Canada - Directed Faith Community Reintegration Project (DFCRP)

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
06 February 2025
Opportunity publication date
21 January 2025
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Advanced Contract Award Notice (ACAN)
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 the requirement:
The Correctional Service of Canada (CSC) has a requirement to initiate a Directed Faith Community Reintegration Project (DFCRP) as “spiritual factors are consideration at parole hearings as a part of the release planning needs” (Guide for Parole Officers). DFCRPs are an integrated, post-release component of the continuum of care. 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. DFCRPs support offender reintegration plans and program goals.
The work will involve the following:
1.1 Objectives:
To contribute to CSC’s 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 officers, justice organizations and faith communities;
• Developing faith community capacity to engage with offenders;
• Supporting offender reintegration plans and program goals;
• Assisting offenders to become contributing members of society.
1.2 Tasks:
1.2.1 Contribute to CSC’s continuing Correctional Work Post-release:
The Contractor must liaise between the re-integrating offender and their community of faith/spiritual practice and community at large. The services the Contractor must provide include, but are not limited to:
a) Supporting the reintegration goals and correctional plan of the offender and encourage a non-extremist religious/spiritual perspective rooted in mainstream religious thought;
b) Engaging faith communities to support and nurture a religious/spiritual development path for the offender post-release that balances the goals of the post-release plan;
c) Supporting positive, pro-social relationships in faith communities and other communities as appropriate to the reintegration goals described in the offender’s post-release plan;
d) Supporting offenders in their accountability (reporting regularly to their parole officer, following conditions and any other aspects of their re-integration plan);
e) Incorporating and facilitating restorative practices into the offenders’ relationships, building on restorative justice principles including relationships with persons and institutions having authority;
f) Working with identified offenders and offender groups at institutions prior to release to build relationships in anticipation of offering reintegration support and pro-social faith-based activities upon release; and
g) Working with identified offenders post release offering reintegration support, pro-social faith-based activities and where required, disengagement services.
1.2.2 Local Needs Assessment:
The Contractor must liaise with local parole officers, justice organizations, institutional chaplains, and other community stakeholders to identify the needs and trends of the reintegrating offender population and facilitate inmate-responsive services (including volunteers) that are uniquely faith/spirituality based and complementary with existing services. Responsive services are tailored to the unique needs of each offender. This includes, but is not limited to:
a) Educating and liaising 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;
b) Conducting offender religious/spiritual needs assessments on an ongoing basis and developing a religious/spiritual care plan that supports the religious/spiritual practice of the offender and connects them with faith communities that promote cooperative living in a diverse society;
c) Working with faith leaders to develop local capacity to address the needs of offenders returning to the community;
d) Coordinating 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
e) Recruiting, training, and overseeing faith community volunteers.
1.2.3 Develop and implement a unique DFCRP strategy:
The Contractor must develop or adapt a holistic strategy for working with offenders released from federal institutions. The Contractor must implement that strategy, which must include the following as a minimum:
a) Investigating existing advisory groups and developing networking relationships with relevant resources;
b) Initiating an advisory group that may include, but is not limited to, representatives from local religious communities, the police, CSC parole, clinical or social worker groups and professional or academic groups, to meet regularly to support the work of the DFCRP initiative;
c) Networking with chaplains and institutional Parole Officers at CSC Institutions that will release identified offenders to the community to initiate and encourage referrals;
d) Networking with CSC Parole in communities where the work is being done to inform and educate parole officers about the work of the DFCRP;
e) Developing a new, or adapting an existing, structured faith-based reintegration support model focussed on assisting identified offenders who require faith support; cultural and community connection; or disengagement services or any combination of the three; and
f) Incorporating positive, faith-based mentoring initiatives to assist with effective reintegration.
1.2.4 Community Safety Impact:
The Contractor must contribute to public safety by mitigating 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:
a) Educate the public about the strengths that offenders bring and challenges they face when returning to the community;
b) Accompany offenders in their reintegration into faith communities and help build confidence in offenders within the community;
c) Coach faith communities and others to safely engage with offenders;
d) 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
e) Build capacity in faith communities to address the needs of released offenders: engaging, informing, educating, and equipping the communities to support offenders in their successful reintegration.
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 or preference. Communities of interest provide faith-based, pro-social activities that are of particular interest to the offender. The offender can choose which to be involved in. The Contractor must:
