Changeflow GovPing Government & Legislation Elder Services, Ontario Region, ACAN, Closing A...
Routine Notice Added Final

Elder Services, Ontario Region, ACAN, Closing Apr 24

Favicon for canadabuys.canada.ca CanadaBuys - Tender Opportunities
Published
Detected
Email

Summary

Correctional Service Canada seeks Elder Services for Indigenous offenders in Ontario Region via ACAN. Closing date April 24, 2026 at 2:00 p.m. EDT. Solicitation CB-648-68562300. The ACAN allows suppliers to submit a statement of capabilities to compete with the pre-identified supplier.

“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.”

PSPC , verbatim from source
Published by PSPC on canadabuys.canada.ca . Detected, standardized, and enriched by GovPing. Review our methodology and editorial standards .

About this source

GovPing monitors CanadaBuys - Tender Opportunities for new government & legislation regulatory changes. Every update since tracking began is archived, classified, and available as free RSS or email alerts — 20 changes logged to date.

What changed

This Advanced Contract Award Notice (ACAN) from Public Services and Procurement Canada on behalf of Correctional Service Canada (CSC) invites suppliers to provide Elder Services to Indigenous offenders in Ontario Region institutions. The Elder must deliver ceremonial, spiritual, counseling, and case management services, including guidance through traditional ceremonies, individual and group teachings, and participation in case conferences. The contract includes a mandatory RELIABILITY STATUS security clearance requirement for all contractor personnel and specifies English as the language of work.

Suppliers interested in competing for this contract must submit a statement of capabilities demonstrating that they meet the minimum requirements, including recognition as an Elder/Cultural Advisor within their community and a minimum of five years of experience in the past ten years delivering spiritual and cultural services to Indigenous populations. If no capable competing supplier emerges by the closing date of April 24, 2026 at 14:00 EDT, the contract may proceed to the pre-identified supplier.

Archived snapshot

Apr 25, 2026

GovPing captured this document from the original source. If the source has since changed or been removed, this is the text as it existed at that time.

Buy Canadian Policy

The Government of Canada has introduced new policies to protect, build, and transform Canadian industries. Check out Buy Canadian Policy for more information on what this could mean for you.


Elder Services

Solicitation number 21421-26-5347674

Publication date

2026/04/10

Closing date and time 2026/04/24 14:00 EDT

Last amendment date

2026/04/24

Status Status
Expired

Description

Elder Services, Ontario Region

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.

CSC is committed to providing programs and opportunities to meet the needs of Indigenous offenders.

CSC is legislated to provide Indigenous offenders with the opportunity to further develop their understanding of traditional Indigenous culture and beliefs. The Elder exposes Indigenous offenders to traditional Indigenous ways of life, based on their own teachings, through teachings, counselling and traditional ceremonies and practices, individually and/or in groups, for the benefit of both offenders and staff.

The term “Elder” means any person recognized by the Indigenous community as having knowledge and understanding of the traditional culture of the community, including the ceremonies, protocols, teachings and healing techniques, according to the beliefs and social traditions of their communities.

1.1 Objectives:

Assist Indigenous offenders, in their traditional healing journey, to further develop an understanding of traditional Indigenous culture through teachings, guidance, counselling, and use traditional ceremonies and practices to promote healing and balance.

1.2 Tasks:

The Elder must provide the following services:

1.2.1 Ceremonial and Spiritual Services:

The Elder must provide (in-group or individual) counseling, teachings and ceremonial services to Indigenous offenders. This includes the following:

Providing guidance and teachings through group sessions (circles) and individual discussions to offenders in the institution.

Conducting spiritual services and various traditional ceremonies based on the Elder's teachings.

Assisting offenders following a healing path in support of their correctional plan.

Elders may be requested, by agreement, to escort offenders on Escorted Temporary Absences (ETAs) for ceremonial and other spiritual purposes.

1.2.2 Advice and Guidance:

The Elder must, upon request:

Provide advice/information to staff and management, locally, regionally and nationally on issues of Indigenous spirituality and cultural practices.

Introduce institutional staff to various elements of traditional spirituality as deemed appropriate based on their teachings.

Provide advice to the Institutional Head regarding ceremonies, ceremonial objects, traditional practices and protocols, traditional medicines, or sacred ground within the institution including the collection and storage of ceremonial objects and traditional and ceremonial medicines.

1.2.3 Case Management:

The Elder must:

Participate in case conferences as requested.

Provide verbally to the Case Management Team, as requested, information regarding the offender's participation in a healing path as requested as part of the offender's progress report. This may include progress on an offender's participation in Pathways, in Indigenous Correctional Programs, or in other cultural and spiritual activities as appropriate.

Upon receiving a referral/request from the Case Management team, the Elder must provide initial information and updates verbally or in writing to the Indigenous Liaison Officer or Parole Officer for documentation which may include initial observations; whether the offender has agreed to continue working with the Elder through Indigenous Specific interventions; the offender’s progress in addressing their needs as well as information about an offender's readiness for the possible transition into the community.

1.2.4 Regional and National Meetings:

The Elder may be asked to provide advice, guidance, information, or recommendations regionally or nationally on issues of Indigenous spirituality and cultural practices.

If applicable, this may also include participation, by agreement, on regional or national advisory bodies, such as the National Elders Working Group, or the National Indigenous Advisory Committee.

1.3 Expected results:

Provision of Indigenous programs and Elder services to the offender population.

1.4 Reporting and communications:

The Elder, with the assistance and coordination of the Indigenous Liaison Officer or Parole Officer, must report to the Technical Authority on a monthly basis by providing a summary of the tasks and hours completed on the Elder Tasks – Weekly Summary and Elder Tasks – Bi-weekly Summary/Invoice provided by the Technical Authority.

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. The Contractor must perform the work in the Ontario Region.

b. Travel:

Travel to other locations for approved Escorted Temporary Absences or meetings must have prior authorization of the Project Authority and will be reimbursed at cost without any allowance for overhead or profit.

1.6.2 Language of Work:

The contractor must perform all work in English.

1.6.3 Security Requirements:

  1. The Contractor personnel requiring access to PROTECTED information, assets or sensitive work site(s) must EACH hold a valid RELIABILITY STATUS, granted or approved by Correctional Services Canada (CSC).

  2. The Contractor MUST NOT remove any PROTECTED information or assets from the identified work site(s), and the Contractor must ensure that its personnel are made aware of and comply with this restriction.

  3. Subcontracts which contain security requirements are NOT to be awarded without the prior written permission of CSC Departmental Security.

  4. The Contractor must comply with the provisions of the:

a. Security Requirements Check List, described in Annex (insert applicable annex);
b. Directive on Security Management: Appending F “Mandatory Procedures for Security in Contracts and Other Arrangmements Control”

  1. 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:

The supplier must be recognized by their community as an Elder/Cultural Advisor within that community.

The supplier must have a minimum of five (5) years of experience obtained in the past 10 years prior to the ACAN closing date in delivering spiritual and cultural services and teachings to Indigenous people. This experience must include:

 providing counselling and guidance according to the traditions and teachings of their own community; and

 being familiar with and able to conduct a variety of ceremonies with a focus on healing according to their own teachings.

The supplier must be familiar with and able to provide guidance to staff and offenders regarding the protocols surrounding the use, disposition, and searching of traditional medicines and spiritual effects.

The supplier must meet with a circle of Elders already under contract with CSC where they will be able to share their experiences and where the Elders will be able to determine the validity of the statement of capabilities.

CSC reserves the right, at its own discretion, to request that suppliers provide a reference letter and/or resume, in addition to their statement of capabilities, to support the knowledge and experience claimed.

  1. Applicability of the trade agreement(s) to the procurement

This procurement is not subject to any trade agreement.

  1. Set-aside under the Procurement Strategy for Indigenous Business

This procurement is set-aside for an Indigenous Supplier in accordance with the government Procurement Strategy for Indigenous Business (PSIB). Therefore, only suppliers who meet the definition of an Indigenous business, as defined in the PSIB, may submit a statement of capabilities.
This restriction does not apply to contracts with individuals who are Elders.

