Расширенный поиск
Поиск по тендерам РФ Иностранные закупки Поставщики Реализация собственности Заказчики Еще
Главная Иностранные тендеры и госзакупки Тендеры Канады


21120-26-5155737 - Visitor Resource Centre (VRC) program (Канада - Тендер #68916910)


Поделиться

Для перевода текста тендера на нужный язык воспользуйтесь приложением:


Страна: Канада (другие тендеры и закупки Канада)
Организатор тендера: www.merx.com
Номер конкурса: 68916910
Дата публикации: 29-11-2025
Источник тендера:


Продвигайте Вашу продукцию на мировые рынки
Доступ к полной информации по данной закупке закрыт.
Зарегистрируйтесь для получения бесплатных рассылок по новым тендерам и просмотра дополнительной информации.

.
Регистрация

Basic Information

Reference Number

cb-745-43097720

Issuing Organization

Correctional Service of Canada (CSC)

Solicitation Type

ACAN - Advance Contract Award Notice (Formal)

Solicitation Number

21120-26-5155737

Title

Visitor Resource Centre (VRC) program

Source ID

PWGSC

Agreement Type

None

Details

Location

Canada

Dates

Publication

2025/11/28 12:00:00 AM EST

Closing Date

2025/12/15 02:00:00 PM EST

Contact Information

Diana Todorova

(343) 552-1625

diana.todorova@csc-scc.gc.ca


Description

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 Canada has a requirement for a Visitor Resource Centre (VRC) program operated nationally to address the needs of adults and children visiting an incarcerated family member or friend. This program must provide a safe, pleasant environment where all visitors are met with dignity and respect. The program must offer information, referrals, education, interim support and intervention, and the opportunity for families to discuss the difficulties they face in confidence. The work will involve the following:

1.1 Objectives:

1.1.1. Help to develop personal relationship and communication skills with offender families and community ties by supporting the parent-child bond;
1.1.2. Increase engagement of offenders with their children, to have the offender take on a larger parenting role, and learn effective skills;
1.1.3. Improve compliance with objectives of offenders" Correctional Plans through family motivations and behaviour improvements;
1.1.4. Improve family bonding and self-help to facilitate timely offender reintegration, while contributing to the protection of society;
1.1.5. Supports the commitment to Private Family Visits that occur in separate structures inside the perimeter of institutions where offenders may meet authorized visitors in private to enhance daily living skills, maintain positive community and familial relationships and responsibilities (e.g., parenting skills), and lessen the negative impact of incarceration on family relationships;
1.1.6. Maintain and support the family bond and connection throughout incarceration; and
1.1.7. Adapt resources and programs to align with government inclusivity initiatives, including, but not limited to Indigenous as well as Black offenders and other racialized groups.

1.2 Tasks:

The tasks the Contractor must perform include, but are not limited to:

1.2.1 Providing sessions to institutional and community groups and one-on-one sessions for those in custody;
1.2.2 Providing information and resources about corrections, including, but not limited to, parent-child activity sheets, victim services and restorative justice;
1.2.3 Talking with families about their concerns and offer information about security procedures;
1.2.4 Preparing visit referrals for transportation and accommodation;
1.2.5 Providing reintegration resources tailored to children and families;
1.2.6 Coordinating activities to encourage self-improvement, family bonding, communication, conflict resolution to support healthy relationships;
1.2.7 Engaging and training volunteers to deliver sessions in the institutions and in communities, where applicable;
1.2.8 Protecting and maintaining the privacy and confidentiality of offenders and their families, while also considering their needs and concerns by making referrals to contacts in the community that may be needed for pre-release;
1.2.9 Promoting mental health and well-being for program participants and their families;
1.2.10 Supporting the offender and their families by reducing the stress and anxiety around the visitation process to encourage offenders to stay connected to their families and loved ones; and
1.2.11 Adapting the programs for the Special Intervention Units (SIU) to allow for meaningful human contact.
1.2.12 Offering parenting skills to help build family connections as an asset to reintegration.
1.2.13 Offering information about reintegration and parole to the offenders and families
1.2.14 Supporting the offender and the family’s mental health, increase their resiliency, offer them parenting skills, build their connections with their children and family supports
1.2.15 Providing opportunities for fathers both in custody and in the community to explore parenting options that will strengthen their relationships with their children, to lessen the negative impact of incarceration on family relationships. This will be facilitated virtually, in-person (institutions or parole offices), or over the phone, and are determined by the Contractor in collaboration with CSC officials.
1.2.16 Developing resources and information for incarcerated fathers around talking to their children about incarceration, visiting, and co-parenting with goal to repair harm caused by crime.
1.2.17 Offering families access to resources, a toll-free bilingual telephone help line, and access to a support group for correctional information and questions (for family members).

1.3 Expected results:

The expected results for the subsequent contract include, but are not limited to:

1.3.1 Establishing and delivering a VCR program that meets the objective of this requirement in all five of CSC’s regions, across Canada.

1.3.2 Positively impacting the mental health of offender’s and their families by reducing the stress and anxiety around the visitation process, and enabling them to stay connected.


1.4 Deliverables:

The deliverables the Contractor must provide include, but are not limited to the following:

1.4.1. Services to offenders (incarcerated and reintegrating individuals) and their families in all five CSC regions, including materials for family connection through Prison Letter Writing Kits and Let’s Read a Book! programs;
1.4.2. VRC services and programs: facilitate and deliver Resiliency sessions in person, virtually, or over the phone, in collaboration with CSC employees;
1.4.3. Services/programs: facilitate sessions virtually, in-person (institutions or parole offices), or over the phone, in collaboration with CSC officials;
1.4.4. Verbal or written updates to the Project Authority, throughout the course of the project, in particular focusing on any barriers, or challenges, or both related to the program delivery; this may be accomplished through formal or informal updates, as determined by the Project Authority.
1.4.5. Provide one annual report the Project Authority at the end of each fiscal year (by March 31) to describe the services provided and any other relevant information related to the program delivery.

1.5 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. Services will be required at sites across all five of CSC’s regions (Refer to Annex A for a list of all CSC institutions) virtually, in-person or over the phone. Locations are determined based on requests submitted by CSC’s sites, region or NHQ directly to the Contractor. The ability for the Contractor to deliver the services on-site is related to alignment with services in this contract and the ability for the site to support the initiative by allowing entry and/or collaboration with the site to administer the service.

b. Travel

No travel is anticipated for performance of the work under this contract.

1.6.2 Language of Work:

The contractor must perform all work in French and in English, according to the official language of the offender.

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 Supplemental Security and Classification Guide (if applicable)
b) Contract Security Manual (Latest Edition).


2. Criteria for assessment of the statement of capabilities (minimum essential requirements):

Any interested supplier must demonstrate, through a statement of capabilities, that it meets the following requirements:

The supplier must have the following:

1. A minimum of six (6) years of experience within the last ten (10) years prior to the ACAN closing date, delivering offender parenting and family support services within a federal correctional environment for offenders and their families across at least five (5) provinces in Canada.

2. A minimum of two (2) years of experience, within the last ten (10) years prior to the ACAN closing date, in delivering services to federal correctional environments in each of the following areas:

• Providing group or individual sessions and related support services to offenders in custody or in the community;
• Offering social reintegration services, planning, and parenting support tailored to offenders in institutions and the community, their children, and families;
• Coordinating activities that promote family bonding, strengthen family connections, facilitate communication, and support conflict resolution;
• Supporting mental health and well-being through resiliency programming and referrals to appropriate resources;
• Facilitating access to correctional information and support services for families, including through free telephone services, support groups and resources;
• Delivering services in collaboration with CSC staff, including providing updates and reporting on service delivery;
• Managing a network of volunteers who provide services and support to offenders and their families;

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 willing and available to provide national services to address the family visiting needs of CSC offenders to lessen the impact of incarceration on family relationships.

The pre-identified Supplier is the only Canadian organization that can perform the scope of work, given the history, experience and familiarity with the level of effort and information required to complete the tasks identified in the scope of work. It is uniquely positioned to provide these services given its specific mandate to provide family liaison services for incarcerated offenders and their families.

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 from date of contract award to March 31, 2026 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 $ 175,488.00 (GST/HST extra).

12. Name and address of the pre-identified supplier

Name: Canadian Families and Corrections Network
Address: P.O. Box 35040
Kingston, Ontario
K7L 5S5

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 December 15, 2025 at 2:00 PM EST.

15. Inquiries and submission of statements of capabilities

Inquiries and statement of capabilities are to be directed to:

Diana Todorova
Senior Contracting Officer
Correctional Service of Canada
340 Laurier Ave West
E-mail: bidsubmissions.GEN-NHQContracting@CSC-SCC.GC.CA



Appendix A – CSC Institutions and Addresses

Atlantic Institution (Max)
PO Box 102
13175 Route 8 Renous NB E9E 2E1

Dorchester Penitentiary (Med)
4902 Main St Dorchester NB E4K 2Y9

Dorchester Penitentiary (Min)
4902 A Main St Dorchester NB E4K 2Y9

Nova Institution for Women (Multi)
180 James St Truro NS B2N 6R8

Shepody Healing Centre (Multi)
Regional Treatment Centre - Unit at Dorchester Penitentiary
4902 Main St Dorchester NB E4K 2Y9

Springhill Institution (Med)
PO Box 2140
330 McGee St Springhill NS B0M 1X0

Archambault Institution (Med)
242 boulevard Gibson
Sainte-Anne-des-Plaines QC J5N 1V8

Archambault Institution (Min)
244 boulevard Gibson
Sainte-Anne-des-Plaines QC J5N 1V8

Cowansville Institution (Med)
400 Fordyce Ave Cowansville QC J2K 3G6

Donnacona Institution (Max)
1537 Hwy 138
Donnacona QC G3M 1C9

Drummond Institution (Med)
2025 Jean-de-Brébeuf Blvd Drummondville QC J2B 7Z6

Federal Training Centre (Min)
600 Montée Saint-François Laval QC H7C 1S5

Federal Training Centre (Multi)
6099 Lévesque Blvd E Laval QC H7C 1P1

Joliette Institution (Multi)
400 Marsolais St Joliette QC J6E 8V4

La Macaza Institution (Med)
321 Airport Rd
La Macaza QC J0T 1R0

Port-Cartier Institution (Max)
PO Box 7070
Airport Rd
Port-Cartier QC G5B 2W2

Regional Treatment Centre – Unit at Archambault
242 boulevard Gibson
Sainte-Anne-des-Plaines QC J0N 1H0

Regional Reception Centre (Multi)
Special Handling Unit (Max)
246 boulevard Gibson
Sainte-Anne-des-Plaines QC J5N 1V8

Bath Institution (Med)
PO Box 1500
5775 Bath Rd Bath ON K0H 1G0

Beaver Creek Institution (Med)
PO Box 5000
2000 Beaver Creek Dr Gravenhurst ON P1P 1Y2

Beaver Creek Institution (Min)
PO Box 1240
Gravenhurst ON P1P 1W9

Collins Bay Institution (Max/Med)
PO Box 190
1455 Bath Rd Kingston ON K7L 4V9

Collins Bay Institution (Min)
1455 Bath Rd
PO Box 7500
Kingston ON K7L 5E6

Grand Valley Institution for Women (Multi)
1575 Homer Watson Blvd Kitchener ON N2P 2C5

Joyceville Institution (Med)
Hwy 15
PO Box 880
Kingston ON K7L 4X9

Joyceville Institution (Min)
3766 Hwy 15
PO Box 4510
Kingston ON K7L 5E5

Millhaven Institution (Max)
PO Box 280
Hwy 33
5775 Bath Road Bath ON K0H 1G0

Regional Treatment Centre, Bath Institution (Med)
PO Box 1500
5775 Bath Rd Bath ON K0H 1G0

Regional Treatment Centre, Millhaven Institution (Multi)
PO Box 280
Hwy 33
5775 Bath Road Bath ON K0H 1G0

Warkworth Institution (Med)
PO Box 760
County Rd 29 Campbellford ON K0L 1L0

Bowden Institution and Annex (Med/Min)
PO Box 6000
Hwy 2
Innisfail AB T4G 1V1

Drumheller Institution (Med/Min)
Hwy 9
PO Box 3000
Drumheller AB T0J 0Y0

Edmonton Institution (Max)
21611 Meridian St Edmonton AB T5J 3H7

Edmonton Institution for Women (Multi)
11151 178th St
Edmonton AB T5S 2H9

Grande Cache Institution (Med)
Bag 4000
Hoppe Ave
Grande Cache AB T0E 0Y0

Grierson Institution (Min)
BSMT-9530 101 Ave
Edmonton AB T5H 0B3

Okimaw Ohci Healing Lodge (Med/Min)
PO Box 1929
Maple Creek SK S0N 1N0

Pê Sâkâstêw Centre (Min)
Hwy 2A
PO Box 1500
Mâskwâcîs AB T0C 1N0

Regional Psychiatric Centre (Multi)
PO Box 9243
2520 Central Ave N Saskatoon SK S7K 3X5

Saskatchewan Penitentiary (Max/Med)
PO Box 160
15th St W
Prince Albert SK S6V 5R6

Saskatchewan Penitentiary (Min)
PO Box 160
15th St W
Prince Albert SK S6V 5R6

Stony Mountain Institution
10002 E. Road #73 North
Stony Mountain, MB R0C 3A0
Mailing address:
P.O. Box 4500
Winnipeg, MB R3C 3W8

Willow Cree Healing Centre (Min)
PO Box 520
Duck Lake SK S0K 1J0

Fraser Valley Institution for Women (Multi)
33344 King Rd Abbotsford BC V2S 6J5
Kent Institution (Max)
PO Box 1500
4732 Cemetery Rd Agassiz BC V0M 1A0

Kwìkwèxwelhp Healing Village (Min)
PO Box 110
16255 Morris Valley Rd Harrison Mills BC V0M 1L0

Matsqui Institution (Med)
PO Box 2500
33344 King Rd Abbotsford BC V2S 4P3

Mission Institution (Med)
PO Box 60
8751 Stave Lake St Mission BC V2V 4L8

Mission Institution (Min)
PO Box 50
33737 Dewdney Trunk Rd Mission BC V2V 4L8

Mountain Institution (Med)
PO Box 1600
4732 Cemetery Rd Agassiz BC V0M 1A0

Pacific Institution / Regional Treatment Centre (Multi)
PO Box 3000
33344 King Rd Abbotsford BC V2S 4P4

William Head Institution (Min)
6000 William Head Rd Victoria BC V9C 0B5

See more Disclaimer Government of Canada (GC) tender notices and awards, solicitation documents and tender attachments are available free of charge and without registration on canadabuys.canada.ca/en/tender-opportunities, the authoritative location for GC tenders.

You may have received this tender notice or award through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly through canadabuys.canada.ca/en/tender-opportunities.

This Government of Canada tender notice or tender award carries an Open Government Licence - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to the section about Commercial Reproduction in the canadabuys.canada.ca/en Terms and Conditions for more information.

Contains information licensed under the Open Government license - Canada. Contains data reproduced and distributed with the permission of the Government of Canada, on an "as is" basis.

Источник закупки

Перейти

Импорт - Экспорт по стране Канада

Кроме мониторинга зарубежных тендеров для ведения успешного бизнеса изучите информацию о стране: какая продукция экспортируется и импортируется и на какие суммы. Определите коды ТН ВЭД интересующей вас продукции.

Экспорт Импорт




Copyright © 2008-2026, TenderGURU
Все права защищены. Полное или частичное копирование запрещено.
При согласованном использовании материалов сайта TenderGURU.ru необходима гиперссылка на ресурс.
Электронная почта: info@tenderguru.ru
Многоканальный телефон 8-800-555-89-39
с любого телефона из любого региона для Вас звонок бесплатный!

Портал отображает информацию о закупках, публикуемых в сети интернет
и находящихся в открытом доступе, и предназначен для юрлиц и индивидуальных предпринимателей,
являющихся участниками размещения государственного и коммерческого заказа.
Сайт использует Cookie, которые нужны для авторизации пользователя.
На сайте стоят счетчики Яндекс.Метрика, Google Analytics и LiveInternet,
которые нужны для статистики посещения ресурса.

Политика обработки персональных данных tenderguru.ru