Task Authorizations for Systematic reviews of research and evidence related to illicit tobacco in Canada

Solicitation number 202101505

Publication date

Closing date and time 2020/12/08 14:00 EST


    Description

    Description of the Requirement:

    This requirement is for Public Safety Canada.

    Public Safety Canada (PS) currently has a requirement for an expert research and evidence review production team to conduct systematic reviews of evidence and report findings on topics related to illicit tobacco in Canada.

    The production, manufacturing and distribution of illicit tobacco have evolved over the last number of decades. In the 1990s, the illicit tobacco market involved primarily the diversion of legally manufactured tobacco products to illicit markets. Today, the illicit market is mostly comprised of illegally manufactured tobacco. Historically, this issue was primarily concentrated in Québec and Ontario. More recently, however, illicit tobacco products originating from these two provinces have been found across the country and around the world. Furthermore, much of the existing data and research on illicit tobacco is dated, lacks depth, employs inconsistent methodologies and, in some cases, is influenced by industry. In order to increase knowledge of, and take action on, the illicit tobacco market and related issues, there is an underlying need to enhance monitoring and to improve data, intelligence and reporting in relation to illicit tobacco, as well as a need to continue to foster new, innovative research that provides an accurate picture of the illicit tobacco market.

    The 2017 Evaluation of the Federal Tobacco Control Strategy (FTCS) highlighted that, while several departments and agencies independently monitor different dimensions of illicit tobacco, illicit tobacco-related information and data was limited, inconsistent and could not be meaningfully integrated into a complete picture for policy-makers. In PS’s corresponding Deputy Minister’s Management Response Action Plan, it was proposed that further work would be undertaken to improve research and data collection in support of monitoring and compliance activities. As part of Budget 2018, the Government of Canada explicitly announced new funding for Public Safety to increase the knowledge on the illicit tobacco market by conducting research. In order to effectively deliver on its commitment to enhance the knowledge on the illicit tobacco market, Public Safety has developed a comprehensive 4-year (2019-2022) Illicit Tobacco Data and Research Strategy (ITDRS).

    All work will occur on an as-and-when-requested basis as identified through Task Authorizations (TAs). A contract with TAs is a contracting method where the work will be performed on an "as and when requested basis". Contracts with TAs are used where a there is a defined need to rapidly have access to services that are expected to be needed on a repetitive basis during the period of the contract. Under contracts with TAs, the work to be carried out can be defined but the exact nature and timeframes of the required services, activities and deliverables will only be known as and when the services will be required during the period of the contract. TAs are not individual contracts but rather form part of the contract.

    The Contractor must only perform the services as requested through a specific task authorization that is signed and approved by the Contracting Authority.

    For the purposes of the work define herein, the Contractor will be required to conduct research related to illicit tobacco. The exact scope of the work will be defined in each TA but may include, but not be limited to:

    • Conducting literature reviews
    • Undertaking original research where appropriate, such as through use of surveys, data analysis, and/or any other innovative research methods
    • Conducting interviews with both internal and external stakeholders
    • Presenting findings to PS, including presentations to Senior Management and/or an annual Network of Experts Symposium

    Conflict of Interest – Unfair Advantage

    In order to uphold Canada’s commitments under the World Health Organization Framework Convention on Tobacco Control, to which Canada is a signatory, Canada will reject a bid received from a Bidder, including any of its subcontractors, and any of their respective employees, that is presently a member of the Tobacco Industry. For greater clarity, Bids received from members of the Tobacco Industry are deemed to be in conflict of interest (real or perceived) and will not be considered.

     “Tobacco Industry” means tobacco manufacturers, wholesale distributors and importers of Tobacco Products and includes any person or business involved in Tobacco Advertising and Promotion and/or Tobacco Sponsorship;

    Level of Security Requirement:

    Minimum Corporate Security Required

    •  Facility Security Clearance

    Minimum Resource Security Required:

    • Unscreened personnel may be used for any portion of the work that involved unclassified information.
    • Resources holding a security screening at the level of reliability status may be use for any portion of the work that involves unclassified, Protected A or Protected B information.
    • Resources holding a security screening at the level of secret may be use for any portion of the work that involves unclassified, Protected A or Protected B information.
    • Resources holding a security screening at the level of secret may be use for any portion of the work that involves discussions that unclassified, Protected A or Protected B or Secret.

    Proposed period of contract:

    The proposed period of contract will be from the date of Contract award to March 31, 2022.

    The Contractor grants to Canada the irrevocable option to acquire additional services for up to one additional two-year period under the same conditions.

    Inquiries

    All enquiries must be submitted in writing to the Contracting Authority named above no later than 5 calendar days before the bid closing date. Enquiries received after that time may not be answered.

    Bidders should reference as accurately as possible the numbered item of the bid solicitation to which the enquiry relates. Care should be taken by bidders to explain each question in sufficient detail in order to enable Canada to provide an accurate answer. Technical enquiries that are of a proprietary nature must be clearly marked "proprietary" at each relevant item. Items identified as “proprietary” will be treated as such except where Canada determines that the enquiry is not of a proprietary nature. Canada may edit the question(s) or may request that the Bidder do so, so that the proprietary nature of the question(s) is eliminated and the enquiry can be answered to all bidders. Enquiries not submitted in a form that can be distributed to all bidders may not be answered by Canada.

    Public Safety Canada retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canada-Honduras Free Trade Agreement
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    Contact information

    Contracting organization

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Hull, Rachel
    Phone
    613-949-1048
    Email
    Rachel.hull@ps-sp.gc.ca
    Address
    269 Laurier Avenue West
    Ottawa, ON, K1A 0P8
    CA

    Buying organization(s)

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    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
    000
    English
    66
    000
    French
    4

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding