Educational Services

Solicitation number 21208-24-4441678/B

Publication date

Closing date and time 2026/04/29 13:00 EDT


    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.

    As per the Commissioner’s Directive 720 (Education Programs and Services for Offenders), when an inmate's grade level is below grade 12 or its provincial equivalent, education will be identified as a need in their Correctional Plan.

    The Correctional Service Canada has a requirement to:

    a. Facilitate inmates' reintegration by increasing educational skill levels through the provision of accredited programs.

    b. Ensure education programs respect gender, ethnic, cultural and linguistic differences, and are responsive to the special needs of women inmates, Indigenous inmates, inmates requiring mental health care and other groups.

    The work will involve the following:

    1.1 Objectives:

    To provide educational services to the inmates at Springhill Institution and at the Regional Reception Centre.

    1.2 Tasks:

    1. The Contractor must provide three (3) Teachers/Instructors. These Teachers/Instructors must deliver educational services for 35 hours per week (7 hours per day), Monday to Friday.

    2. The Contractor must deliver the following educational services:

    a. Adult Basic Education (ABE) programs;
    b. Adapted ABE programs;
    c. Educational programs leading to the Adult High School Diploma;
    d. Digital Education courses, programs, and Virtual Reality programs as directed by the Project Authority.
    e. Other education programs, pilot initiatives, and any other curriculum requested by the Project Authority;
    f. Coordination of post-secondary pre-requisite courses, correspondence courses and other programs including, but not limited to, “Walls to Bridges”;
    g. Provide appropriate provincially recognized certificates to inmates, who have completed courses and levels.

    3. The Contractor must appoint one (1) teacher certified by the Nova Scotia (NS) Teachers’ Certification Office as the Lead Teacher to:

    a. Provide leadership and foster a collaborative approach with the Project Authority, ensuring that all activities and decisions align with CSC guidelines and procedures.
    b. Ensure that the contract teachers comply with the Education Programs: National Offender Management System (OMS) Procedures.
    c. Perform regular data quality checks in OMS by:
    i. Referring offenders to the next ABE level upon completion.
    ii. Reviewing and updating site waitlists and assignments monthly in the Reports of Automated Data Applied to Reintegration (RADAR) application, removing offenders who are released, transferred, or no longer require placement.
    iii. Verifying correct waitlisting and assignment to Education Program Schedules and facility codes.
    iv. Preventing duplicate program assignments and ensuring accurate start and end dates and assignment statuses.
    v. Avoiding duplicate certificate entries.
    vi. Ensuring offenders are not enrolled in multiple education programs simultaneously.
    vii. Ensuring all course and levels inmates have completed are entered in OMS.
    viii. Identifying and correcting data entry errors.
    d. Establish and coordinate schedules for the teachers/instructors.
    e. Ensure teachers/instructors follow the prescribed provincial curriculum.
    f. Ensure that teachers/instructors consistently deliver high-quality instructional services to offenders, in alignment with established educational standards and institutional objectives.
    g. Support other teachers/instructors in the delivery of digital education programs, including reporting and feedback to the Project Authority.
    h. Coordinate the integration of digital literacy across programs, provide training and support to teachers/instructors; manage digital resources; monitor program effectiveness; and pilot new tools with the Project Authority.
    i. Teach and facilitate independent studies (cell studies).
    j. Ensure educational services are provided to offenders with identified educational needs, including those unable to attend in-person sessions, such as individuals residing in the Restricted Movement (RM) Unit or Reception Center;
    k. Maintain enrolment in education programs and maximize classroom attendance at full capacity based on number of available seats;
    l. Review educational records of incoming inmates and provide parole officers with relevant data to support referrals to education programs.
    m. Evaluate and assess the inmates’ educational needs, manage waitlists and track suspensions.
    n. Administer and score the Canadian Adult Achievement Test and the “Test de rendement pour francophones” or other assessment tools approved by the Project Authority.
    o. Offer educational counseling to students.
    p. Adjust and combine classes as needed to ensure continuity of educational services to students during teacher/instructor absences.
    q. Perform other tasks related to the statement of work, as requested by the Project Authority;
    r. Submit requests to the Project Authority for the purchase of pedagogical materials, office supplies, school supplies;
    s. Participate in Correctional Interventions Board (CIB) meetings and provide relevant information and recommendations;
    t. Follow the CIB guidelines in terms of assigning inmates based on the student-to-teacher ratio to maximize education program capacity;
    u. Collaborate with the CIB to assign inmates to classroom educational tutor positions. Collaborate with the Program Manager to hire inmate tutors, including providing in-class training and orientation;
    v. Collaborate with the Volunteer Coordinator to assign volunteer community tutors to the classrooms;
    w. Attend meetings as requested by the Project Authority;
    x. Supervise contract teachers/instructors;
    y. Coordinate visits from potential contract teachers and volunteers related to education programs in collaboration with a CSC staff member;
    z. Participate in the development of the annual education program plan (AEPP);
    aa. Assist the Project Authority with input, data analysis, and reporting related to educational outcomes, prior learning assessment and recognition (PLAR) credits, programs and digital education;
    bb. Ensure efficient communication processes, including emails related to workplace safety, security reminders, and general updates necessary to maintain a safe and secure environment;
    cc. Support the Invigilators in organizing of the Canadian Adult Education Credential (CAEC) testing sessions and other assessments.
    dd. Ensure all communication and information distributed to all institutional staff is pre-approved by the Project Authority or the Program Manager.

    Contract Teachers/Instructors must:

    a. Develop and implement individualized education plans (IEP) for offenders.
    b. Photocopy legal documentation when required, in accordance with CD: 764;
    c. Recommend culturally relevant reading materials to diverse groups, including African Canadian, Indigenous, and Francophone populations.
    d. Assess the academic needs and aptitudes of inmates.
    e. Protect, preserve, and keep track of CSC’s inventory (including, but not limited to books, teaching resources, computers, supplies, equipment).
    f. Employ a variety of teaching strategies, including individualized learning, group instruction, and guest presentations.
    g. Conduct daily visual inspections of classrooms and other school areas.
    h. Verify computer equipment using a checklist provided by CSC, before and after each instructional session.
    i. Complete observation reports and immediately report to CSC security personnel and program manager any information or incidents that may compromise safety or security.
    j. Supervise and evaluate the inmate cleaner in accordance with CD-730 “Offender Program Assignment and Inmate Payments.”
    k. Collaborate with the Volunteer Coordinator to guide and monitor community volunteer tutors in the classroom.
    l. Collaborate with the Project Authority and relevant CSC personnel to allow access to computers for non student offenders within the school or classroom areas, while ensuring adherence to established classroom seating capacity limits and institutional policies.
    m. Prepare and organize activities to recognize significant cultural dates and months, including visual displays, and other awareness initiatives throughout the school area.
    n. Cooperate and collaborate with CSC management, staff, and other contractors.

    1.3 Expected results:

    Provision of education services to enable inmates to achieve grade 12 or its provincial equivalent.

    1.4 Performance standards:

    The Contractor must ensure that all contract teachers/instructors understand and adhere to the following CSC policies, guidelines and procedures:

    a. CD 001 - Mission, Values and Ethics Framework of the Correctional Service of Canada: https://www.csc-scc.gc.ca/acts-and-regulations/001-cd-en.shtml
    b. CSC Policy (Commissioner Directives and Standard Operating Practices) and Legislation: https://www.csc-scc.gc.ca/acts-and-regulations/005006-0001-en.shtml
    i. CD 350: Contracting and Material Management
    ii. CD 568-1: Recording and Reporting of Security Incidents
    iii. CD 701: Information Sharing
    iv. CD 720: Education Programs and Services for Offenders
    v. CD 720-1: Guidelines for Education Programs
    vi. CD 730: Offender Program Assignments and Inmate Payments
    vii. CD 764: Access to Expressive Material
    c. The Corrections and Conditional Release Act (CCRA): https://laws-lois.justice.gc.ca/eng/acts/c-44.6/

    The Contractor must provide Adult Basic Education (ABE) and Adapted ABE programs:

    a. ABE Level I - Grades 1 to 5
    b. ABE Level II - Grades 6 to 8
    c. ABE Level III - Grades 9 to 10
    d. ABE Level IV - Grades 11 to 12
    e. Canadian Adult Education Credential (CAEC) – A recognized credential for adult learners completing secondary-level education

    The Contractor must meet the following operational requirements:

    a. Provide services between 0800 and 1600 hours with an unpaid one-hour lunch period. The teachers/instructors must provide services outside core business hours at the Project Authority’s request. Breaks will be determined by the on-site CSC manager based on institutional routines. The hours during which students can attend classes will be established by CSC.
    b. Prepare and write reports when students are not present (approximate 120 minutes available per day) based on institutional operations. The Project Authority may approve other preparation periods upon request.
    c. Provide 220 days of educational services per year, unless otherwise requested by the Project Authority.
    d. Offer year-round educational programming, allowing student inmates to continuously enter and exit the programs and multi-level instruction within the classrooms.
    e. Upon approval of the Project Authority, attend in-person or virtually security briefings and trainings relevant to the tasks they are required to perform including security procedures that include, but are not limited to escorting inmates, preparing observation reports, tool control, the Offender Management System (OMS). Teachers and instructors attending training requested by CSC, will be considered fulfilling their contracted duties. This is solely for training and briefings that cannot be taken outside of CSC.
    f. Wear a Portable Personal Alarm (PPA) at all times in the presence of offenders.
    g. Complete the “Contractors’ Orientation Program” provided by the project authority within the first 30 days of the beginning of the contract.

    1.5 Deliverables:

    1.5.1 The Contractor’s Teachers/Instructors must:

    a. Record attendance in real time and maintain accurate records of inmate participation during each education session. The Contractor must provide Attendance data upon request by the Project Authority or delegate.
    b. Establish individualized program assignment objectives for each student, based on their Correctional Plan, and enter these objectives into the Offender Management System (OMS).
    c. Every 180 days, assess the performance of students enrolled in education programs and submit interim reports in OMS.
    d. Complete final reports and enter relevant information in OMS upon the conclusion of each assignment.
    e. Adhere to CSC guidelines and policies when preparing reports, including consideration of Indigenous Social History factors, where applicable.
    f. Provide data reports on education outcomes upon request by the Project Authority.
    g. Complete and enter various reports in OMS as requested.
    h. Submit education reports in OMS within the timeframes outlined in CD-730 “Offender Program Assignments and Payments,” and notify the Chief of Education for quality review and locking.
    i. Maintain records of inmate educational progress at the institution. These records must be accessible to inmates upon request.
    j. Follow CSC guidelines regarding inmate pay, as outlined in CD-730.

    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 Springhill Institution and at the Regional Reception Centre, unless otherwise directed by the Project Authority.

    Springhill Institution
    330 McGee Street
    Springhill, Nova Scotia B0M 1X0

    b. Travel

    i. Contract teachers/instructors may be required to travel to attend training sessions or perform other tasks related to the statement of work, as requested by the Project Authority.

    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. 21208-24-4441678

    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);
    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:

    Academic qualifications, experience and certifications:

    A minimum of two (2) of the three (3) resources the supplier must provide must hold:

    • A bachelor’s degree of education
    • A Nova Scotia Teacher’s Certificate issued by the Office of Teacher Certification with the Nova Scotia Department of Education and Early Childhood Development.

    The remaining resource must be a certified teacher, OR an instructor (non-certified teacher). If the remaining resource is a certified teacher, it must meet the same requirements as the other two certified teachers. If the remaining resource is a non-certified teacher, it must hold either:

    • A bachelor’s degree in a field relevant to education; AND
    • A Nova Scotia’s teacher’s certificate or a *Certificate in Adult Education or a *Certificate in Andragogy or a *Master of Education.

    *from a recognized post-secondary institution.

    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.

    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 to provide adult education services to meet the reintegration needs of CSC offenders.

    CSC has solicited proposals on many occasions among various potential suppliers such as universities, colleges, and private companies. None have demonstrated interest in providing educational services at the Springhill Institution, other than the Pre-Identified Supplier. The current shortage of teachers in the Atlantic region within the public-school system, along with the absence of interest in previous Request for Proposals has established the Pre-Identified Supplier as the only organisation capable of successfully completing the work.

    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 eleven (11) months, from May 1, 2026 to March 31, 2027 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 $926,556.60 (Tax Exempt).

    12. Name and address of the pre-identified supplier

    Name: New Brunswick Community College (NBCC)
    Address: 284 Smythe St
    Fredericton, NB, E3B 3C9

    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 April 29, 2026 at 2:00 PM ADT.

    15. Inquiries and submission of statements of capabilities

    Inquiries and statement of capabilities are to be directed to:

    Jolaine Amos, Regional Contracting Officer
    1045 Main St
    Moncton, NB E1C 1H1
    Telephone: 506-269-3787
    E-mail: Jolaine.Amos@csc-scc.gc.ca

    Contract duration

    The estimated contract period will be 11 month(s), with a proposed start date of 2026/05/01.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None
    Contact information

    Contracting organization

    Organization
    Correctional Service of Canada (CSC)
    Address

    1045 rue Main St

    Moncton, NB, E1C 1H1
    Canada
    Contracting authority
    Jolaine Amos
    Phone
    (506) 269-3787
    Email
    jolaine.amos@csc-scc.gc.ca
    Address

    1045 rue Main St

    Moncton, NB, E1C 1H1
    Canada
    Bidding details

    Summary information

    Notice type
    Advance Contract Award Notice
    Language(s)
    English
    Region(s) of delivery
    Canada
    ,
    Nova Scotia
    Region of opportunity
    Nova Scotia
    Contract duration
    11 month(s)
    Procurement method
    Advance Contract Award Notice
    Selection criteria
    Not applicable
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.