PSAB - Crime Prevention in Indigenous Communities: Culturally Relevant Programming and Culturally-Competent Evaluation

Solicitation number 201904038-2

Publication date

Closing date and time 2020/10/06 14:00 EDT

Last amendment date


    Description
    1. Requirement Summary

    The Government of Canada is committed to reducing crime and enhancing the safety of our communities through effective prevention, policing, and corrections. With respect to prevention, Public Safety Canada is responsible for the administration of the National Crime Prevention Strategy (NCPS). The strategy aims to reduce crime by targeting at-risk groups in the population by funding evidence-based intervention programs and knowledge dissemination projects. Focusing on effective ways to prevent and reduce crime, Public Safety Canada continues to gather and synthesize national evidence on what works to help guide policy and program decisions. This information contributes to the overall body of scientific knowledge in the crime prevention domain.

    It is becoming increasingly recognized that when implementing and evaluating crime prevention approaches for Indigenous participants (broadly defined as First Nations, Métis, and Inuit persons), it is potentially beneficial to both: (1) incorporate culturally-relevant activities into program curricula; and (2) follow culturally-competent evaluation protocols. Although there have been noteworthy advances in crime prevention theory and practice with respect to the incorporation of a cultural lens, along with some encouraging results, uptake remains rather sporadic, with varying levels of depth in the application of the principles.

    The objective of this work aims to help facilitate more widespread adoption of these ideas by consolidating the available literature on culturally-relevant programming activities and culturally-competent evaluation methods for crime prevention in the Indigenous context.

    2. Term of Contract

    The period of the contract will be from the date of award until October 1, 2021.

    3. Evaluation Process and Selection Methodology

    Basis of selection – Highest combined score of technical points (70%) and financial points (30%), as detailed in the Request for Proposal

    4. Enquiries

    All enquiries must be submitted in writing to the Contracting Authority no later than five (5) calendar days before the Request for Proposal closing date. Enquiries received after that time may not be answered.

    Bidders should reference as accurately as possible the numbered item of the RFSO 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 questions or may request that Bidders do so, so that the proprietary nature of the question is eliminated, and the enquiry can be answered with copies to all Bidders. Enquiries not submitted in a form that can be distributed to all Bidders may not be answered by Bidders.

    It is the responsibility of the Bidder to obtain clarification of the requirements contained herein, if necessary, prior to submitting a bid.

    5. Intellectual Property

    Public Safety Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, on the following grounds:

    The main purpose of the contract, or of the deliverables contracted for, is to generate knowledge and information for public dissemination

    Although Public Safety Canada will retain all intellectual property rights arising from the performance of the work under any resulting contract, Public Safety may, upon the request from the Contractor, grant a no-fee end-use restricted license.

    6. Security

    There is no security requirement identified.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Set-Aside Program for Aboriginal Business (SPAB)
    Contact information

    Contracting organization

    Organization
    Public Safety and Emergency Preparedness Canada
    Address
    269 Laurier Avenue West
    Ottawa, Ontario, K1A 0P8
    Canada
    Contracting authority
    Contracting and Procurement Unit/Unité de contrats et d'approvisionnement
    Email
    ps.contractunit-unitedecontrats.sp@canada.ca
    Address
    269 Laurier Ave 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
    003
    French
    1
    004
    French
    1
    004
    English
    10
    003
    English
    17
    002
    French
    1
    002
    English
    15
    001
    French
    3
    001
    English
    27
    000
    French
    0
    000
    English
    107

    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
    National Capital Region (NCR)
    Region of opportunity
    Canada
    Procurement method
    Competitive – Open Bidding