Canada - Directed Faith Community Reintegration Project (DFCRP) (21120-20-3275804)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
20 January 2020
Opportunity publication date
03 January 2020
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Directed Faith Community Reintegration Project (DFCRP)
An advanced contract award notice (ACAN) 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 ACAN, on or before the closing date and time stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.
1. Definition of requirement:
The Correctional Service Canada has a requirement to initiate a Directed Faith Community Reintegration Projects (DFCRP) contract. DFCRPs are an integrated, post-release component of the continuum of care as they align with CSC’s mandate for public safety through the provision of a range of services and activities that facilitate the transition and reintegration of individuals back into the community in their support of offender reintegration plans and program goals.
The work will involve the following:
1.1 Objectives:
To contribute to Correctional Service Canada’s (CSC) mandate to support successful offender reintegration following their release from CSC institutions through:

Bridge building between offenders and their religious and spiritual community groups;
Liaising with parole, justice organizations and faith communities;
Developing faith community capacity to engage with offenders; and
Assisting offenders to become contributing members of society

1.2 Tasks:
1.2.1 Contribute to the continuing Correctional Work of CSC Post-release:
“ Spiritual factors are a consideration at parole hearings as a part of the release planning needs .” (Guide for Parole Officers). The DFCRP offers an essential link between the re-integrating offender and his/her community of faith/spiritual practice and community at large. The services the Contractor must provide include, but are not limited to:

Support the reintegration goals/correctional plan of the offender and encouraging a balanced religious/spiritual perspective rooted in mainstream religious thought;
Engage faith communities to support and nurture a healthy religious/spiritual development path for the offender post-release while challenging extremist thought and expression;
Supportpositive, pro-social relationships in faith communities and other communities as appropriate;
Support offender in their accountability (parole officer, following conditions and any other aspects of his/her re-integration plan);
Incorporate and facilitating restorative practices into the offenders’ relationships, building on restorative justice principles including relationships with persons/institutions having authority;
Work with identified offenders and offender groups at institutions prior to release to build relationships in anticipation of offering reintegration support and disengagement services (see 1.2.3); and
Work with identified offenders post release offering reintegration support and disengagement services.

1.2.2 Local Needs Assessment:
The Contractor must liaise with local parole offices, justice organizations, institutional chaplains and other community stakeholders to identify the needs and trends of the reintegrating offender population and facilitate responsive services (including volunteers) that are uniquely faith/spirituality based and complementary with existing services. This includes but is not limited to:

Educate and liaise with community justice organizations (John Howard, E. Fry, Salvation Army, others) about the DFCRP services available to support offender religious and spiritual practice during the reintegration process;
Conduct offender religious/spiritual needs assessments on an ongoing basis and develop a religious/spiritual care plan that supports the religious and/or spiritual practice of the offender and connects them with faith communities that promote cooperative living in a diverse society;
Coordinate with faith leaders to offer and support religious/spiritual transition rites and rituals that are unique to the needs of offenders returning to the community; and
Recruit, train, and oversee faith community volunteers.

1.2.3 Develop and implement a disengagement strategy:
The Contractor must develop or adapt a disengagement strategy for working with offenders who have a history of involvement with extremist ideas and groups, or who may be at risk of such involvement. The Contractor must implement that strategy, which will include the following:

Investigate existing advisory groups and working groups in all regions, at all levels, and develop networking relationships with relevant resources;
Initiate an advisory group that may include, but is not limited to, representatives from local religious communities, the police, CSC parole, clinical/social worker groups and professional/academic groups, to meet regularly to support the work of the directed FCRP initiative;
Network with chaplains and institutional Parole Officers at CSC Institutions releasing identified offenders to the community to initiate and encourage referrals;
Network with CSC Parole in communities where the work is being done to inform and educate parole officers about the work of the DFCRP;
Develop or adapt a structured faith-based reintegration support model focussed on assisting identified offenders with disengagement from *extremist ideas and communities, and
Incorporate positive, faith-based mentoring initiatives to assist with effective reintegration.

1.2.4 Community Safety Impact:
The Contractor must contribute to public safety through reducing the stigma attached to being an offender and breaking down barriers to successful reintegration and participation in a law-abiding society. To accomplish this the Contractor must:

Educate the public about the strengths and challenges that offenders bring when returning to the community;
Accompany offenders in their reintegration into faith communities and help build confidence in offenders within the community;
Coach faith communities and others to safely engage with offenders;
Facilitate restorative practices where appropriate (e.g. where the faith community has been affected by the offender’s actions) fostering restoration, belonging and mutual care; and
Build capacity in faith communities to address the needs of persons at risk of adopting and/or acting on extremist ideas.

1.2.5 Facilitation of Pro-Social Involvement and Belonging:
Communities of faith typically offer many diverse, faith-based, pro-social activities to the public that foster a sense of belonging while contributing to spiritual and religious growth. Offender involvement in these activities offers a direct resource to mitigate identified risk factors. The Contractor must initiate, accompany and support safe re-integration into an offender’s community of interest/preference as they: 

Coach/nurture offender social skills through healthy applied spirituality/religious practices;
Foster healthy relationships with self, faith tradition and community at large;
Introduce offenders to pro-social supportive communities;
Facilitate faith communities to donate/offer material resources to offenders for practical living, leisure (lessons, membership sponsorships, etc.);
Facilitate faith community networking for occupational opportunities for offenders;
Coach the offender to manage attitudes of self as a spiritual person of value;
Introduce and accompany offenders in pro-social religious, spiritual, or faith-based recreational and social activities; and
Foster the applied religious and spiritual growth of offenders within their faith community as it relates to their unique experience of reintegration including coping, psychological, emotional and physical self-care as well as other needs that are responsive to the offender.

Definitions:
Disengagement – is an intervention strategy with a focus on changing behaviours, not ideology. Disengagement requires an understanding of the factors that motivate radicals to violent action.
Extremist– an ideologically motivated offender, who commits, aspires or conspires to commit, or promotes violent acts in order to achieve ideological objectives. Correctional Service Canada Report: Violent Extremists in Federal Institutions (February 2014), p. 2.
1.3 Expected results:
To develop or adapt a disengagement strategy for working with offenders who have a history of involvement with extremist ideas and groups, or who may be at risk of such involvement. 
To work with identified offenders and offender groups at institutions prior to release to build relationships in anticipation of offering reintegration support and disengagement services.
To work with identified offenders post release offering reintegration support and disengagement services.
1.4 Deliverables:
1.4.1 The Contractor must provide to the Project Authority:

A copy of the disengagement model being used within six (6) months of the contract being initiated;
A copy of the Monthly Quantitative Indicator reports using the provided measurement tools provided; and
A copy of the Quarterly Reports within thirty (30) days of the end of each quarterly reporting period.

1.4.2 Format of Deliverables
The Contractor must submit one (1) electronic copy of reports in Excel format submitted to the Project Authority in either French or English. CSC will be responsible for translation of any documents, if required.
1.4.3 Paper consumption:
a. Should printed material be required, double sided printing in black and white format is the default unless otherwise specified by the Project Authority.
b. The Contractor must ensure printed material is on paper with a minimum recycled content of 30% and/or certified as originating from a sustainably managed forest.
c. The Contractor must recycle unneeded printed documents (in accordance with Security Requirements).
1.5 Constraints:
1.5.1 Location of work:
a. The Contractor must perform the work in Montreal, Greater Toronto Area (GTA), Toronto (including Hamilton) and Calgary.
 b. Travel
Travel may be requested on an “as and when required basis” by CSC for attendance at meetings, orientation or conferences, as specified in writing by the Project Authority.
1.5.2 Language of Work :
The Contractor must perform all work in English and/or French.
1.5.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:  
PWGSC FILE No 21120-20-3275804
1. The Contractor/Offeror must, at all times during the performance of the Contract/Standing Offer, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP) of the Industrial Security Sector (ISS), Public Works and Government Services (PWGSC ) .
2. The Contractor/Offeror personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP/ISS/ PWGSC .
3. The Contractor/Offeror MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor/Offeror must ensure that its personnel are made aware of and comply with this restriction.
4. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP/ISS/ PWGSC .
5. The Contractor/Offeror must comply with the provisions of the:
a) Security Requirements Check List and security guide (if applicable), attached at Annex A;
b) Industrial Security Manual (Latest Edition).
2. Criteria for assessing 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:
Experience:

The Contractor must have completed at a minimum two (2) projects in collaborating with agencies working with ex-offenders and / or offenders. The experience must have been acquired within the last seven (7) years preceding the closing date of this ACAN.
The Contractor must have a minimum of two (2) years experience in delivering disengagement services to offenders returning to the community. The experience must have been acquired within the last seven (7) years preceding the closing date of this ACAN.
The Contractor must have a minimum of two (2) years experience managing a volunteer program in the community. The experience must have been acquired within the last seven (7) years preceding the closing date of this ACAN. The volunteer program(s) must include all of the following elements:
Recruitment;
Selection; and
Training and retention.



The Contractor must provide the following details regarding the acquired experience and projects for criteria 1, 2 and 3 above:

Where (client name, organization name and address);
When (start and end dates of the project/employment):
How (details about the work performed during the engagement) the stated experience was obtained; and
A reference including; name, phone number, and email, who can attest the work/experience claimed.

3. Applicability of the trade agreement (s) to the procurement
This procurement is not subject to any trade agreement.
4. Set-aside under the Procurement Strategy for Aboriginal Business
This procurement is not subject to any set-asides for Aboriginal Suppliers.
5. Comprehensive Land Claims Agreement (s)
This procurement is not subject to a Comprehensive Land Claims Agreement.
6. Justification for the Pre-Identified Supplier
The Risalah Foundation is the only faith-based organization working in the area of offender disengagement from extremist ideology pre- and post-release. This is a highly specialized area of engagement with a challenging offender population. The pre-identified supplier has indicated their ability to provide these specialized services in the geographical locations where CSC and the Parole Board of Canada (PBC) have identified needs.
The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.
7. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for this procurement under subsection:
 (d) only one person is capable of performing the contract.
8. Exclusions and/or Limited Tendering Reasons
The following exclusion (s) and/or limited tendering reasons are invoked under the section of the trade agreement (s) specified:
This procurement is not subject to any trade agreement.
9. Ownership of Intellectual Property
There are no intellectual property terms in the contract.
10. Period of the proposed contract or the delivery date(s)
The proposed contract is for a period of six (6) months, from date the contract is awarded to six (6) months later, with an option to extend the contract for two (2) additional one (1) year periods.
11.Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $493,000.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Risalah Foundation
Address: 9954 Keele St., Vaughan, Ontario, L6A 3Y4
13. 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 ACAN, may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date and time of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
14. Closing date and time for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is Monday January 20, 2020 at 2:00 PM EST.
15. Inquiries and submission of statement of capabilities
Inquiries and statement of capabilities are to be directed to:
Danielle Cameron
Senior Procurement Officer
Telephone: 613-943-6144
E-mail: Danielle.Cameron@csc-scc.gc.ca

Opportunity closing date
20 January 2020
Value of contract
to be confirmed

About the buyer

Address
Correctional Service of Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?