Point of Sale (POS) Modernization for Inmate Canteen (IMS #4037)

Solicitation number 21120-27-5377403

Publication date

Closing date and time 2026/06/04 14:00 EDT


    Description

    Point of Sale (POS) Modernization for Inmate Canteen (IMS #4037)

    This requirement is for: The Correctional Service of Canada

    Trade agreement: Canadian Free Trade Agreement (CFTA), World Trade Organisation-Agreement on Government Procurement (WTO-AGP), Canada Korea Trade Agreement (CKTA), Canada free trade agreements with Chile/Colombia/Honduras/Panama, Canada-Peru Free Trade Agreement, Canada-European Union Comprehensive Economic and Trade Agreement (CETA), Canada-United Kingdom Trade Continuity Agreement (Canada-UK TCA) and Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP).

    Request for information (RFI) procedure: All interested suppliers may submit a response.

    Competitive Procurement Strategy: not applicable. This is an RFI.

    Nature of this RFI:

    The Correctional Service Canada is requesting industry feedback regarding a Point of Sale system for inmate canteen services across about 40 institutions with 93 inmate canteens.

    The following is a summary of the objectives of this RFI.

    Objectives: CSC wishes to modernize the point-of-sale system for inmate canteens currently in use, by replacing it with a fully modernized, integrated, network-connected POS Solution that:

    • Integrates Radio‑Frequency Identification (RFID)-enabled smartcards (DESFire EV3) as an identification and payment solution;
    • Provides interfaces (between the POS and the IASR) securely and reliably to let CSC integration team to bind the solution with Inmate Accounting System Replacement (IASR) via application programming interfaces (APIs);
    • As part of this project, modernizes hardware and software across all institutions;
    • Enables national reporting, analytics, inventory management, and transaction traceability;
    • Reduces manual workload, ensures data security, and supports offender accountability; and
    • Aligns with CSC Enterprise Architecture and Government of Canada digital standards.

    This RFI is neither a call for tendered nor a Request for Proposal (RFP).

    No agreement or contract will be entered into based on this RFI. The issuance of this RFI is not to be considered in any way as a commitment by the Government of Canada, nor as authority to potential respondents to undertake any work that could be charged to Canada. This RFI is not to be considered as a commitment to issue a subsequent solicitation or award contract(s) for the work described herein.

    File Number: 21120-27-5377403

    Contracting Authority: Jason St-Onge
    Telephone number: (506) 269-3765
    E-mail: jason.st-onge@csc-scc.gc.ca

    NOTE TO RESPONDENTS: Respondents can obtain the complete RFI document and any associated attachments by downloading it from CanadaBuys.

    Respondents may submit their response either official language of Canada (English or French).

    Contract duration

    The estimated contract period will be 9 month(s), with a proposed start date of 2026/06/05.

    Trade agreements

    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-UK Trade Continuity Agreement (Canada-UK TCA)

    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

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Contracting authority
    Jason St-Onge
    Phone
    (506) 269-3765
    Email
    jason.st-onge@csc-scc.gc.ca
    Address

    340 Laurier Avenue, West

    Ottawa, Ontario, K1A 0P9
    Canada
    Bidding details
    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.
    Caption
    Document title Amendment no. Language Unique downloads Date added
    001 EN 34 2026/05/13
    001 FR 7 2026/05/13
    001 EN 18 2026/05/13
    001 FR 4 2026/05/13
    001 EN 22 2026/05/13
    001 FR 5 2026/05/13
    Access the Getting started page for details on how to bid, and more.

    Summary information

    Notice type
    Request for Information
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    Canada
    Contract duration
    9 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Not applicable