Development of case studies of the Federal Tobacco Control Strategy 2007-2012 Grants and Contributions program, in support of the Lessons Learned and Promising Practices Dissemination Project

Status Awarded

Contract number 4500322836

Solicitation number 1000162499

Publication date

Contract award date

Contract value

CAD 36,308.31

    Description

    This contract was awarded to:

    SP Consulting and Whetstone Group
    NOTICE OF PROPOSED PROCUREMENT (NPP)
    
    Solicitation #:	1000162499
    Closing Date:	September 9, 2014	   		Time:  2:00 PM EDT
    
    This requirement is for the department of Health Canada.
    
    Title:  Development of case studies of the Federal Tobacco Control Strategy 2007-2012 Grants and Contributions program, in support of the Lessons Learned and Promising Practices Dissemination Project
    
    Introduction: The Tobacco Programming and Stakeholder Engagement unit, Office of Policy and Strategic Planning (OPSP), Controlled Substances and Tobacco Directorate (CSTD) is leading a project that will result in the creation of a series of products that synthesize recommended practices/lessons learned from projects funded through the Federal Tobacco Control Strategy (FTCS) from 2007 to 2012.  The dissemination project will promote understanding about the impact of investments of contribution funding on the field of tobacco control and reduction.  Its goal is to ensure the legacy of the funding program is sustained and that those developing and administering future programming have access to the lessons learned and promising practices from the FTCS funded projects.  
    				
    The Tobacco Programming and Stakeholder Engagement unit wishes to work with established academics who are experts in the evidence of tobacco reduction and control.  These experts will apply a standard methodology to develop case studies reports that will showcase selected FTCS grants and contributions (G&Cs) projects. These case studies will support previously developed reports on promising practices and lessons learned among FTCS funded projects by illustrating the findings through concrete projects and activities. 
    
    Using selected FTCS G&Cs projects, produce five (5) case study reports that will strengthen the dissemination of FTCS G&Cs 2007-2012 lessons learned and promising practices by illustrating those lessons learned and promising practices within concrete projects and activities. 
    
    Estimated Value: The total value of any contract emanating from this request shall not exceed is $40,000.00. This amount includes travel and living expenses and all applicable taxes.
    
    Ownership of Intellectual Property: The Crown will own IP.  
    6.4 where the main purpose of the Crown Procurement Contract, or of the deliverables contracted for, is:
    6.4.1 to generate knowledge and information for public dissemination;
    
    Security Requirement: There is no security associated with this requirement
    
    Mandatory Requirements: 
    
    M1: Previous Project Summaries
    	
    The Bidder MUST provide detailed written summaries of two (2) previous projects that demonstrate the Bidder's or any combination of the Bidder's proposed Team members' expertise in conducting and reporting on program qualitative research of community-based initiatives.  These previous projects MUST have been completed within the last five (5) years (calculated on the closing date of the RFP).  
    	
    Within each previous project summary provided, Bidders should indicate:
    
    1.  the name of the Client/Funder organization;		
    2.  a brief description of the scope of services provided to the Client/Funder organization including subject matter, methodology and techniques employed;			
    3. details regarding the experience level and complexity of the project;
    4.  the dates/duration of the project; 
    5.  the dollar value of the project ($CAD) to the Bidder; 
    6.  the total Bidder level of effort (in days) for the duration of the project; and 
    7.  the name, address and telephone number of the Client/Funder project authority to whom the named Bidder reported.   
    	
    HC reserves the right to contact the referenced project authority to verify the accuracy of information provided within each project summary.  Failure on the part of the Bidder to provide accurate and current contact information may result in the Bidder's proposal being deemed non-compliant and be given no further consideration in the evaluation process.
    	
    M2:  Curriculum Vitae
    	
    The Bidder MUST provide a Curriculum Vitae for each proposed team member, including relevant capabilities, experience, and a description of proposed activities in which each specific team member would be involved.
    	
    M3. Experience of Senior Analyst: 
    	
    The bidder must provide the name of the Senior Analyst who will be assigned to this project and will be responsible for signing-off all deliverables, demonstrating his/her experience, education, qualifications and language capability.
    	
    The bidder must provide details regarding the proposed Senior Analyst’s involvement with regards to the two projects highlighted as part of Mandatory Requirement M1.
    Include details on the Senior Analyst’s participation in the projects described under Mandatory Requirement M1, explaining the level of involvement.  For each project, include a list of tasks performed by the proposed Senior Analyst.
    	
    M4:  Approach and Methodology: 
    	
    Bidders MUST include within the submitted Proposal a detailed description of their Approach and Methodology containing sufficient information to clearly convey to HC the manner in which the Bidder would undertake the work described in the RFP. 
    	
    Bidders MUST include within their Approach and Methodology, a proposed work plan indicating when major milestones are to be completed and how the Bidder proposes to complete the work within budget and by February 21, 2015.
    	
    M5: Proposed Project Representative:
    	
    The Bidder MUST identify the name and contact information for the Project Manager who will serve as the single point of contact between HC and the Bidder under any resulting Contract.
    	
    M6: Language of Work
    	
    At least one member of the proposed personnel must have the ability to work in both French and English.
    
    Name:  Cheryl Moss
    Email address:	  cheryl.moss@hc-sc.gc.ca
    Business address
    3675 Mohr's Road
    Kinburn, Ontario, K0A 2H0
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • R123AQ - Evaluation & Performance Measurement Services
    Contact information

    Contracting organization

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Moss, Cheryl
    Phone
    613-960-7780
    Address
    200 Eglantine Driveway, Tunney's Pasture
    Ottawa, ON, K1A 0K9
    CA

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Date modified: