Selection of various health professionals and academic specialists as members of the Non-Insured Health Benefits (NIHB) Medical Supplies and Equipment Advisory Committee (MSEAC)

Status Awarded

Contract number 4500418510 - Stream 15: Orthotist / Volet 15 : Orthésiste

Solicitation number 1000213742

Publication date

Contract award date

Contract value

CAD 10,884.95

    Description

    This contract was awarded to:

    Cameron Renwick

    Solicitation #: 1000213742 - Closing Date: June 8, 2020 Time: 9:00 EDT

    TITLE

    Health Professionals and Academic Specialists – Subject matter Experts on First Nations Health

    Selection of various health professionals and academic specialists as members of the Non-Insured Health Benefits (NIHB) Medical Supplies and Equipment Advisory Committee (MSEAC)

    Members (here on out referred to as the Contractor)

    INTRODUCTION

    The NIHB Medical Supplies & Equipment Advisory Committee (MSEAC) is a multidisciplinary advisory committee of health professionals and academic specialists who will provide impartial evidence based advice, and recommendations on benefit coverage criteria as well as the inclusion and exclusion of various products and services provided through the Program. Recommendations will be based on the best available evidence as well as current clinical and health care delivery best practices within a community health context.

    The MSEAC will provide advice on a variety of topics identified by the Program to facilitate the policy development and decisions that will optimize client health benefits within departmental resource allocations.

    MSEAC will be comprised of 15-20 contractors with specialties from each of the following professions:

    • Registered Nurse or Nurse Practitioner (*)
    • Family Physician (*)
    • Public Health Physician or Nurse (*)
    • Health Economist (*)
    • Ophthalmologist
    • Optometrist
    • Respirologist
    • Physiatrist
    • Otolaryngologist
    • Audiologist
    • Occupational Therapist
    • Physiotherapist
    • Podiatrist or Chiropodist
    • Pedorthist
    • Orthotist
    • Prosthetist
    • Respiratory Therapist
    • Speech Language Pathologist
    • Hearing Instrument Practitioner
    • Dietitian
    • Midwife

    As required contractors are invited to the committee when a topic relevant to their expertise is under consideration by the committee until the committee recommendations have been submitted to Indigenous Services Canada.

    The committee will consist of a minimum of six contractors including at least one of (1) each of the specialties identified by an asterisk (*) above, and others as appointed based on the meeting agenda. Membership will be reviewed on a regular basis by Indigenous Services Canada to ensure a range of expertise, experience, and perspectives, continuity of membership on the advisory committee, and a systematic rotation of membership. A balance of health care expertise will be sought.

    OBJECTIVE

    The Medical Supplies and Equipment Advisory Committee (MSEAC) of FNIHB requires the services of one (1) resource from each of the following streams on an “as and when required” basis to provide professional advice and recommendations regarding the coverage of medical supplies and equipment and vision services provided through the Non-Insured Health Benefits Program:

    Stream 1: Registered Nurse or Nurse Practitioner

    Stream 2: Family Physician

    Stream 3: Public Health Physician or Nurse

    Stream 4: Health Economist

    Stream 5: Ophthalmologist

    Stream 6: Optometrist

    Stream 7: Respirologist

    Stream 8: Physiatrist

    Stream 9: Otolaryngologist

    Stream 10: Audiologist

    Stream 11: Occupational Therapist

    Stream 12: Physiotherapist

    Stream 13: Podiatrist or Chiropodist

    Stream 14: Pedorthist

    Stream 15: Orthotist

    Stream 16: Prosthetist

    Stream 17: Respiratory Therapist

    Stream 18: Speech Language Pathologist

    Stream 19: Hearing Instrument Practitioner

    Stream 20: Dietitian

    Stream 21: Midwife

    ESTIMATED LEVEL OF EFFORT

    5.5 days

    PERIOD OF THE RESULTING CONTRACT(S)

    The period of the resulting Contract(s) will be from date of issuance to March 31, 2021, with (3) three additional (1) one year period(s) under the same conditions.

    SECURITY REQUIREMENTS

    Pursuant to the Policy on Government Security, the nature of the services to be provided under this contract requires a valid Government of Canada (GoC) personnel Security Screening at the level of Reliability Status for the Contractor, authorized resources and any sub-contractors to be assigned to conduct the work.

    Prior to the commencement of the work, the Contractor and each authorized resources involved in the performance of the work under this contract must each hold a valid Security Screening at the level of Reliability Status during the lifetime of the contract.

    NOTE TO POTENTIAL BIDDERS

    This is an open tender. However, it will be set-aside under the Government of Canada’s Procurement Strategy for Aboriginal Business (PSAB) if two or more bids have been received by Aboriginal businesses who are certified under the Procurement Strategy for Aboriginal Business (PSAB) criteria and who may be listed in the Government of Canada’s Indigenous Business Directory (https://www.aadnc-aandc.gc.ca/eng/1100100033057/1100100033058). If your Aboriginal business is not yet registered in the Indigenous Business Directory, please do so at the link provided above. If bids from two or more Aboriginal businesses are compliant with the terms of the Request for Proposal, the contracting authority will limit the competition to those Aboriginal businesses and will not consider bids from any non-Aboriginal businesses that may have been submitted. If the bids from the Aboriginal businesses are found to be non-compliant or non-responsive or are withdrawn, such that fewer than two compliant bids from Aboriginal businesses remain, bids from all of the non-Aboriginal businesses that had submitted bids will then be considered by the contracting authority.

    "This procurement is set aside under the federal government Procurement Strategy for Aboriginal Business. For more information on Aboriginal business requirements of the Set-aside Program for Aboriginal Business, refer to Annex 9.4 of the Supply Manual."

    “This procurement is set aside from the international trade agreements under the provision each has for measures with respect to Aboriginal peoples or for set-asides for small and minority businesses.”

    “Further to Article 800 of the Canadian Free Trade Agreement (CFTA), CFTA does not apply to this procurement.”

    For more information on this Request for Proposal (RFP), please consult the Solicitation Document below.

    QUESTIONS

    All questions regarding this RFP must be submitted in writing to:

    Christine Madore

    Senior Procurement Officer

    Indigenous Services Canada

    E-mail address: christine.madore@canada.ca

    Business address
    120 Hunters Bay Drive
    Huntsville, Ontario, P1H 1M9
    Canada
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • G009H - Medical Advisory Services
    Contact information
    Contracting authority
    Madore, Christine
    Address
    10 Wellington Street
    Gatineau, QC, K1A 0H4
    CA
    Date modified: