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 Canada has a requirement to provide interventions to offenders as they relate to their Correctional Plan. For the Structured Intervention Unit (SIU) in particular, CSC has a requirement to provide activities and interventions to encourage offenders to spend a minimum of four hours out of their cells and a minimum of two hours interacting with others, each day.
The work will involve the following:
1.1
Objectives:
To supplement the programs and interventions available at the Atlantic Institution SIU in order to provide offenders with further opportunities for interaction, spending time out of cell and progressing in their Correctional Plan.
1.2 Tasks:
The Case Management Team (CMT) at Atlantic Institution, will work with the Contractor to identify offenders who qualify for the in/outreach program. In collaboration with the CMT, the Contractor must initiate a first contact face-to-face during in-reach in the institution. The Contractor must discuss intervention needs and release plans with the CMT.
The Contractor must ensure that facilitators are identified, screened and trained to deliver this service. The Contractor must provide both in person and telephone support that contribute to the stable and successful completion of interventions.
The Contractor must provide in-reach sessions every six weeks, in-person, at Atlantic Institution. The in-person sessions must take place in interview/program rooms within the institution and must last approximately 45 minutes, depending on the offender’s needs and level of engagement. The in-person meetings must be followed by after-hours interventions from the Contractor’s facilitator with the goal to develop a productive, trusting relationship with the offenders at Atlantic Institution. These interventions must contribute to more successful reintegration to the community and must last approximately 60 minutes per offenders, depending on the intervention plan, level of needs and level of engagement. The Contractor must provide three evenings per week to conduct telephone interventions with the individuals identified to familiarize them with the CRF and begin developing a therapeutic alliance in preparation for a return to the community.
1.3 Expected results:
The Contractor must on a monthly basis, provide a list of inmates with whom they have generated intervention plans to successfully reside in a mainstream inmate population, or prepare for a return to the community or both.
1.4 Performance standards:
The Contractor must adhere to CSC’s Commissioner’s Directives along with applicable legislation. The Contractor’s interventions must follow the code of ethics and values of the Correctional Services of Canada.
1.5 Deliverables:
1.5.1 The Contractor must enter a summary of the sessions in CSC’s computerized system the Project Authority provides for tracking purposes.
The Contractor must provide program materials to the offenders. All program materials are subject to being scanned by CSC staff upon the Contractor’s entry in the institution. The Contractor must provide program materials in the offender’s official language of choice.
1.5.2 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).
1.6 Constraints:
1.6.1 Location of work:
a.
The Contractor must perform the in-person sessions at Atlantic Institution located at 13175 Route 8, Renous, NB. The Contractor must perform the phone sessions at the Contractor’s place of business located at 120, Carleton Street, Saint John (Nouveau-Brunswick).
b.
Travel to the following location must be required for performance of the work under this contract:
Atlantic Institution
13175 Route 8
Renous, NB
E9E 2E1
1.6.2 Language of Work:
The Contractor must perform all work in English or French.
1.6.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE No. 21231-26-5030770
1. The Contractor must, at all times during the performance of the Contract, hold a valid Designated Organization Screening (DOS), and obtain approved Document Safeguarding Capability at the level of PROTECTED B, 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 utilize its facilities to process, produce, or store PROTECTED information or assets until the CSP, PWGSC has issued written approval.
4. The Contractor MUST NOT utilize its Information Technology systems to electronically process, produce, or store PROTECTED information until the CSP, PWGSC has issued written approval. After approval has been granted or approved, these tasks may be performed at the level of PROTECTED B, including an IT Link at the level of PROTECTED B.
5. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of the CSP, PWGSC.
6. The Contractor must comply with the provisions of the:
(a) Security Requirements Check List and Supplemental Security and Classification Guide (if applicable), attached at Annex C;
(b) Contract Security Manual (Latest Edition)
1.6.4 Contractor's Sites or Premises Requiring Safeguarding Measures / IT Authorization for Storage or Processing
1.6.4.1 Where safeguarding measures are required in the performance of the Work, the Contractor must diligently maintain up-to-date, the information related to the Contractor's and proposed individuals’ sites or premises, for the following addresses:
John Howard Society of NB Fundy Region
120 Carleton Street,
Saint John, NB,
E2L 2Z4
1.6.4.2 The Company Security Officer (CSO) must ensure through the Contract Security Program (CSP) that the Contractor and individuals hold a valid security clearance at the required level of document safeguarding capability.
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: The supplier must possess two (2) of years of experience in the field of corrections and/or interventions aiming at changing human behaviours in the past five (5) years prior to the ACAN closing date.
The supplier must have completed two (2) projects in the field of corrections and/or interventions aiming at changing human behaviours in the past five (5) years prior to the ACAN closing date.
The supplier must have (2) years experience in the field of corrections and/or interventions aiming at changing human behaviours in the past five (5) years prior to the ACAN closing date.
The supplier must have five (5) years of experience, obtained within the past ten (10) years prior to the ACAN closing date, in providing interventions to individuals involved in the criminal justice system
Projects: The supplier must have performed two (2) projects within the last ten (10) years prior to the ACAN closing date that consisted in delivering programs, or interventions, or both to individuals involved in the criminal justice system.
Academic qualifications: The supplier’s facilitators must possess a high school diploma.
The degree must have been obtained from a recognized Canadian university, college or high school, or the equivalent as established by a recognized Canadian academic credentials assessment service, if obtained outside Canada.
The list of recognized organizations can be found under the Canadian Information Centre for International Credentials web site.
Professional designation, accreditation and/or certification: None required.
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 restricted number of qualified service providers who are willing and available to provide in/outreach programs to meet the program needs of offenders incarcerated in a CSC Special Handling Unit.
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 approximately 1 year, from August 1st, 2025, to July 31st, 2026.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $41,510.18. (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: John Howard Society of NB Fundy Region
Address: 120 Carleton Street, Saint John, NB, E2L 2Z4
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 July 25th, 2025 at 2:00 PM EST.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Isabelle Basque, Regional Contracting Officer
Telephone: 506-269-6461
E-mail: Isabelle.Basque@csc-scc.gc.ca