Cost-benefit analysis for proposed regulatory measures for vaping products for required labelling and information disclosure requirements.

Solicitation number 1000190367

Publication date

Closing date and time 2017/07/13 14:00 EDT

Last amendment date


    Description

    Notice of Proposed Procurement (NPP)

    Solicitation # 1000190367 Closing Date:  July 13, 2017 Time: 2:00 PM EDT

    This requirement is for the department of Health Canada.

    Title:

    Cost-benefit analysis for proposed regulatory measures for vaping products for required labelling and information disclosure requirements. 

    Background and Specific Scope of the Requirement

    The Tobacco Control Directorate (TCD) will be responsible for the administration of the new

    TVPA, proposed in Bill S-5

    (http://www.parl.gc.ca/LegisInfo/BillDetails.aspx?Language=E&Mode=1&billId=8616151&View=0), which will regulate the manufacture, sale, labeling and promotion of tobacco and vaping products. 

    Some of the activities undertaken by the organization include developing regulations under the TVPA and monitoring industry compliance with the TVPA and Regulations. As part of this work, the TCD would like to study the impact of proposed regulations that would establish mandatory labelling requirements for vaping products as well as the impact of a mandatory post-market information disclosure regime similar to the reporting requirements in place for tobacco products. There would also be additional authority to suspend the sale of vaping products when the information required by regulations is not submitted in a timely manner, to require record keeping of documents and data used to prepare information reports to facilitate compliance and enforcement activities and the ability to request supplementary information to improve Health Canada’s understanding of the information disclosed by the vaping industry. TCD requires the services of a specialist to undertake a cost-benefit analysis on the impact of introducing these proposed labelling and reporting regulations for vaping products.

    Bill S-5 includes a consequential amendment which would give Health Canada the authority under the CCPSA to address health or safety issues relating to vaping products that do not make therapeutic claims, whether or not they contain nicotine or are intended to be used with nicotine. 

    Estimated Value:

    The total value of the contract emanating from this RFP shall not exceed $125,000.00, including applicable taxes.

    Ownership of Intellectual Property:

    Canada will own Intellectual Property

    Security Requirement:

    There is no Security Associated with this requirement.

    Mandatory Requirements:

    MT1. Corporate experience in carrying out economic analysis on health related issues and risk assessments

    The Bidder as a corporate entity must have a minimum of four (4) completed projects in the last ten (10) years in the fields of applied health economics and risk assessments in public sector regulations.

    In order for these projects to be considered relevant they must be:

    1. at least 45 days in duration and be a separate project on its own right.

    MT2. Corporate experience with developing cost-benefit analyses in public sector regulations

    The Bidder as a corporate entity must have a minimum of three (3) projects in the last ten (10) years in which they undertook the development of a cost-benefit analysis to support a regulatory initiative in the public service domain, at a national or provincial/state level. 

    In order for these projects to be considered relevant they must be:

    1. at least 45 days in duration and be a separate project on its own right.

    MT3. Project Lead experience in carrying out economic analysis on health related issues and risk assessments

    The resource proposed as the Project Lead must have a minimum of three (3) projects in the last ten (10) years in which they led projects in the fields of applied health economics and risk assessments in public sector regulations.

    In order for these projects to be considered relevant they must be:

    1. at least 45 days in duration and be a separate project on its own right; and studies that include the estimation of public and private sector costs, averted medical treatment and lost productivity costs, and primary research or benefits transfer approaches relying on revealed (e.g., hedonic wage studies) or stated preference (contingent valuation or choice experiments) methods.

    MT4. Project Lead experience with developing cost-benefit analyses in public sector regulations

    The resource proposed as the Project Lead must have a minimum of three (3) projects in the last ten (10) years in which they undertook the development of a cost-benefit analysis to support a regulatory initiative in the public service domain, at a national or provincial/state level.

    In order for these projects to be considered relevant they must be:

    1. at least 45 days in duration and be a separate project on its own right.

    MT5. Work Plan and Methodology

    The Bidder must provide in their Technical Proposal a Work Plan and Proposed methodology in sufficient detail which describes how it relates to the Statement of Work (SOW) and includes:

    1. allocation of resources and estimated timelines to complete the work within the designated project period and budget;
    2. an outline of the approach and description of the methodology used for all of the tasks in the SOW;
    3. identification of any issues that may need to be addressed with respect to timelines or deliverables and propose solutions to address them;
    4. an outline of the final report.

    Mandatory Financial Criteria

    MF1. The total value of the contract emanating from this RFP shall not exceed $125,000.00, including all applicable taxes.

    Selection Methodology:

    For each responsive bid, the technical merit score and the pricing score will be added to determine its total combined score. The responsive bid with the highest combined rating of technical merit and price will be recommended for award of a contract. If two (2) or more responsive bids have the same combined total score, the responsive bid with the lowest evaluated price will be recommended for contract award.

    To determine the overall score obtained by a bidder, the following weighting will be used to establish the technical and financial score:

    Technical weighting: 70%

    Price weighting: 30%

    Technical score = Bidder’s technical points x 70%

    Maximum points

    Financial score = Lowest priced bid x 30% 

    Bidder’s total evaluated price

    Total score = Technical score + Financial score

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

    Yvonne Murphy

    E-mail address: yvonne.murphy@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
    Murphy, Yvonne
    Phone
    613-698-0515
    Email
    yvonne.murphy@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
    French
    5
    English
    5
    French
    7
    English
    7
    French
    11
    English
    11
    000
    French
    7
    000
    English
    60

    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
    Canada
    Procurement method
    Competitive – Open Bidding

    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: