Standing Offer Agreement for the provision of scientific expert advice or review and recommendation on non-clinical and Toxicology data.

Solicitation number 1000201293

Publication date

Closing date and time 2018/06/19 14:00 EDT

Last amendment date


    Description

    NOTICE OF PROPOSED PROCUREMENT (NPP)

    Solicitation #: 1000201293 Closing Date: June 19,2018 Time: 2 PM, EDT

    This requirement is for the department of Health Canada.

    TITLE:

    Standing Offer Agreement for the provision of scientific expert advice or review and recommendation on

    non-clinical and Toxicology data.

    BACKGROUND:

    The Therapeutic Products Directorate (TPD) at Health Canada (HC) requires the services of

    external scientific experts to provide scientific advice and/or review non-clinical data,

    concerns/issues on multiple different ongoing files for new or supplemental new drug

    submissions.

    The assessment will guide TPD in determining the final disposition of these submissions and any

    further evaluation of the product.

    SCOPE:

    The consultant will be required to perform a critical review and provide expert scientific opinion, in the

    form of feedback or a written report, on issues including, but not limited to, the following:

    • non-clinical data (e.g., pharmacology, non-clinical pharmacokinetics, toxicology, genotoxicity);

    • responses to clarifaxes from sponsors that may require special toxicology or non-clinical

    expertise;

    • appropriate safety levels of excipient ingredients identified in drug substances for ongoing drug

    submissions;

    • qualifying data and studies for impurities identified during chemistry review of drug submissions;

    • effect of shelf-life extensions on levels of impurities in drug substances for ongoing drug

    submissions;

    Notice of Proposed Procurement (NPP)

    Page 2 of 4

    ESTIMATED VALUE: $2,500,000.00 including option years.

    OWNERSHIP OF INTELLECTUAL PROPERTY: The Crown will own Intellectual Property.

    SECURITY REQUIREMENT:

    The Contractor/Offeror personnel requiring access to PROTECTED information, assets or

    sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved

    by Health Canada or CISD/PWGSC.

    Subcontracts which contain security requirements are NOT to be awarded without the prior

    written permission of Health Canada.

    The Contractor/Offeror must comply with the provisions of the:

    (a) Security Requirements Check List and security guide (if applicable), attached at

    Appendix “B”;

    (b) Industrial Security Manual (Latest Edition).

    It is a condition that, prior to performance of any obligation under any Call-up resulting from this

    RFSO, the Contractor and sub-contractors and their employees assigned to the performance of

    such contract will be security cleared by the federal government at the reliability level.

    If the successful bidder does not have the required reliability level prior to performance of any

    obligation under any contract resulting from this RFSO, Health Canada will sponsor the security

    screening for the Contractor and sub-contractors and their employees assigned to the performance

    of such contract until it is obtained. However, no Call-up against any Standing Offer can be

    permitted for that resource until the required security clearance is obtained.

    Notice of Proposed Procurement (NPP)

    Page 3 of 4

    MANDATORY REQUIREMENTS:

    Attention Bidders: Each of the below Mandatory Criteria MUST be included in the technical

    Proposal. Write beside each of the criteria the relevant page number(s) from your proposal

    which addresses the requirement identified in the criteria.

    Bidders MUST meet ALL the mandatory requirements described below. This will be evaluated as

    Yes” or “No”. Proposals not receiving “Yes” for any mandatory requirement will not

    be considered further.

    Mandatory Criteria Page # YES NO

    M1. Bidders MUST provide demonstrated evidence, by providing a detailed

    curriculum vitae for each proposed resource, of a minimum total of three(3) years of

    experience within the last five(5) years (final date of inclusion is May 7, 2018) of

    working experience critically assessing toxicological data. This experience could be

    gained from a consulting firm, pharmaceutical or biotechnology company, regulatory

    agency or academic institution.

    The potential consultant should also highlight their area of expertise (e.g. reproductive

    toxicology, genotoxicity, teratology, general toxicology, etc).

    M2. The resource(s) proposed by the Bidder MUST have a minimum of a D.V.M or

    M.D. or Master’s degree from a recognized university, in toxicology or a related

    discipline. Copy of degree required for each resource. Please note that a ‘world

    equivalency’/credential is required for any non-Canadian degrees.

    M3. All proposed resources MUST have completed the exercise entitled “

    ‘Toxicological evaluation of proposed impurity limits for styrene, Impurity X and

    Impurity Y in sodium polystyrene sulfonate drug product’ (See Appendix A).

    M4. Certifications at Appendix A

    Bidders MUST sign and submit ALL Certifications at Appendix "A" with the technical

    proposal.

    Notice of Proposed Procurement (NPP)

    Page 4 of 4

    SELECTION METHODOLOGY:

    Compliant Combined Rating of Technical Merit and Price:

    It is understood by the parties submitting proposals that, to qualify, bidders must meet all mandatory

    requirements as well as the minimum score identified for the point-rated criteria (70%). The contract

    will be awarded based on a determination of best value taking into account both the technical merit of the

    proposals and the price evaluations. To arrive at an overall score achieved by a firm, a weighting has

    been established whereby technical merit will be valued at 80% of the bid and price at 20%.

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

    Name: Randy Brown

    Email address: randy.brown2@canada.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canadian Free Trade Agreement (CFTA)
    • 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
    Brown, Randall
    Phone
    613-941-2054
    Email
    randy.s.brown@hc-sc.gc.ca
    Address
    200 eglantine driveway
    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
    14
    English
    14
    000
    French
    6
    000
    English
    57

    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 Standing Offer
    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: