RFSA - Crime and criminal justice research and evaluation experts - 201707779
Solicitation number 201707779
Publication date
Closing date and time 2017/08/01 14:00 EDT
Last amendment date
Description
1.Summary
The purpose of this three year (3) Supply Arrangement is for crime and law enforcement experts to conduct research and/or evaluation as and when requested by Public Safety Canada. The work in this requirement is organized into four (4) streams: crime prevention research, law enforcement and policing research, corrections research, and evaluation. Public Safety Canada intends to award multiple supply arrangements per work stream.
2. Work streams
Crime Prevention Research – WORKSTREAM 1
Public Safety Canada aims to provide national leadership on effective and cost-efficient ways to prevent and reduce crime by addressing risk factors in high-risk populations and places. With respect to prevention, Public Safety Canada is responsible for the administration of the National Crime Prevention Strategy (NCPS). The Strategy provides national leadership in the development and dissemination of evidence-based crime prevention programs and policies, and supports projects that are responsive and appropriate to community and regional needs. It provides funding through time-limited grants and contributions to community-based organizations, other levels of government and academia to support the implementation and evaluation of targeted interventions and other measures, as well as the development and dissemination of improved research knowledge and practical tools. Current NCPS priorities include youth gangs, drug-related crimes, reducing recidivism among high-risk groups, enhancing the exiting of sex work activities, and fostering crime prevention in Aboriginal communities.
Law Enforcement and Policing Research – WORKSTREAM 2
One of Public Safety Canada’s key mandates is to keep Canadians safe from crime. To support this mandate, the Law Enforcement and Policing Research Unit (LEPRU) provides sound, empirical information to support policy development in the areas of policing, serious and organized crime, drug markets, and First Nations policing. LEPRU provides subject matter and research expertise in these key areas by utilizing a variety of qualitative and quantitative methodological approaches.
Corrections Research – WORKSTREAM 3
Within the Corrections Research Unit, research activities aim to support policy work to improve efficiency and effectiveness of the criminal justice system and address vulnerable populations within the system. While working closely with Federal/Provincial/Territorial partners, current research initiatives focus on Indigenous offenders, community supervision, risk assessment and communication, mental health, restorative justice, and developing strategies to facilitate the rapid and sustainable transfer of research evidence into effective correctional practice. Other areas of collaboration include the examination of
Evaluation Category – WORKSTREAM 4
The Government of Canada employs evaluation as a systematic approach to the analysis of program inputs, activities, outputs and outcomes with a view to support evidence-based judgments about program relevance and performance. Public Safety Canada makes use of process and impact evaluations to assess the success of program implementation and the impact programs have on Canadians and our communities. In turn, Public Safety Canada uses evaluation results to inform the development of evidence-based criminal justice programs and policies.
3. Period of Work
The period for awarding contracts under the Supply Arrangement is from (TBD) to June 30 2020 or until such time as Canada no longer considers them to be advantageous to use them.
4. Evaluation Process and Selection Methodology
To be declared responsive, an arrangement must:
- comply with all the requirements of the Request for Supply Arrangements; and
- meet all mandatory technical evaluation criteria; and
- obtain the required minimum of points overall for the technical evaluation criteria which are subject to point rating in the identified work stream to which the Bidder applied.
Arrangements not meeting (a), (b) or (c) above will be declared non-responsive.
5. Enquiries - solicitation stage
All enquiries or issues concerning this procurement must be submitted in writing to the Contracting Authority named as early as possible within the bidding period.
Enquiries and issues must be received by the Contracting Authority no later than five (5) business days prior to the bid closing date specified on the cover page or this RFP document to allow sufficient time to provide a response. Enquiries or issues received after that time may not be able to be answered prior to the bid closing date. To ensure consistency and quality of information provided to Bidders, the Contracting Authority will provide, simultaneously to all bidders to which this solicitation has been sent, any information with respect to significant enquiries received and the replies to such enquiries without revealing the sources of the enquiries.
It is the responsibility of the Bidder to obtain clarification of the requirements contained herein, if necessary, prior to submitting a bid.
6. Security
Multiple security clearances are required under this supply arrangement. It is not required for a supplier to have a security clearance to qualify under the supply arrangement.
The requirements to be procured under this Supply Arrangement may be subject to security requirements. Several generic Security Requirement Check Lists (SRCLs), which Public Safety Canada anticipates will satisfy most security requirements associated with individual requirements, are attached at Annex C to this SA. Each contract will identify which SRCL will apply to that contract.
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
-
Agreement on Internal Trade (AIT)
-
Canada-Chile Free Trade Agreement (CCFTA)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada
- Contracting authority
- Maloney, Krystal
- Phone
- 613-949-9921
- Email
- Krystal.maloney@canada.ca
- Address
-
340 Laurier Ave. WestOttawa, ON, K1A 0P8CA
Buying organization(s)
- Organization
-
Public Safety and Emergency Preparedness Canada
- Address
-
269 Laurier Avenue WestOttawa, Ontario, K1A 0P8Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
qa_4_201707779_-_fre.pdf | 005 |
French
|
1 | |
qa_4_201707779_-_eng.pdf | 005 |
English
|
14 | |
201707779_-_fra.pdf | 004 |
French
|
1 | |
201707779_-_eng.pdf | 004 |
English
|
19 | |
qa_2_201707779_-_fre.pdf | 003 |
French
|
1 | |
qa_2_201707779_-_eng.pdf | 003 |
English
|
22 | |
amendment_modification_1_-_201707779_-_bil.pdf | 002 |
French
|
0 | |
amendment_modification_1_-_201707779_-_bil.pdf | 002 |
English
|
32 | |
qanda1-201707779-fr.pdf | 001 |
French
|
4 | |
qanda1-201707779-en.pdf | 001 |
English
|
32 | |
dama_201707779_f.pdf | 000 |
French
|
33 | |
rfsa_201707779_e.pdf | 000 |
English
|
165 |
Access the Getting started page for details on how to bid, and more.