21206-26-5328189 - Indigenous Community Reintegration Support Services (Канада - Тендер #71002797) | ||
| ||
| Для перевода текста тендера на нужный язык воспользуйтесь приложением: | ||
Страна: Канада (другие тендеры и закупки Канада) Организатор тендера: www.merx.com Номер конкурса: 71002797 Дата публикации: 28-02-2026 Источник тендера: www.merx.com |
||
cb-618-4820531
Issuing OrganizationCorrectional Service of Canada (CSC)
Solicitation TypeACAN - Advance Contract Award Notice (Formal)
Solicitation Number21206-26-5328189
TitleIndigenous Community Reintegration Support Services
Source IDPWGSC
Agreement TypeNone
Canada
2026/02/27 12:00:00 AM EST
Closing Date2026/03/16 01:00:00 PM EDT
Claudia Landry
(506) 378-8722
claudia.landry@csc-scc.gc.ca
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 to deliver Cultural Reintegration Support Services to Indigenous offenders residing at the Lavers House Community Residential Facility (CRF)
and Indigenous offenders on parole in the greater Truro, Nova Scotia area. The work will involve the following:
1.1 Objectives:
To provide traditional teachings, ceremonies, spirituality and guidance to Indigenous offenders residing at the Lavers House CRF in Truro, Nova Scotia and to Indigenous offenders on parole in
the greater Truro, Nova Scotia area. This will allow offenders to continue to gain a deeper understanding of their cultural values, beliefs and connection with traditional ceremonies.
1.2 Tasks:
The Contractor must deliver sessions on traditional teachings, ceremonies and spirituality to Indigenous offenders who reside at the Lavers House CRF in Truro, Nova Scotia and to Indigenous
offenders on parole in the greater Truro, Nova Scotia area, The Contractor must also:
• Visit offenders at Lavers House CRF and offenders on parole.
• Provide telephone and video counseling to offenders.
• Provide one-on-one counseling to offenders.
1.3 Expected results:
The Contractor must provide a maximum of 1,014 hours per year of traditional teachings, ceremonies and spirituality to Indigenous offenders on parole in the Truro, Nova Scotia area.
1.4 Deliverables:
1.4.1 The Contractor must provide written details of all the services delivered with each invoice.
The Contractor must provide an analysis to assess the effectiveness of the cultural interventions along with supporting successful participation in, and completion of, the ceremonies and
gatherings.
1.4.2 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).
1.5 Constraints:
1.5.1 Location of work:
a. The Contractor must perform the work at:
Lavers House
460 Queen Street
Truro, NS
B2N 2C6
b. Travel
i. No travel is anticipated for performance of the work under this contract.
1.5.2 Language of Work:
The contractor must perform all work in English.
1.5.3 Security Requirement
There are no security requirements associated to this contract.
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:
The supplier must be recognized by their community as an Elder/Cultural Advisor within that community.
Experience:
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 supplier provide a reference letter and/or resume, in addition to their statement of capabilities, to support the knowledge and
experience claimed.
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 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.
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 Elder Services to meet the reintegration needs of CSC Indigenous offenders on parole.
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 two (2) additional one-year periods.
11. Cost estimate of the proposed contract
The estimated value of the contract, including option(s), is $174,833.88 (GST/HST extra).
12. Name and address of the pre-identified supplier
Name: Dale Sylliboy
Address: Contractor’s place of business
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 16, 2026 at 2:00 pm (ADT).
15. Inquiries and submission of statements of capabilities
Inquiries and statement of capabilities are to be directed to:
Claudia Landry, Regional Contract Officer
1045 Main Street
Moncton, NB E1C 1H1
Telephone: 506-378-8722
E-mail: claudia.landry@csc-scc.gc.ca