21301-27-5270981 – Community Residential Facility – Treatment Centres
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:
Policy on Reciprocal Procurement: the Policy on Reciprocal Procurement does not apply to this procurement.
The Correctional Service of Canada (CSC) is the federal organism responsible for administering sentences of two (2) years or more imposed by the courts. CSC manages institutions of various security levels and supervising offenders on conditional release in the community.
To be able to manage the safe transition of offenders into the community and to ensure the safety of the public on an ongoing basis, CSC defines its needs and concluded into contractual arrangements with community residential facilities are able to meet its requirements. Community Residential Facilities contribute to the management of that risk by ensuring that suitable accommodation, social and economic support systems, monitoring and intervention are in place, thereby assisting conditionally released federal offenders.
1.1 Objectives:
Provide accommodation, treatment, monitoring, general support and assistance to offenders under federal jurisdiction who have been released to the community on conditional release, statutory release, and those subject to Long-Term Supervision Orders for reintegrating into society.
1.2 Tasks:
The tasks to be performed by the Contractor under the contract include, but are not limited to the following:
1.2.1 Provide residential services for offenders under federal jurisdiction who are on conditional release and struggling with substance abuse issues;
1.2.2 Provide security services, including monitoring residents’ activities and their destinations when they are outside the facility;
1.2.3 Assist residents in their social reintegration efforts by providing basic information to help them connect with community support groups and other organizations according to their individual needs;
1.2.4 Maintain ongoing communication with local police services.
1.3 Expected results:
Assisting conditionally released offenders to safely and successfully reintegrate into the community as law-abiding citizens.
1.4 Performance standards:
The Community Residential Facilities (CRF) and their officers, servants and subcontractors must comply with all applicable legislation and CSC’s Commissioner’s Directives (CDs), the Standard Operating Practice on Official Languages, and other Standards.
The CRF must be in compliance with all applicable territorial, provincial, municipal and local legislation and regulations. The CRF premises and equipment must conform to applicable zoning, health, safety, building and fire codes and regulations.
1.5 Deliverables:
1.5.1 Accommodation services, specialized services for offenders with substance abuse issues, administration requirements (reporting) and Intervention – community accommodation of higher-risk offenders
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 render the services at his place of work.
b. Travel - No travel is anticipated for performance of the work under this contract.
1.6.2 Language of Work:
The contractor responsible for direct case supervision must perform the work in the official language (English or French) requested by the client, including report writing. The contractor who does not provide direct supervision must also perform the work in the official language (English or French) requested by the client but is not required to cover the cost of report translation.
1.6.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
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)
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: Must have a minimum of two (2) years experience, obtained within the last five (5) years prior to the closing date of this ACAN, in working with adult offenders on conditional release;
Must have a minimum of two (2) years of experience, obtained within the last five (5) years prior to the closing date of this ACAN, in providing accommodation to offenders in a residential setting.
Organization must be a non-profitable organization, a duly recognized corporation governed by a board of directors appointed from the community.
Organization must meet the compliance standards established by the Correctional Service Canada.
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 only a limited number of qualified service providers in the location indicated in Section 12. Name and address of the pre-selected providers who are available and ready to deliver residential services to meet the social reintegration needs of conditionally released offenders struggling with substance abuse issues.
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 contracts or delivery date
The proposed contract is for a period of one (1) year, from April 1st, 2026, to March 31st, 2027 with an option to extend the contract for five (3) additional one-year periods.
11. Cost estimate of the proposed contracts
The estimated value of the contract, including option(s), is $ 2 131 762.67 (GST/HST extra).
12. Name and address of the pre-identified suppliers
Name : Le Programme de Portage relatif à la dépendance de la drogue inc
Address : 1790, ch. Du Lac Écho
Prévost (Québec) J0R 1T0
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 February 5, 2026, 2:00 p.m. EST.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Name: Eloïse Clément
Title: Regional Officer
Correctional Service of Canada
Regional Services Centre
Branch/Directorate: Contracting and Materiel Services
Telephone : 514-234-6283
E-mail : Eloise.clement@csc-scc.gc.ca