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.

SAP Ariba system maintenance

SAP Ariba will be unavailable for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • Saturday, April 18 from 8:00 pm until 11:59 pm (EDT)

Customized Open Source Intelligence Training - Design and Delivery

Status Awarded

Contract number 7279926

Contract value :

CAD 111,227.04

Solicitation number 202405863/A

Publication date

Contract award date


    Description
    This contract was awarded to:
    KeyNorth Professional Services Group Inc.

    The Royal Canadian Mounted Police (RCMP) Canadian Police College (CPC) offers specialized training to police services and law enforcement agencies and organizations that support public safety, both in Canada and internationally. Its mission is to strengthen the safety and security of Canadians by providing high-quality police education and training. This empowers trusted partners to address the evolving needs of communities throughout their careers.

    The CPC has provided open source intelligence training to law enforcement personnel, equipping them with critical skills to conduct investigations in the digital landscape. As technology and open source methods rapidly evolve, to ensure that its training offerings reflect the latest trends, tools and practices, the CPC has a requirement to supplement its internal training capability and capacity with additional training services provided by professionals knowledgeable in the use of open source intelligence to support policing and investigative activities. These professionals must also be experienced with learning design, learning content development, and instructional delivery of the topic of open source intelligence. These services will help ensure that CPC training in open source intelligence continuously reflects advancements in technology and practice, thereby enabling training participants to perform their duties more effectively in the field

    Security Requirements:

    The Contractor’s resource(s) are required to be security cleared at the level of Enhanced Reliability Status (ERS) as verified by the Personnel Security Unit (PSU) of the Royal Canadian Mounted Police (RCMP).

    Basis of selection:

    A bid must comply with all requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The Contractor will be selected based on responsive bid having the highest combined rating of technical merit and price.

    Requirements are in accordance with the Annex A – Statement of Work, and the Mandatory Technical Criteria is detailed in the Attachment 1 to Part 4 of the Request for Proposal document.

    Tenders must be submitted to the RCMP Bid Receiving Unit at: David.Repsys@rcmp-grc.gc.ca

    Refer to the attached tender documents to obtain further information.

    Canada retains the right to negotiate with any supplier on any procurement.

    Documents may be submitted in either official language of Canada.

    The RCMP has adopted the Integrity Regime administered by Public Services and Procurement Canada. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

    Canada will make available Notices of Proposed Procurement (NPP), bid solicitations and related documents for download through the Government Electronic Tendering Service (GETS) at https://canadabuys.canada.ca/en/tender-opportunities . Canada is not responsible and will not assume any liabilities whatsoever for the information found on websites of third parties. In the event an NPP, bid solicitation or related documentation would be amended, Canada will not be sending notifications. Canada will post all amendments, including significant enquiries received and their replies, using GETS. It is the sole responsibility of the Bidder to regularly consult GETS for the most up-to-date information. Canada will not be liable for any oversight on the Bidder's part nor for notification services offered by a third party.

    Indigenous Procurement:

    The federal Indigenous Business Directory (IBD) is an online resource for all levels of government and the private sector to identify Indigenous business capacity. Having a business profile in the IBD will increase your company’s visibility and may provide additional business. A profile in the IBD can also allow you to compete for federal government contracts that are set-aside for Indigenous businesses through the Procurement Strategy for Indigenous Businesses. For more information and to review eligibility criteria and register, visit: www.canada.ca/indigenousbusinessdirectory.

    Business address

    117 Murray St. Suite 302

    Ottawa, ON, K1N 5M5
    Canada
    Notice type
    Request for Proposal
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Region(s) of delivery
    National Capital Region (NCR)

    Contract duration

    The contract will be for a period of 12 month(s), from 2025/07/01 to 2026/06/30.

    Commodity - UNSPSC

    • 86130000 - Specialized educational services

    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-Ukraine Free Trade Agreement (CUFTA)
    • 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
    Royal Canadian Mounted Police (RCMP)
    Address

    73 Leikin Dr

    Ottawa, ON, K1A 0R2
    Canada
    Contracting authority
    David Repsys
    Phone
    (343) 575-5298
    Email
    David.Repsys@rcmp-grc.gc.ca
    Address

    73 Leikin Dr

    Ottawa, ON, K1A 0R2
    Canada
    Date modified: