Community Reintegration Program for Offenders
File number:
21301-25-4751213
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:
Correctional Service Canada (CSC) must reinforce relationships between rural and remote Indigenous communities and CSC, in order to support offender transition and reintegration to their home communities. The work will involve the following:
• increase community awareness of section 84 of the Corrections and Conditional Release Act (CCRA), and the interventions within the Indigenous Continuum of Care within CSC;
• identify/develop community resources such as housing, counselling, employment, education, and other resources that can be utilized to support offenders on a conditional release plan, under section 84;
• work with CSC personnel, including Indigenous Community Development Officers, Indigenous Community Liaison Officers, Indigenous Liaison Officers, and Parole Officers, among others, as well as community contacts, to assist Indigenous offenders being released to their communit(ies) or area; and
• Other community development activities to advance offender reintegration.
The funding will assist in building relationships between rural and remote Indigenous communities and CSC, in order to support offender transition and reintegration to their home communities.
1.1 Objectives:
Improve CSC’s ability to return Indigenous offenders to their home communities with Section 84 release plans through contracts for Reintegration Support in remote communities. These contracts will serve to increase CSC’s capacity to engage Indigenous communities in the reintegration process as per section 84 of the CCRA and identify and coordinate community resources for offenders.
Section 84 of the Correctional and Conditional Release Act (CCRA) states the following :
If an inmate expresses an interest in being released into an Indigenous community, the Service shall, with the inmate’s consent, give the community’s Indigenous governing body
• (a) adequate notice of the inmate’s parole review or their statutory release date, as the case may be; and
• (b) an opportunity to propose a plan for the inmate’s release and integration into that community.
1.2 Tasks:
The contractor must provide the services of Makivvik liaison agent to:
• Streamline the communications between CSC and the specific appointed program manager form the Makivvik Justice Department, to ensure agreement for the tasks performed by the Makivvik liaison agent.
• Work with Inuit villages and organizations to establish a process for the communities to prepare a reintegration plan for the release of individuals back to their community.
• Identify community resources and contacts that could support an individual when preparing a release back to their community and upon release.
• Support the community in understanding the factors that contribute incarceration and guide them to address these factors when preparing a plan for release.
• When an inmate expresses the interest in being released, and gives consent, support the offender, the ICDO and the community in collaborating to discuss the needs.
• Meet with Inuit offenders within the institutions to provide information regarding community process established within their community for release and help complete necessary forms.
• Provide support to communities and inmates in understanding CSC’s process for releasing offenders under section 84 as well as CSC’s correctional process and indigenous continuum of care.
• Collaborate with the communities, the offender and the ICDO to prepare a reintegration plan that will address individual reintegration needs of an offender such as, but not limited to :
o Addiction support
o Violence prevention/ anger management
o Housing
o Mental health support
o Education
o Work
o Cultural and spiritual support
o Family support
o Etc…
• Submit the finalized community reintegration plan to the ICDO/Case management team in time for parole review and hearing.
• Report the progress and participation of communities in the process of preparing the plan to ICDO and case management team and to the offender.
• Encourage the participation of the Inuit population in programs and services in order for them to increase their engagement in the correctional process and reintegration planning.
• Establish, foster and maintain effective, meaningful and professional relationships with Inuit offenders.
• Collect information and prepare quarterly reports on the following activities:
- Number of release plans submitted.
- Number of communities that participated in release planning.
- Share established process for each community, once established
• On mutual agreement through the project officer and the appointed Makivvik program manager, perform additional tasks.
1.3 Expected results:
The contractor will collaborate with Inuit communities and organisations, Makivvik, CSC personnel such as Parole Officers and Indigenous Community Development Officers to facilitate outreach and engagement, supporting the reintegration of Indigenous offenders as described in section 1.2 Tasks.
1.4 Performance standards:
The contactor will conduct the work using standards outlined in applicable CSC policies and regulations and in Canadian laws.
1.5 Deliverables:
1.5.1 Support the transition and social reintegration of Indigenous offenders into the Nunavik community.
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 location of work for the Makivvik Liaison agent will be performed at the Makivvik Regional office, 7405 Rte Transcanadienne, Suite 320, St-laurent QC, H4T 1Z2. The liaison agent will also be performing his work, for up to 3 days a week at the following locations :
Federal Training Center 6099 Boul. Lévesque E. Laval, QC H7C 1P1
Archambault medium Institution 242 Blvd Gibson, Sainte-Anne-des-Plaines, QC J5N 1V8
Regional Reception Centre: 246 Rue Gibson, Sainte-Anne-des-Plaines, QC J5N 4G7
Sherbrooke CCC 2190 Sherbrooke St E, Montreal, QC H2K 1C7
Pavillon Emmanuel Grégoire 11430 Notre-Dame St E, Montreal Qc, H1B 5T5
Joliette Institution 400 Rue Marsolais, Joliette, QC J6E 8W1
Waseskun Healing Center 1 Rue Waseskun, Saint-Alphonse-Rodriguez, QC J0K 1W0
b) Travel
As part of the scope of work of this contract, the project authority will identify what travel is required within their Region. Any travel must be pre-authorized by the Project Authority and comply with the National Joint Council Travel Directive.
1.6.2 Language of Work:
The contractor must perform all work in English and Inuktitut.
1.6.3 Security Requirements:
This contract includes the following security requirements:
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 C;
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:
• Have a minimum of five (5) years of experience in the past five (5) years in providing crime prevention services to Inuit people.
• Have a minimum of five (5) years of experience in the past five (5) years in providing services to Inuit communities in the respect of the traditions, the political and community customs of Inuits, as well as in their governance and protocols.
• Have a minimum of five (5) years of experience in the past five (5) years in the provision and/or coordination of services to an Inuit clientele in regards of assisting in finding resources to housing, employment, in the field of health or any other resource enabling integration or reintegration in the society.
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 set-aside for an Indigenous Supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities.
5. Comprehensive Land Claims Agreement(s)
This procurement is subject to the following Comprehensive Land Claims Agreements:
James Bay and Northern Quebec Agreement (JBNQA) (1975)
Nunavik Inuit Land Claims Agreement (2008)
6. Justification for the Pre-Identified Supplier
There is a limited number of suppliers able to provide community reintegration services for Indigenous offenders in the community of Nunavik that are able to meet the need of CSC Indigenous offenders for social reintegration.
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 seven (7) months, from September 1st, 2025 to March 31st, 2026 with two options to extend the contract for two (2) additional one-year periods.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $ 291 069.00 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Makivvik Corporation
Address: 1111 Dr. Frederik Philips Boulevard, 3rd Floor, Saint-Laurent (Quebec), H4M 2X6
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 August 19, 2025 at 2:00 PM EDT.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Eloïse Clément-Ferland
Regional Officer
Contracting and Materiel Services
Correctional Service Canada
250, Montée St-François, Laval, Quebec, H7C 1S5
Telephone: 514-234-6283
E-mail: Eloise.clement@csc-scc.gc.ca