a) Coach and nurture offender social skills through healthy applied spirituality/religious practices;
b) Foster healthy relationships with self, faith tradition and community at large;
c) Introduce offenders to pro-social supportive communities;
d) Facilitate faith communities to donate and offer material resources to offenders for practical living, leisure (lessons, membership sponsorships);
e) Facilitate faith community networking for occupational opportunities for offenders;
f) Coach the offender to manage attitudes of self as a spiritual person of value;
g) Introduce and accompany offenders in pro-social religious, spiritual, or faith-based recreational and social activities; and
h) Responsively foster the 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.
Definitions:
Trends – changes in the offender population that may impact how many offenders will potentially require reintegration services, as well as any potential clients from emerging demographics.
Disengagement – is an intervention strategy with a focus on changing behaviours, not ideology. Disengagement requires an understanding of the factors that motivate and encourage moderate religious expression.
Holistic – supportive interventions that present a balanced spiritually-based, restorative interpretation of life.
1.3 Expected results:
- To facilitate pro-social connections between offenders who are affiliated with hard to reach, underserved faith communities to the successful reintegration and faith-based supports;
- To measure the DFCRP’s success by regular offender client participation in pro-social, religious, spiritual, or faith-based activities; and
- Demonstrated religious and spiritual growth of offender clients within their communities.
1.4 Deliverables:
1.4.1 The Contractor must provide to the Project Authority:
a) a copy of the disengagement model the Contractor uses to the Project Authority within six (6) months of contract award;
b) a copy of the Monthly quantitative indicator reports and invoices using the measurement tools the Project Authority provides; and
c) 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 to the Project Authority in English.
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 the Fraser Valley area (Abbotsford, Mission, and Agassiz).
b. Travel
i. CSC may request travel on an as and when required basis 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.
1.5.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE No. 21120-24-4785994
1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), issued by the Contract Security Program (CSP), Public Works and Government Services Canada (PWGSC).
2. The Contractor personnel requiring access to PROTECTED information, assets or sensitive site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by the CSP, PWGSC.
3. The Contractor MUST NOT remove any PROTECTED information or assets from the identified site(s), and the Contractor 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, PWGSC.
5. The Contractor must comply with the provisions of the:
a) Security Requirements Check List and security guide (if applicable), attached at Annex A;
b) Contract Security Manual (Latest Edition).
2. 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:
Experience:
1. The Supplier must have completed at a minimum two (2) projects of at least six (6) months duration in collaborating with agencies working with ex-offenders, or offenders, or both. The experience must have been acquired within the last seven (7) years preceding the closing date of this Advanced Contract Award Notice (ACAN).
2. The Supplier must have a minimum of two (2) years experience in collaborating with faith-based organizations to facilitate support services for offenders returning to the community, people in the community at risk of involvement in criminal activity, or both. The experience must have been acquired within the last seven (7) years preceding the closing date of this ACAN.
3. The Supplier 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:
a. Recruitment;
b. Selection; and
c. Training and retention.
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 Indigenous Business
This procurement is not subject to any set-asides for Indigenous 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
There is a limited number of suppliers available to provide offender reintegration support to CSC Sikh offenders in the Fraser Valley area. Reintegration support are unique and specialized services not readily available in the Sikh community due to the cultural stigma around criminal offending. Rigorous research was conducted and the pre-identified supplier is the only known supplier that can provide these specialized services in the geographical area identified for Sikh offenders.
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
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 delivery date
The proposed contract is for a period of one (1) year, from date of contract award to one (1) year 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 $210,000.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Khalsa Sewa Dal
Address: P.O. Box 2033 Stn A, Abbotsford BC V2T 3T8
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 Thursday, February 06th 2025 at 2:00pm EST.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Mbinwi Ghogomu
340 Laurier Avenue West, Ottawa, ON K1A 0P9
Telephone:343-549-7179
E-mail:Mbinwi.Ghogomu@csc-scc.gc.ca

Opportunity closing date
06 February 2025
Value of contract
to be confirmed

About the buyer

Address
Correctional Service of Canada

Bid for tender

If your company meets the requirements of the tender, go to the website where the tender is hosted and submit your bid.

This website contains links to other websites that we do not control or maintain. We are not responsible for the content of these sites. We provide these links for your convenience only, and do not necessarily endorse their content.

Before entering into a contract you need to apply for any necessary export licences, which can include applications to trade in certain goods. You should also make your own enquiries and be satisfied by the accuracy of any information supplied to you.

Go to third party website
Is there anything wrong with this page?