additional doses for both 2022 and 2023
- Novavax will supply 26 million doses in 2022 and 2023 respectively
- Medicago is contracted to supply up to 20 million doses in 2022 and Public Services and Procurement Canada (PSPC) is working with Public Health Agency of Canada (PHAC) and the supplier on a delivery schedule
- $9 billion has been allocated for vaccine procurement
Current vaccine agreements
- Currently, Pfizer, Moderna, AstraZeneca, Johnson & Johnson, Novavax and Medicago have been approved to prevent COVID-19
- Sanofi started the regulatory submission process for its primary COVID-19 vaccine. Through this process Health Canada will review the evidence of safety, efficacy, and manufacturing quality for each vaccine to determine whether individual vaccines will be approved for use in Canada
- The Government of Canada has signed agreements in principle with the following companies to obtain access to their vaccines and vaccine candidates:
- AstraZeneca agreement was for 20 million doses and, in 2021, Canada received 3.8 million doses of the vaccine for use in Canada. The remaining doses have been donated or are now expiring as no recipient countries were found
- Sanofi and GSK have an agreement to supply up to 72 million doses of their vaccine candidate once approved. Deliveries are to be confirmed once approval is received
- Johnson & Johnson agreement is for 10 million doses and, in 2021, Canada received 188,000 doses of its vaccine. The remaining doses are being donated through COVAX
- Novavax, which will supply up to 76 million doses of its protein subunit vaccine NVX-CoV2373 between 2022 and 2024
- Pfizer, supplied 51 million doses of its mRNA vaccine and 4 million pediatric doses in 2021. Agreement is in place for future supply of up to 185 million doses from 2022 to 2024
- Moderna supplied 34.9 million doses of its mRNA vaccine in 2021. While 10M have been deferred to early 2022, agreement is in place for future supply of up to 95 million doses from 2022 to 2024
- Medicago, which will supply up to 76 million doses of its vaccine (CoVLP) between 2022 and 2024
- Serum Institute of India/Verity Pharmaceuticals, which supplied 500,000 doses of the Oxford-AstraZeneca
Pediatric vaccines
- We are continuing to evolve our vaccine procurement strategy based on the best scientific advice available, which includes working with vaccine suppliers to secure new formulations for variants, boosters and pediatrics as they become available
- Canada has secured future supply with Moderna and Pfizer that will provide access to a range of products as required, including pediatrics and boosters
- On pediatric vaccines in particular, we were able to accelerate the delivery of pediatric doses following regulatory approval in November of last year, and we have now received 5.8 million pediatric doses, providing enough doses to fully vaccinate all eligible children 5 to 11 years old
- Health Canada has provided regulatory approval for pediatric vaccines for both Pfizer, for children ages 5 to 11 years old, and for Moderna for children ages 6 to 11 years old
- Clinical trials for pediatric solution targeting children from 6 months to 4 years old are still underway for both Moderna and Pfizer
- Public Services and Procurement Canada continues to engage suppliers on further supply of pediatric doses, including for children aged 6 months to 4 years old
- Last year, Canada secured future supply deals with Pfizer and Moderna that include access to pediatric doses, in order to ensure that Canadian children will receive vaccines in a timely manner. Sufficient doses have already been received to vaccinate all children ages 5 to 11 years old
Advance purchase agreement
- We continue to seek opportunities to be as transparent as possible about our procurements in support of Canada’s COVID-19 response, while respecting confidentiality agreements and protecting our negotiating position
- Every contract is different as they reflect specific requests and requirements put forth by the supplier
- Public Services and Procurement Canada has worked with its vaccine suppliers to secure their agreement on publicly releasable versions of Canada’s vaccine contracts
- These documents fully respect the Access to Information Act, so information that is commercially confidential or that could impact Canada’s ability to negotiate future contracts has been protected
- As we have throughout the pandemic, Public Services and Procurement Canada will continue to openly communicate with Canadians about the work we are doing to support Canada’s pandemic response
- The default position of the Government of Canada in all its procurement contracts is that title to intellectual property remains with the contractor, which is set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts
- In the advance purchase agreements that Canada negotiated with vaccine manufacturers, the manufacturers retain the title to intellectual property and do not grant a license for Canada to use the intellectual property nor give Canada a right to use the intellectual property
COVAX