  1. Comprehensive Land Claims Agreement(s)

This procurement is not subject to a Comprehensive Land Claims Agreement.

  1. Justification for the Pre-Identified Supplier

There is a limited number of suppliers available to provide Elder services to meet the reintegration needs of CSC Indigenous offenders.

The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

  1. 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.

  1. Exclusions and/or Limited Tendering Reasons

This procurement is not subject to any trade agreement.

  1. Ownership of Intellectual Property

There are no intellectual property terms in the contract.

  1. Period of the proposed contract or delivery date

See section 12. Name and address of the pre-identified supplier.

  1. Cost estimate of the proposed contract

See section 12. Name and address of the pre-identified supplier.

  1. Name and address of the pre-identified supplier

Name: Priscilla Kusuk
21421-26-5347674
Address: contractor’s place of business
Period of the proposed contract: 11 months, from April 27, 2026 to March 31, 2027.
Cost estimate of the proposed contract including options: $104,882.10 (GST/HST extra).

Name: David Rice
21422-26-5347681
Address: contractor’s place of business
Period of the proposed contract: 11 months, from April 27, 2026 to March 31, 2027.
Cost estimate of the proposed contract including options: $49,659.60 (GST/HST extra).

  1. 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 Friday, April 24th, 2026 at 2:00PM EST.

  1. Inquiries and submission of statements of capabilities

Inquiries and statement of capabilities are to be directed to:

Danielle Murdoch, Regional Contract Administrator
Correctional Service Canada, Ontario Region
P.O Box 1174, 445 Union Street West
Kingston, Ontario
K7L 4Y8
Telephone: 343-422-4831
Email: danielle.murdoch@csc-scc.gc.ca

Show more description Show less description

Contract duration

The estimated contract period will be 11 month(s), with a proposed start date of 2026/04/27.

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

Partner with another business

Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

Contact information

Contracting organization

Organization Correctional Service of Canada (CSC) Address 445 Union Street

Kingston, Ontario, K7L4Y8 Canada Contracting authority Danielle Murdoch Phone (343) 422-4831 Email danielle.murdoch@csc-scc.gc.ca

Bidding details

Details for this tender opportunity are provided in the Description tab.

Please contact the to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

Note that there may be fees to access the documents or bid. These should be outlined in the tab.

We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

Related notices

There are currently no notices related to this notice.

Eligibility and terms and conditions

Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

Information may be available on another source prior to being available on CanadaBuys. You may have received this information 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 from CanadaBuys.canada.ca.

Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.


Summary information

Notice type Advance Contract Award Notice Language(s) English Region(s) of delivery Ontario (except NCR) Region of opportunity Canada 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.

Support for small and medium businesses

If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab.

Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

Report a problem on this page Date modified:

2026-04-24

Get daily alerts for CanadaBuys - Tender Opportunities

Daily digest delivered to your inbox.

Free. Unsubscribe anytime.

About this page

What is GovPing?

Every important government, regulator, and court update from around the world. One place. Real-time. Free. Our mission

What's from the agency?

Source document text, dates, docket IDs, and authority are extracted directly from PSPC.

What's AI-generated?

The summary, classification, recommended actions, deadlines, and penalty information are AI-generated from the original text and may contain errors. Always verify against the source document.

Last updated

Classification

Agency
PSPC
Published
April 10th, 2026
Instrument
Notice
Branch
Executive
Legal weight
Non-binding
Stage
Final
Change scope
Minor

Who this affects

Applies to
Government agencies
Industry sector
9211 Government & Public Administration
Activity scope
Government procurement Correctional services
Geographic scope
Canada CA

Taxonomy

Primary area
Government Contracting
Operational domain
Procurement
Topics
Public Health Social Services Healthcare

Get alerts for this source

We'll email you when CanadaBuys - Tender Opportunities publishes new changes.

Free. Unsubscribe anytime.

You're subscribed!