Canada’s Chemicals Management Plan: Communications and Knowledge Translation to, and Input from, Canada’s Environmental Health Civil Society Organizations
Solicitation number 1000182487
Publication date
Closing date and time 2016/11/07 14:00 EST
Last amendment date
Description
NOTICE OF PROPOSED PROCUREMENT (NPP)
Solicitation #: 1000182487 Closing Date: October 31, 2016 Time: 2 p.m. EDT
This requirement is for the department of Health Canada.
Health Canada is extending the closing date for receiving bids until Monday, November 7, 2016 at 2 p.m. (EST) to give potential bidders more time to consider the impact of the last question and answer on their bid.
Title:
Canada’s Chemicals Management Plan: Communications and Knowledge Translation to, and Input from, Canada’s Environmental Health Civil Society Organizations
Scope:
In line with the Government of Canada (GoC) commitment to protect human health and the
environment against harmful chemical substances, Health Canada (HC), in collaboration with Environment and Climate Change Canada (ECCC), is continuing its roll out of the Chemicals Management Plan (CMP) with the goal of addressing approximately 4300 chemicals by 2020. Amongst HC’s key initiatives under the CMP is to develop and disseminate information about chemical substances, their potential health hazards and practices for their safer use. The engagement of Canadians, including civil society organizations (CSOs), remains essential to all aspects of the Program as HC undertakes further work in the assessment of the remaining priorities under the CMP.
Industry (including associations, producers, users/retail) remains a sector that is highly engaged in the CMP. Contractor services are required to ensure CSO input and perspectives are also adequately reflected under the CMP, and that the assessment of chemical substances is conducted in a balanced, open and transparent manner.
Health Canada’s Risk Management Bureau and its Program Development and Engagement Division (PDED) require the services of a Supplier to:
a) Inform Canadian CSOs and individuals interested in and/or involved in the environmental health sector, of the assessments and proposed risk management strategies of CMP substances;
b) Submit evidence-based comments and feedback from Canada’s civil society during the CMP public comment periods;
c) Undertake communications to CSOs and the Canadian public on the CMP and on the potential health risks and safer use of chemicals, in addition to broader environmental health issues.
Objectives of the Requirement
Information Dissemination and Knowledge Translation (Information Out):
Supplier services are required to disseminate CMP information to an array of environmental health CSOs, institutions, academics, groups, networks and individuals in an effort to build their understanding of the CMP. The Supplier will also, when and as determined in consultation with HC, disseminate broader environmental health information to CSOs and their constituents, as well as the public at large, in an effort to raise awareness of the potential health hazards of chemical substances and actions Canadians can take to avoid these risks and protect their health.
Provision of CSO Feedback and Perspectives (Information In):
Supplier services are required to submit evidence-based comments and feedback from its established network of CSOs in accordance with CMP timelines, to inform CMP decision-making processes. The Supplier will also select informed or specialized delegates from their existing CSO network for participation in CMP-related and environmental health consultations, as requesetd by the Project Authority. These services will support the engagement of the CSO sector in the CMP, fulfilling the GoC’s commitment to proceed with the assessment of chemical substances in Canada in an open, transparent manner.
Estimated Value:
For a three (3) year (2016/17 – 2018/19) contract with an estimated cost not to exceed $215,000, with two (2) one-year option periods, at an estimated cost not to exceed $190,000.
Ownership of Intellectual Property:
The Contractor will own the Intellectual Property, while the Crown will have an irrevocable, royalty-free licence to use the IP.
Security Requirement:
There is no security requirement.
Mandatory Requirements:
Bidder Profile and History
M1. The Bidder MUST demonstrate:
a) That the Bidder has conducted national level activities in Canada similar to those described in the Statement of Work, involving predominantly civil society or the non-government/voluntary sectors specific to environmental health, within the past five (5) years.
b) That the Bidder has previous experience in developing and implementing environmental health sector initiatives to a Canadian audience.
c) That the Bidder’s team includes technical expertise or collaborative access to such expertise in the area of the environmental health sector as necessary to provide relevant support in relation to chemical substances due to be assessed under the next phase of the Chemicals Management Plan (such evidence may be demonstrated through, but is not limited to, final project reports for similar work, publications, presentations or references).
d) That the Bidder currently operates and maintains (or develops and maintains) a website or web pages in both of Canada’s official languages (English and French) that has or would have the capacity to function as a national or international information reference repository or website for the environmental health sector within the CMP framework.
Bidder experience:
M2. The Bidder MUST provide three (3) written project summaries, describing in detail the Bidder's current/previous experience in successfully providing services on client projects of a similar nature (e.g. environmental health) to Health Canada’s current requirements as defined in the Statement of Work of this RFP during the past five (5) years.
All of the three (3) submitted project summaries MUST each have been valued at a minimum of $50,000.00 (CAD) to the Bidder.
Bidder Approach
M3. The Bidder MUST provide a Proposed Project Plan and accompanying narrative outlining the Bidder’s anticipated resource allocation, level of effort and timeline for undertaking the work (in accordance with the typical roles and deliverables described in the SOW).
The Plan MUST provide an itemized breakdown of all anticipated expenses for services (including, but not limited to expenses for transportation to attend Contractor meetings/consultations, website or e-bulletin/newsletter hosting and development, printing, and translation).
Resource Experience
M4. The Bidder must propose and provide a resume for one (1) named Contractor Representative or lead resource.
The proposed Contractor Representative or lead resource must meet all of the minimum qualification requirements for this Resource Category, as described in Part I ‘SOW’, Section 5.0 ‘Required Resources’.
Selection Methodology
The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract.
Enquiries regarding this Request for Proposals are to be submitted in writing to:
Robert Merrick
Contracting Authority
E-mail: Robert.Merrick@hc-sc.gc.ca
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Agreement on Internal Trade (AIT)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Health Canada
- Address
-
Address Locator 0900C2Ottawa, Ontario, K1A 0K9Canada
- Contracting authority
- Merrick, Robert
- Phone
- 613-941-2071
- Address
-
200 Eglantine Driveway, Tunney's PastureOttawa, ON, K1A 0K9CA
Buying organization(s)
- Organization
-
Health Canada
- Address
-
Address Locator 0900C2Ottawa, Ontario, K1A 0K9Canada
Bidding details
Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
notice_of_extension_1000182487_bilingual.pdf |
French
|
3 | ||
qa_v4_rfp_1000182487_fr.pdf |
French
|
1 | ||
notice_of_extension_1000182487_bilingual.pdf |
English
|
3 | ||
qa_v4_rfp_1000182487_en.pdf |
English
|
4 | ||
qa_v3_rfp_1000182487_bilingual.pdf |
French
|
10 | ||
qa_v2_rfp_1000182487_fr.pdf |
French
|
4 | ||
qa_v2_rfp_1000182487_en.pdf |
English
|
10 | ||
qa_v3_rfp_1000182487_bilingual.pdf |
English
|
10 | ||
q_r_rfp_1000182487_fr.pdf |
French
|
5 | ||
qa_1_rfp_1000182487.pdf |
English
|
17 | ||
dp_1000182487_building_capacity_cmp_fr.pdf | 000 |
French
|
14 | |
rfp_1000182487_building_capacity_cmp.pdf | 000 |
English
|
49 |
Access the Getting started page for details on how to bid, and more.