- Canada’s 7 main agreements with vaccine suppliers allow for donations to be made when doses are deemed surplus in-country. PSPC supports Global Affairs Canada and Public Health Agency of Canada on the donation of surplus doses through its agreements with suppliers through direct donations and the COVAX facility
- Canada signed an agreement on September 18, 2020 to participate in the COVAX facility, which supports equitable global access to safe, effective, and affordable COVID-19 vaccines
- Through this agreement Canada has committed to being a global leader in supporting equitable global access to safe, effective, and affordable COVID-19 vaccines
Therapeutics
Key data points
As of April, 2022:
- Paxlovid—Pifzer: Contract for 1,500,000 treatment courses, 290,027 delivered
- Remdesivir—McKesson/Gilead: Original contract for 24,825 treatment courses, all delivered. Amendment for additional 16,667 treatments issued February 2022 and all delivered
- Bamlanivimab—Eli Lilly: Original contract for up to 26,000 treatments courses, 17,000 delivered
- Tocilizumab—Roche Canada: Contract awarded March, 2021 and subsequently amended, for a total potential order of up to 14,551 treatment courses (assuming 800mg per treatment), 11,419 (800mg) treatment courses delivered
- Regeneron—Roche Canada: Contract for 9,000 treatments, all treatments delivered
- Sotrovimab—GlaxoSmithKline: Original Contract for 10,006 doses, and amendment for additional 20,064 doses, 30,070 delivered
- Molnupiravir—Merck: Original Contract for 501,120 treatment courses, pending regulatory approval, 0 delivered
- Evusheld—AstraZeneca: Contract for 100,000 doses, approved by Health Canada on April 14, 2022, 29,400 delivered
- Sarilumab—Sanofi: Contract for 1,000 treatments, 1,000 delivered
Oral antiviral treatments
- On January 7, 2022, Canada signed a contract with Pfizer for 1 million treatment courses of Pfizer’s COVID-19 oral antiviral therapeutic Paxlovid, for the treatment of COVID-19 symptoms
- To date, Canada has received 290,027 treatment courses of Paxlovid and is expecting an additional 184,973 treatment courses to be delivered before the end of June. Further delivery schedules are being confirmed, with the intent of bringing treatment courses into Canada as quickly as possible. A contract amendment was awarded on February 23, 2022 for 500,000 additional treatments. A total of 1.5 million treatment courses of Paxlovid have been ordered and will be made available as soon as possible to help protect the health of Canadians
- On December 1, 2021, Canada awarded a contract to Merck for 501,120 courses of its Molnupiravir oral antiviral therapeutic for the treatment of COVID-19 symptoms, pending regulatory approval
Injection treatments
- On October 20, 2020, Canada awarded a contract with McKesson/Gilead for the Remdesivir therapeutic drug for 24,825 treatments courses. An amendment was issued in February 2022 to procure an additional 16,667 treatment courses. A total of 41,492 treatment course have been delivered
- On November 22, 2020, Canada awarded a contract of up to 26,000 treatment courses of Eli Lilly’s antibody treatment, Bamlanivimab. The treatment was developed in partnership with Canadian company AbCellera, combining its advanced antibody therapy discovery platform with Eli Lilly’s manufacturing and distribution capability
- On March 12, 2021, Canada awarded a contract to Roche Canada for Tocilizumab for the treatment of COVID-19 symptoms, and the contract was subsequently amended to increase the potential for orders for up to 14,551 treatment courses (assuming 800mg per treatment). To date, 11,419 treatment courses (800mg) have been delivered
- On June 11, 2021, Canada awarded a contract with Roche for its Regeneron therapeutic drug for 9,000 treatments, and all deliveries have been received
- On October 1, 2021, Canada awarded a contract to GlaxoSmithKline which has later been amended to add additional quantities, for the purchase Sotrovimab for the treatment of COVID-19. Total orders are now for 30,070 doses. All treatments have been delivered
- On February 11, 2022, Canada awarded a contract to Sanofi for its Sarilumab drug for 1,000 treatments. All treatments have been delivered
- On February 14, 2022 Canada awarded a contract to AstraZeneca for its Evusheld drug for 100,000 treatments, and 29,400 treatments have been delivered
Supporting border testing
Key data points
- Over 50 contracts in place to support the Public Health Agency of Canada, Canada Border Services Agency, Immigration, Refugee and Citizenship Canada, Employment and Social Development Canada
- Of those 50 contracts, 4 border testing and supplemental testing services contracts and 10 airport service contracts were awarded for a combined value of $1.5 billion
Overview
- To support the Border Testing Program requirements for COVID-19 of travellers entering Canada at international airports and land ports of entry, PSPC awarded 5 contracts with 4 suppliers in 2021 to collect, process and report polymerase chain reaction (PCR) test specimens
- In response to the Omicron variant, Canada has updated its Border Testing Program requirements which has led to a significant increase of the mandatory random testing needs, specifically for air travellers
- PSPC is continuously working with Canadian suppliers to promptly implement innovative solutions, such as partnering with pharmacies and other business to meet the evolving COVID-19 testing capacity needs across Canada
- PSPC has awarded over 50 contracts to more than 40 suppliers in the amount of $2 billion in support of PHAC, Canada Border Services Agency (CBSA), Immigration, Refugees and Citizenship Canada (IRCC), Employment and Social Development Canada (ESDC) to assist efforts in managing travellers crossing Canadian borders, including for services related to testing, accommodations, guards, humanitarian support, transportation, information technology (IT) applications, and a call centre
- Following a request for proposals (RFP), PSPC initially awarded 3 contracts in February 2021 to secure the services from testing providers to collect and process PCR test specimens from travellers entering Canada. On September 21, 2021, PSPC posted a new competitive RFP to meet the demand of the evolving Border Testing Program. From this competitive RFP, PSPC awarded 3 contracts (Dynacare, Lifelabs and Biron). An existing contract with Switch Health remains in place
- Effective March 1, there was a shift from mitigating importation of cases to a surveillance approach for all vaccinated travellers
Switch Health Holdings Inc.
- A contract was awarded to Switch Health Holdings Inc. on February 20, 2021, for dedicated support services in French and English on day 1 and day 8 testing for travellers arriving by air or land borders in Ontario, Alberta and the Atlantic region
- The contract was then amended in April 2021 to include additional testing in Ontario for temporary foreign workers, asylum seekers, those in isolation at designated quarantine facilities, and other individuals entering Canada for whom specimen self-collection may not be possible
- Switch will provide mobile units as well as telehealth appointments to conduct on-site specimen collection, on-site observed specimen collection and virtual observed specimen collection. The contract was amended on October 30, 2021, to extend it to November 30, 2021. The contract was amended again from December 1, 2021, to extend it to May 31, 2022
Dynacare
- A contract was awarded to Dynacare on April 26, 2021, for day 8 testing for temporary foreign workers in Quebec. This included dedicated support services in French and English for appointment booking, test administration and results management, as well as mobile services for on-site specimen collection. The contract was amended on July 30, 2021, to extend the contract until August 15, 2021 and add additional testing services for land and air ports of entry for Manitoba and Quebec
- The contract was amended again on August 14, 2021 to extend the contract until October 31, 2021 and add additional on-site testing for airports in Manitoba and Quebec. The contract was amended again on October 30, 2021, to extend it to December 31, 2021
- Following the new RFP, Dynacare was awarded a new contract effective January 1, 2022, for day1 and day 8 testing of travellers entering Canada in the region of Manitoba and Quebec, at select airports and land border crossing, as well as temporary foreign workers. This includes dedicated support services in French and English for appointment booking, test administration and results management, as well as mobile services for on-site and virtual specimen collection. The contract will expire on April 30, 2022
Lifelabs
- A contract was awarded to LifeLabs on June 23, 2021, for day 1 testing of all travellers arriving at Vancouver Airport and day 1 and day 8 testing for all travellers crossing land borders in British Columbia, Saskatchewan and Yukon. The contract was amended on June 30, 2021, to add day 8 testing for travellers arriving at Vancouver Airport. The contract expired on January 31, 2022
- Following the new RFP, LifeLabs was awarded a new contract effective February 1, 2022 for travellers crossing land borders in British Columbia, Saskatchewan and Yukon and select airports. This includes dedicated support services in French and English for appointment booking, test administration and results management, as well as mobile services for on-site and virtual specimen collection. The contract will expire on April 30, 2022
Biron Laboratoires Santé
- Following the new RFP, Biron was awarded a contract effective December 21, 2021, for the Quebec Region for day 1 and day 8 testing of travellers entering Canada at the airports and several land border crossings, including the testing of refugees and asylum seekers entering Canada at Roxham Road
- This includes dedicated support services in French and English for appointment booking, test administration and results management, as well as mobile services for on-site and virtual specimen collection. Biron Groupe Santé will continue their ramp-up in the coming weeks and will become fully operational by mid-February 2022. The contract will expire on April 30, 2022
Rapid tests
In this section
Key data points
- As of April 8, 2022, more than 603.4 million rapid tests have been procured and received from 15 suppliers at a total cost of $4.09 billion. Of these, 593 million have been delivered to provinces and territories and the National Emergency Strategic Stockpile
- We have 23 qualified suppliers on the competitive standing offer
- Of these 23 suppliers, BTNX is a Toronto-based supplier (importer) of tests, Artron is a British-Columbia (BC)-based test manufacturer and Biolytical Laboratories is our second BC-based test manufacturer
Overview
- Public Services and Procurement Canada supports testing strategies and initiatives by procuring testing supplies, test kits, testing services, and warehousing and logistics services on behalf of Health Canada (HC) and the Public Health Agency of Canada. In support of HC’s role to provide test kits to provinces and territories, PSPC has procured over 603 million rapid tests
- To date, over 593 million tests have been shipped to provinces and territories to enable the reopening of the economy, schools and other industries
- PSPC published a request for standing offer on March 16, 2021, for the purchase of additional antigen and molecular rapid tests, so that suppliers can submit an offer as soon as their test obtains approval from HC and allowed Canada to procure rapid tests through a competitive process
- PSPC has also been supporting provinces and territories and Indigenous Services Canada by procuring laboratory supplies for the general population testing programs: swabs, reagents, lab equipment as well as testing devices that can be used for northern remote and isolated communities. Examples of these devices are Cepheid tests used on GenXpert machine, bMx Biofire
Test kits
- In support of Health Canada’s role to provide test kits to provinces and territories, PSPC has procured and received over 603 million rapid tests. To date, over 461 million tests have been shipped to provinces and territories to enable the reopening of the economy, schools and other industries
- PSPC published a request for standing offer (RFSO) on March 16, 2021, for the purchase of additional antigen and molecular rapid tests (and is often called PCR), which has been extended to May 31, 2022, so that suppliers can submit an offer as soon as their test obtains approval from HC. Canada is looking at options for new RFSOs to ensure we are able to respond to emerging needs with the latest technology and wide range of options
- None of the tests kits procured are for use in border testing initiative
- PSPC has also been supporting provinces and territories and Indigenous Services Canada by procuring laboratory supplies for the general population testing programs: swabs, reagents, lab equipment as well as testing devices that can be used for northern remote and isolated communities. Examples of these devices are Cepheid tests used on GenXpert machine, bMx Biofire
- HC had bilateral discussions with each province and territory to determine their needs for rapid testing to enable HC to recommend quantities to procure to the Deputy Ministers’ Committee on testing—Regulatory, procurement and rollout
- Once endorsement received, HC to forward their recommendation to PHAC for the president’s approval. Once approval (including financial commitment) is signed by PHAC’s president, HC/PHAC prepares the required documents to be sent to PSPC for processing of the procurement of the tests
- An interdepartmental working group was set up in January 2022, to coordinate efforts, share and align shipment and delivery information between Health Canada, Public Services and Procurement Canada as well as suppliers
Types of rapid tests
- Nucleic Acid / Molecular
- also called molecular testing (and is often called PCR)
- Antigen
- antigen-based tests detect specific proteins on the surface of the virus. They're often called rapid tests, as they typically provide results in less than an hour
- Serological (antibody)
- these tests do not detect the virus itself
The tests can be used in 3 different settings: conventional sample collection by a trained professional and sent to a laboratory for analysis and reporting; various points-of-care (for example, pharmacy or doctor’s office) sampled or observed by a trained professional and results are provided on-site; or at home through self-testing without the supervision of a health care professional and results appear on the device
Procurement of personal protective equipment
In this section
Key data points
- More than 2.7 billion articles of various personal protective equipment (PPE) has been purchased
- Over 40% of expenditures are associated with products manufactured in Canada or services delivered by Canadian companies
- The Government of Canada now has contracts with 2 Canadian producers of National Institute for Occupational Safety and Health (NIOSH) certified masks, who produce 4.2 million a month in Canada
Overview
- At the outset of the COVID-19 pandemic, the Government of Canada took an aggressive procurement approach to fulfil immediate, emerging and long-term medical supply requirements
- Since the beginning of the pandemic, Public Services and Procurement Canada awarded 191 contracts for PPE to 120 unique suppliers for a total of 2.7 billion articles of various PPE
- Excluding long term contracts (3M and AMD Medicom), 99% of the total quantity of PPE ordered has been delivered
Domestic procurement of personal protective equipment
- Since the beginning of this pandemic the Government of Canada has looked to Canadian industry for pandemic-response supplies and the industry has responded
- Of all contracting handled by PSPC to combat COVID-19 excluding vaccines, more than 40% of expenditures are associated with products manufactured in Canada or services delivered by Canadian companies
- This growth in domestic supply provides a robust sources of PPE for all Canadians
Current suppliers and their status
Medicom
- PSPC awarded a 10-year contract to Medicom for domestic production and distribution of surgical masks and N95 respirators for PHAC
- Under the terms of its federal contract, Medicom is producing millions of N95 respirators and surgical masks annually at its new purpose-built Montréal manufacturing facility
- Quality assessment testing is a standard requirement to confirm the masks meet the mandatory 95% filtration standard for N95 respirators. This quality assessment testing process was performed by the National Research Council (NRC), on behalf of PHAC
- NRC performed the testing using the filtration testing machine TSI8130A, which is the same machine used by the NIOSH in the United States. Quality assessment testing typically takes 7 to 10 business days depending on the number of sample masks being tested
3M
- PSPC entered into a contract directly with 3M Canada to purchase domestically-produced N95 masks
- Under the contract, 3M will provide 38.3 million N95 masks in year 1 and 25 million annually in years 2, 3, 4 and 5 (April 2021 to March 2026). Canada has also reserved the right to extend the contract by up to 5 optional years
TCG Medical
- In March 2020, TCG Medical responded to the Government of Canada’s proactive call to action on Buyandsell.gc.ca, for products or services to support Canada’s response to COVID-19
- On behalf of the Public Health Agency of Canada, Public Services and Procurement Canada issued a contract on May 6, 2020 to TCG Medical for N95 respirators. This contract was issued following supplier screening and financial capability assessments
- In June 2020, prior to delivery, TCG Medical was contractually required to address a quality assessment process by providing manufacturer test reports and sample masks for filtration testing. Following an extended period of delays, the supplier failed to complete this mandatory process. As a result, in December, PSPC informed the supplier that unless the contract could be fulfilled by December 31, 2020, it would be terminated for default
- The Government of Canada expects that suppliers meet their contractual obligations. As the company did not provide an acceptable solution to fulfill the contract, on February 12, 2021, PSPC terminated the contract with the company for default
Tango Communications
- On May 6, 2021, Canada initiated legal action by filing a statement of claim to recover advance payments made, which were common during the early response to COVID-19, as well as damages for other costs incurred resulting from the alleged contractual breach
- On August 13, 2021, Tango Communications served Canada with a statement of defence and counterclaim. On February 22, 2022, Tango Communications served Canada with an amended defence and counterclaim
- On March 4, 2022, the Department of Justice served a reply and defence to the amended counterclaim. On March 14, 2022, Tango Communications served their reply to Canada’s defence to the counterclaim
Spartan
- We are grateful for all Canadian companies that have answered the Government of Canada’s call to action and continue to support our pandemic response
- Public Services and Procurement Canada worked diligently with Spartan to support them in fulfilling their contractual obligations and address testing performance issues
- In spring 2020, the Government of Canada put in place a $160-million contract with Spartan Bioscience for 1,920,000 tests and 700 testing platforms (cubes). To date, the Government of Canada has paid Spartan $20.8 million in advance payments
- The Government of Canada has claimed a refund for a portion of the advance payment provided to Spartan. Advanced payments were a common element of many contracts for personal protective and medical equipment given challenges securing scarce supplies
- On September 13, 2021, the court approved the sale of all of Spartan assets to a new purchaser and ordered the extension of the “Stay of proceedings” protecting the company
- On November 23, 2021, since no written proposal offering remedial action was delivered as had been requested, the Government of Canada exercised its contractual right to terminate the contract due to the default of the company
Indigenous suppliers
- As of January 12, 2022, in response to the COVID-19 pandemic, PSPC, as a common service provider, has awarded 42 contracts on behalf of client departments to self-identified Indigenous businesses, collectively worth approximately $198 million including for logistics and air charter services, accommodation and cleaning services, IT professional services, medical and laboratory supplies, masks, hand sanitizer and thermometers
Request for proposal for non-medical face coverings
- On June 4, 2020, PSPC launched a request for proposal to solicit interest strictly from Indigenous businesses to provide disposable non-medical face coverings
