Gender-Based Violence (GBV): Feasibility Study for Research on GBV among First Nations

Solicitation number RB001

Publication date

Closing date and time 2018/11/05 14:00 EST


    Description

     Advance Contract Award Notice (ACAN)

    Title: Gender-Based Violence (GBV): Feasibility Study for Research on GBV among First Nations

    Solicitation Number: (RB0001RBInsert here)

    1. The Purpose and Explanation of an ACAN

    An Advance Contract Award Notice (ACAN) allows Status of Women Canada (SWC) to post a notice for no less than fifteen (15) calendar days, indicating to the supplier community that a goods, services or construction contract will be awarded to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the minimum requirements identified in the ACAN, the Contracting Authority may then proceed to award a contract to the pre-identified contractor.

    2. Rights of Suppliers

    Suppliers who consider themselves fully qualified and available to provide the services or goods described in this ACAN may submit a Statement of Capabilities demonstrating how they meet the advertised requirement. This Statement of Capabilities must be provided via e-mail only to the contact person identified in Section 12 of the Notice on or before the closing date and time of the Notice. If the Bidder can clearly demonstrate they possess the required capabilities, the requirement will be opened to electronic or traditional bidding processes.

    3. Proposed Contractor

    The First Nations Information Governance Centre (FNIGC)

    Head Office:

    341 Island Road, Unit D

    Akwesasne, ON K6H 5R7

    Ottawa Office:

    180 Elgin Street, Suite 1200

    Ottawa, ON K2P 2K3

    4. Definition of Requirements or Expected Results

    SWC is interested in a feasibility analysis to determine the key issues, relevance, and interest of First Nations to conduct, be involved with, or participate in GBV research and data collection in their communities.

    The objectives of this project include the following:

    1. Explore the feasibility of, and opportunities for, conducting First Nations-driven research and collecting data on GBV within First Nations communities;

    2. Assess the relevance and priority of GBV research for First Nations communities;

    3. Identify the challenges to the success of any proposed GBV research, and strategies to mitigate them;

    4. Identify strengths and weaknesses, benefits and risks of engaging in GBV research;

    5. Assess options for a research process;

    6. Determine considerations for recruitment capability and sample characteristics, data collection methods, outcome measures, and available resources, in addition to other aspects related to the research process and community needs;

    7. Examine the capacity of First Nations to manage and implement the research; and,

    8. Provide insight into the development of a research plan that reflects Indigenous ways of knowing, the OCAP® principles, and a community-driven approach to GBV research in First Nations.

    A two-phased approach will be used in the planning, design and implementation of the feasibility analysis. Phase I includes an environmental scan of existing literature on GBV, GBV research studies, and related issues impacting First Nations. The results of the scan will be circulated to all key participants and content experts involved in the project prior to national engagement sessions. In Phase II, FNIGC will facilitate a regionally-driven engagement process with First Nations leaders and community members (including youth and Elders), relevant partners, FNIGC Regional Member Organizations, and subject matter experts to explore options, key issues, and feasibility of conducting gender-based violence research in their communities. A Culturally-Safe Healing Space will be made available to all those who require mental, emotional, and spiritual support, who may be triggered or experience distress as a result of the discussion. The Healing Space will be appropriately staffed with recognized community Elders and culturally informed trauma counsellors.

    5. Minimum Requirements

    Any interested supplier must demonstrate by way of a Statement of Capabilities that it meets the following Mandatory requirements:

    1. Association or Company must have a clear mandate for First Nations research and data collection
    2. Association or Company must be directly accountable to First Nations leadership and be guided directly by First Nations via regional representation in its governance structure
    3. Significant experience (minimum of 8 years) in the development and management of research and data collection initiatives in First Nations communities
    4. Significant experience (minimum of 8 years) in engaging nationally with a broad range of First Nation communities and other relevant stakeholders on the relevance, priorities and feasibility of research and data collection in First Nations communities

    6. Reason for Non-Competitive Award

    a) Section 6 (d) of the Government Contracts Regulations.

    6. b) The FNIGC is an incorporated, non-profit organization committed to producing quality research and information that will contribute to improving the health and well-being of First Nations across the country. Mandated by the Assembly of First Nations’ Chiefs in Assembly (Resolution #48, December 2009), the mission of the FNIGC is to assert First Nations’ data sovereignty and support the development of information governance and management systems at the community level through regional and national partnerships. FNIGC adheres to free, prior and informed consent, respects nation-to-nation relationships, and recognizes the distinct customs of nations. FNIGC envisions that every First Nation will achieve data sovereignty in alignment with its distinct worldview. FNIGC is governed by a Board of Directors appointed by each its ten (10) First Nations Regional Member Organizations (RMOs) across Canada. FNIGC, under the guidance of its RMOs, builds capacity and provides credible and relevant information on First Nations using the highest standards of data research practices, while respecting the rights of First Nations self-determination over research and information management and in true compliance with the First Nations Principles of OCAP®. Housed at the FNIGC, the First Nations Regional Health Survey (RHS) is the foremost national First Nations-governed health survey, producing important innovations in data sharing, research ethics, computer-assisted interviewing, sampling, field methods and training, and culturally appropriate questionnaire content. FNIGC is Canada’s premier source of information about First Nations people living on reserve and in northern communities.

    The FNIGC is ideally positioned to undertake a Regional Engagement Process that is endorsed by the FNIGC RMOs, and is the only information and research entity with a mandate from First Nations leadership (AFN). In addition, as the official custodian of the RHS, as well as other surveys that collect data in First Nations communities, the FNIGC has specialized knowledge of FNIGC’s data and survey policies and protocols. This knowledge is required to prepare background for the regional engagement sessions, to analyze findings, and to prepare a feasibility analysis report.

    7. Applicable trade Agreements and Justification for Limited Tendering or the Procurement Strategy[BD1]  for Aboriginal Business

    . “This procurement is subject to the Procurement Strategy for Aboriginal Business (PSAB).  Only suppliers who meet the definition of an Aboriginal business, as defined in the PSAB, may submit a statement of capabilities.”

    8. Ownership of Intellectual Property

    Status of Women Canada has determined that any intellectual property arising from the performance of the work under the contract will vest with the contractor.

    9. Period of the Proposed Contract

    The initial contract period shall be from date of contract award until 31 March 2020.

    Option to Extend Contract

    The Contractor grants to Canada the irrevocable option to extend the term of the Contract by one additional one (1) year period under the same terms and conditions.

    10. Estimated Value of the Proposed Contract

    The total estimated value of the proposed contract should not exceed $700,000, including travel and living expenses (if applicable), and all applicable taxes.

    11. Closing Date and Time

    The Closing Date and Time for accepting Statements of Capabilities is November 5, 2018. 2:00 PM EDT

    12. Contact Person

    All enquiries must be addressed by e-mail to:

    Name: Randy Brown
    E-Mail: randy.brown@cfc-swc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Agreement on Internal Trade (AIT)
    • 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
    Status of Women Canada
    Address
    Canada
    Contracting authority
    Randy Brown
    Phone
    819-420-7045
    Email
    Randy.Brown@swc-cfc.gc.ca
    Address
    22 Eddy
    Gatineau, QC, J8X 2V6
    CA

    Buying organization(s)

    Organization
    Status of Women Canada
    Address
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: