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), as part of the criminal justice system and respecting the rule of law, contributes to public safety by actively encouraging and assisting offenders to become law-abiding citizens, while exercising reasonable, safe, secure and humane control.
Treatment Centres (TCs) promote the successful reintegration of offenders into the community. TCs contribute to the management of risk by ensuring that suitable accommodation, treatment programs, support systems, and monitoring are in place to assist conditionally released individuals to become law-abiding citizens.
The work will involve the following:
1.1 Objectives:
Provide treatment, accommodation, monitoring and general support and assistance in reintegrating offenders into the community. It is recognized that the main objective of TCs is to address the identified treatment need(s) (e.g. addictions, mental health) of the offender under their care.
1.2 Tasks:
The tasks to be performed by the Contractor under the contract include, but are not limited to the following:
1. Provide a treatment program and twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the TC.;
2. Provide of security services, including the monitoring of resident activities and destinations while away from the facility;
3. Assist residents in their reintegration efforts by providing basic referral services to community support groups and other agencies, as dictated by each resident’s individual requirements;
4. Providing ongoing liaison with local police agencies.
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 TC 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 TC 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 The TC must provide a treatment program and twenty-four (24) hour residential services to offenders who are referred to it by CSC and accepted by the TC.
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 work at the contractor’s place of business.
b. Travel
i. Travel may be required for the performance of the work under these contracts.
1.6.2 Language of Work:
The contractor must perform all work in English
1.6.3 Security Requirements:
This contract includes the following security requirements:
SECURITY REQUIREMENT FOR CANADIAN SUPPLIER:
PWGSC FILE No. 21883-26-0010
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:
A. 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;
B. 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 providing accommodation to offenders in a residential setting.
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 in Abbotsford, British Columbia who are qualified and have the resources to provide Treatment Centre services to meet the reintegration needs of CSC 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 April 1st, 2026 to March 31st, 2027 with an option to extend the contract for four (4) additional one-year periods.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $8,537,825.00 (GST extra).
12. Name and address of the pre-identified supplier
Name: Kinghaven Peardonville House Society
Address: 31250 King Road
Abbotsford, BC V2T 6C2
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 March 7, 2026 at 2:00 PM PST.
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Katie Simpson
100 – 33991 Gladys Avenue
Abbotsford, BC V2S 2E8
Telephone: 604-870-2401
E-mail: katie.simpson@csc-scc.gc.ca