- As a result of this RFP in August 2020, PSPC signed contracts with 7 Indigenous firms that met the established criteria worth approximately $3 million for a total of 15 million non-medical disposable masks
- In October 2020, PSPC amended 1 of the contracts to exercise the option to procure an additional 20 million non-medical disposable masks for an additional $2.94 million
Mobile health units
Key data points
- Approximately $126.9 million (including taxes) has been paid to Weatherhaven Global Solutions
- Approximately $84.5 million (including taxes) has been paid to SNC-Lavalin PAE
Procurement of mobile health units
- The joint venture SNC-Lavalin PAE Inc. was identified due to their existing and past contracts in providing logistical support for building and maintaining military camps during military deployments (for example, Kandahar, Afghanistan)
- SNC-Lavalin PAE is a separate entity that demonstrated they had the capacity to design and supply mobile health units on an urgent basis to help with the government’s overall preparedness plans to protect the health and safety of Canadians
- Weatherhaven Global Resources Ltd. was the contractor selected because of its existing contract to provide similar types of structures to the Department of National Defence for mobile headquarters and for Weatherhaven’s association with ATCO Ltd. and its strong logistics capabilities
- A limited tendering process between the 2 firms was initiated in order to move quickly during the initial stages of the pandemic. To ensure maximum flexibility, obtain different designs and guarantee back-up capacity, contracts were issued to both proponents
- PSPC awarded competitive, task-based contracts to both firms to ensure mobile health units (MHU) designs and capacity would be retained for use by the provinces and territories if needed. Although the contracts were awarded for a value of up to $150 million and 10 MHUs each, payment is made only for goods and services provided
- The Government of Canada has now paid $80,031,167.98 to SNC-Lavalin PAE and $105,183,342.07 to Weatherhaven to ensure that the MHUs are ready to go to meet emergency demands
Contract summary
- Under the task-based contracts, the 2 contractors developed designs, organized project management offices, bought medical equipment and consumables and maintained readiness for operations which included doing required maintenance to keep the equipment ready for operations, warehousing of the equipment and structures, etc. Weatherhaven will now continue the maintenance of the MHU program until March 31, 2023
- To date, invoices totalling approximately $126.9 million (including taxes) have been paid to Weatherhaven Global Solutions and approximately $84.5 million (including taxes) to SNC-Lavalin PAE
- The mobile health units contract includes the requirement to store and maintain the MHUs until they are required. Storing the MHUs ensures that they are available at the request of a province or territory should the need arise due to an influx of COVID-19 patients
- Since last summer, PSPC has explored ways to make good use of the MHU equipment and supplies in storage, including by providing medical equipment and consumables to the Public Health Agency of Canada and the Department of National Defence
- We also deployed and subsequently sold an oxygen concentrator from one of the units to Stanton Territorial Hospital as it required increased oxygen capacity in its intensive care unit to respond to the pandemic
- As of April 1, 2022, the contract with SNC-Lavalin PAE is no longer in effect as PSPC has opted to consolidate the storage and management of all mobile health units under Weatherhaven. Moving the management of the units under one company will be more effective and streamlined going forward as Weatherhaven had already been storing 3 of the 4 existing units and related supplies
Current status
- Weatherhaven was originally requested to provide 2 MHUs. As these were being deployed to Ontario, Public Safety Canada asked PSPC to order a third Weatherhaven MHU
- This MHU model is completely self-sufficient and can be used within a host building or independently. At the same time that Public Safety Canada asked PSPC to order a third Weatherhaven MHU, it also asked PSPC to order a SNC-Lavalin PAE MHU to be available for deployment inside of an existing building (for example, convention centre, arena)
- Now that the 2 MHUs have been returned from Ontario, Canada has 4 MHUs ready for deployment. The oxygen concentration system of one MHU was deployed to the Stanton Territorial Hospital in Yellowknife. This oxygen concentration system was recently sold to the Government of the Northwest Territories where it continues to support the operations of the hospital. There was early interest from Quebec and Alberta in deploying the federal MHUs but these provinces were able to address their needs in other ways
- Medical equipment and consumables for additional MHUs were initially bought and warehoused, which have since been made available to the Public Health Agency of Canada and the Department of National Defence for use as needs have evolved
Document navigation for "Committee of the Whole: May 19, 2022"
- Date modified: