Occupational Therapist Consultation Services

Solicitation number 1000186139

Publication date

Closing date and time 2017/06/21 14:00 EDT

Last amendment date


    Description

    Solicitation #: 1000186139 Closing Date:  June 21, 2017 Time: 2:00 PM EDT

    This requirement is for the department of Health Canada.

    Title:

    Occupational Therapist Consultation Services

    Background:

    Health Canada’s Non-Insured Health Benefits (NIHB) Program is a national program that provides eligible registered First Nations and recognized Inuit coverage for a specified range of medically necessary health related goods and services to which these individuals are not entitled to through other plans and programs (provincial/territorial health or social programs, or other publicly and privately funded programs).

    NIHB Program benefits include a range of prescription drugs and over-the-counter (OTC) medications, dental and vision care, medical supplies and equipment, mental health counselling, and transportation to access medically required health services that are not available on reserve or in the community of residence.

    Items covered through the MS&E benefit are intended to address NIHB clients’ medical needs in relation to basic activities of daily living (ADL). ADL’s refer to the basic tasks of everyday life such as eating, bathing, dressing, toileting, and transferring.

    In terms of this specific requirement, Medical Supplies and Equipment (MS&E) Review Centre of Benefit Management and Review Services Division does not have staff with the expert knowledge in the field of mobility equipment, nor the knowledge of the large assortment of devices, their use, costs, possible alternatives on the market and reasonable replacement periods. As a consequence, MS&E has previously contracted with a number of different Occupational Therapists to evaluate requests for mobility equipment and supplies in support of the NIHB Medical Supply and Equipment Review Centre. For the next three (3) years, plus two (2) twelve (12) month option periods, the MS&E wants to contract with up to two (2) Registered Occupational Therapists on an "as and when required" basis to evaluate requests for mobility equipment and supplies in support of the NIHB Medical Supply and Equipment Review Centre.

    Estimated Value:

    The total value of the contract emanating from this RFP shall not exceed $200,000.00 for a period of three (3) years with a two (2) additional one (1) year period(s).

    Ownership of Intellectual Property:

    Contractor to Own Intellectual Property Rights.

    Security Requirement:

    There is security with this requirement.

    Selection Methodology:

    Mandatory Technical Criteria

    The bid must meet the mandatory criteria set out below. Bids which fail to meet the mandatory criteria will be declared non-responsive. Mandatory criteria are evaluated on a simple pass or fail basis. This will be evaluated as either a “Met” or a “Not Met”. Any offer that fails to meet the following mandatory technical criteria will be declared non-responsive and given no further consideration. Each criterion should be addressed separately.

    Attention Bidders:

    Write beside each of the criterion the relevant page number(s) from your bid which addresses the requirement identified in the criteria.

    M1. . Experience for Proposed Resource

    The Bidder must provide a minimum of one (1) up to two (2) resources. Each of the proposed resources must have a minimum of five (5) years clinical experience working full time or an equivalent number of hours in part-time work as an Occupational Therapist in the last ten (10) years and one (1) year of experience in the last ten (10) years reviewing, evaluating and making recommendations on requests.

    a) the location in which the work was done;

    b) the Project Authority or contact point name*, address, phone number and if available their e-mail address;

    c) start and end date of the work experience;

    d) brief description of the type of clinical experience and the clientele served; and

    * if the individual worked for themselves, please provide the name of the clinic

    M2. Experience in the assessment of client mobility needs

    The Bidder must provide a minimum of one (1) up to two (2) resources. Each of the proposed resources must have a minimum of three (3) years clinical experience working full time or an equivalent number of hours in part-time work in the last six (6) years as a mobility and wheelchair/seating assessor. The proposed resources must describe in what way they are familiar with current wheelchair technology including wheelchair specifications appropriate for various medical conditions and the pricing of these wheelchairs.

    a) the location in which the work was done;

    b) the Project Authority or contact point name*, address, phone number and if available, their e-mail address;

    c) start and end date of the work experience; and

    d) brief description of the work and the clientele served.

    * if the individual worked for themselves, please provide the name of the clinic.

    M3. University Degree in Occupational Therapy

    The resource proposed as the Occupational Therapist must have a university degree in Occupational Therapy, including the supervised fieldwork or graduation from an occupational therapy program approved by the World Federation of Occupational Therapists (WFOT). The supporting proof is to be submitted with the Technical Proposal.

    M4. Registration with Regulatory Body and Membership in CAOT

    The resource proposed as the Occupational Therapist must be registered with the regulatory body in the province or territory where the candidate works and must be a member in good standing with the Canadian Association of Occupational Therapists (CAOT). The supporting proof is to be submitted with the Technical Proposal.

    M5. Security Clearance

    The Bidder must meet the security requirements identified in the Security Requirements Check List (SRCL) which are included in (Annex C) of this RFP.

    The security requirements must be met at Contract Award.

    Enquiries regarding this Request for Proposals are to be submitted in writing to:

    Shari Rochon

    E-mail address: shari.rochon@hc-sc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Agreement on Internal Trade (AIT)
    • North American Free Trade Agreement (NAFTA)

    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
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Contracting authority
    Rochon, Shari
    Phone
    613-941-2147
    Email
    shari.rochon@hc-sc.gc.ca
    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
    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.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    English
    6
    French
    6
    English
    5
    French
    5
    English
    9
    French
    9
    English
    11
    French
    11
    English
    20
    French
    20
    000
    English
    48
    000
    French
    8

    Access the Getting started page for details on how to bid, and more.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    British Columbia
    Procurement method
    Competitive – Open Bidding
    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: