Indigenous Services Canada Internal Review
Status Awarded
Contract number 4500439236
Solicitation number 1000240962
Publication date
Contract award date
Status Awarded
Contract number 4500439236
Solicitation number 1000240962
Publication date
Contract award date
1. Advance Contract Award Notice (ACAN)
An Advance Contract Award Notice is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the Advance Contract Award Notice, on or before the closing date stated in the Advance Contract Award Notice, the contracting officer may then proceed with the award to the pre-identified supplier.
2. Definition of the requirement
The Evaluation Directorate at Indigenous Services Canada (ISC) requires the services of academic evaluator researchers to provide guidance and expertise to one of the most high profile and consequential evaluations in the department’s history. The work includes a variety of tasks to support this complex evaluative process related to child and family programming and long-term departmental reforms.
This work will be conducted collaboratively with ISC and other external partner organizations and will require Canadian experts recognized both domestically and internationally in collaborative, participatory and culturally responsive evaluation as well as expertise in approaches to governance decolonization, indigenizing organizational processes, and management practices that incorporate Indigenous ways of knowing and worldviews. The work will involve initial planning, including research and analysis on multifaceted reports, documents, and academic literature to produce a synthesis report and a literature review. It will also require ongoing facilitation of a multi-disciplinary group of experts from various fields including Childhood and Intergenerational trauma and Indigenous health, Government of Canada Experts, Indigenous law, Indigenous culture and heritage, Indigenous history in Canada, Participatory and culturally sensitive evaluation, child welfare to advise ISC and to co-develop an evaluation framework and implementation strategies. The work will then require the ongoing monitoring and validation of said framework upon implementation.
Specifically, the contractor will be required to:
3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)
Any interested supplier must demonstrate by way of a statement of capabilities that it meets the following requirements:
4. Applicability of the trade agreement(s) to the procurement
This procurement is subject to the following trade agreements:
5. Set-aside under the Procurement Strategy for Aboriginal Business
N/A
6. Comprehensive Land Claims Agreement(s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
7. Justification for the Pre-Identified Supplier
The Pre-Identified Supplier is the home institution of The Centre for Research on Educational and Community Services which collaborates in research, evaluation, and training with organizations in the educational, social service, and health sectors to improve social programs and policies for citizens, especially those facing social exclusion. The Pre-Identified Supplier is uniquely positioned to provide oversight and research of the evaluation work required by ISC, specifically the expert knowledge and experience related to: participatory and collaborative evaluation; evaluation capacity building; evaluation utilization; evaluation research; culturally responsive evaluation methods; experience collaborating in Indigenous research and evaluation methods; experience with complex and diverse evaluation projects, topics and partner groups; and social exclusion, discrimination, and vulnerable populations.
The Pre-Identified Supplier’s personnel have experience carrying out practical collaborative evaluations or evaluation research with partners representing different perspectives and with different/opposing needs. These resources also have academic appointments with a Canadian University and are recognized by peers as leaders in evaluative practices through memberships, awards, recognitions with the Canadian Evaluation Society and American Evaluation Associations, and have extensive publications from the evaluation and participatory evaluation lens. The Pre-Identified Supplier’s resources also have pre-established collaborative relationships with other scholars and Indigenous experts with expertise in decolonizing governance structures, indigenizing organizational processes, and management practices that incorporate Indigenous ways of knowing and doing.
The Pre-Identified Supplier’s resources meet all of the criteria described in this ACAN.
8. Government Contracts Regulations Exception(s)
The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection
6(d) - "only one person is capable of performing the work".
9. Exclusions and/or Limited Tendering Reasons
N/A.
10. Ownership of Intellectual Property
Canada intends to retain ownership of any Foreground Intellectual Property arising out of the proposed contract on the basis that the main purpose of the contract is to generate knowledge and information for public dissemination.
11. Period of the proposed contract or delivery date
The proposed contract is for a period of three years, with an estimated start date of April 7, 2022 to March 31, 2025 with the opportunity to extend the contract for an additional two, one-year periods if required.
12. Travel
Travel within Canada may be required.
13. Cost estimate of the proposed contract
The estimated value of the contract, including options, is up to $750,000.00 (GST/HST extra).
14. Name and address of the pre-identified supplier
University of Ottawa
75 Laurier Ave. East
Ottawa, ON K1N 6N5
15. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the Advance Contract Award Notice may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
16. Closing date for a submission of a statement of capabilities.
The closing date and time for accepting statements of capabilities is:
2:00 PM EDT on April 6, 2022
17. Inquiries and submission of statements of capabilities
Refer to the description above for full details.