SAP Ariba system maintenance

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

  • Sunday, June 9 from 7:00 pm until 11:00 pm (Eastern Time) 

Forensic Child Interviewing

Status Awarded

Contract number 7232032

Solicitation number M5000-19-1578/A

Publication date

Contract award date

Contract value

CAD 462,000.00

    Description

    This contract was awarded to:

    The Forensic Practice

    1. Advance Contract Award Notice (ACAN)

    The Royal Canadian Mounted Police (RCMP) has a requirement for the provision of Forensic Child Interviewing Training.

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government’s intention to award a contract to the Forensic Practice for this service. Before awarding a contract, however, the government would like to provide other suppliers with the opportunity to demonstrate that they are capable of satisfying the requirements set out in this Notice, by submitting a statement of capabilities during the 15 calendar day posting period.

    If other potential suppliers submit a statement of capabilities during the 15 calendar day posting period that meet the requirements set out in the ACAN, the government will proceed to a full tendering process on either the government’s electronic tendering service or through traditional means, in order to award the contract.

    If no other supplier submits a statement of capabilities set out in the ACAN, on or before the closing date, a contract will be awarded to the pre-selected supplier.

    2. Definition of the requirement

    The RCMP is seeking to have the delivery of training in forensic child interviewing techniques delivered in the form of workshops throughout the provinces of Alberta and Saskatchewan. These workshops will range in length from three (3) to five (5) days, not inclusive of travel days, if required. The workshops will be scheduled on an as-and-when requested basis during the contract period.

    It is anticipated that two (2) workshops will be held per year in Saskatchewan. In Alberta, two (2) workshops will be held in the first year, and four (4) workshops per year for subsequent years. Workshops will most likely be held in the spring and fall.

    The objective for the provision of these workshops is to provide current and up-to-date skills and techniques for assisting police officers in the interviewing of child victims, through the use of lectures, scenarios, demonstrations, practice interviews, group and individual exercises. The contractor must have experience within the court rulings and have good results with the techniques taught being accepted by the courts.

    The contractor will include the following topics during the course of the workshops:

    1. Identifying barriers to the interview
    2. Parent interviews
    3. Disclosure interviews
    4. Identifying offending patterns
    5. Types of disclosures
    6. Setting up interviews, building rapport
    7. Types of memory and how it affects the interview

    The contractor will also possess experience in the following areas:

    1. providing guidance in conducting proper child interviews, mentoring in the techniques and procedures
    2. a minimum of 10 years (within the last 13 years) in addressing offences that fall within the Criminal Code of Canada
    3. update and provide new information based on court decisions and to adjust the training accordingly

    The contractor, in providing these services, must be guided by case law and offences outlined in the Criminal Code of Canada.

    The RCMP will provide the venue and the audio visual equipment (projector, screen, speakers, and flipcharts). The locations of the workshops will vary throughout Alberta and Saskatchewan.

    The contractor will provide the trainer(s), a computer, and presentation of the requested workshop.

    Constraints:

    1. The course must not exceed 5 days in duration and must be delivered between 0800 and 1700 hours in person with an hour break for lunch.
    2. The maximum number of participants in each workshop will not exceed 30.
    3. The contractor must be able to meet the security requirement for the workshops.

    Deliverables:

    1. The contractor must provide each participant one hard copy of the training material.
    2. The contractor must deliver the workshop.
    3. The contractor must provide each participant a certificate upon successful completion of the workshop.

    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements)

    Any interested supplier must demonstrate by way of a statement of capabilities that their training curriculum includes the following:

    1. Identifying barriers to the interview
    2. Parent interviews
    3. Disclosure interviews
    4. Identifying offending patterns
    5. Types of disclosures
    6. Setting up interviews, building rapport
    7. Types of memory and how it affects the interview

    A copy of the curriculum or syllabus must be included with the statement of capabilities.

    The contractor must have ownership or license to use any background intellectual property information included in the proposed curriculum, and should provide documentation to confirm.

    The contractor will also possess experience in the following areas:

    1. providing guidance in conducting proper child interviews, mentoring in the techniques and procedures
    2. a minimum of 10 years (within the last 13 years) in addressing offences that fall within the Criminal Code of Canada
    3. update and provide new information based on court decisions and to adjust the training accordingly

    In addition, any interested supplier must demonstrate by way of statement of capabilities that they possess the following. Proof of experience must be demonstrated with the Statement of Capability.

    Proof of designation, accreditation, and/or certification must be provided with Statement of Capability.

     k) Instructor(s) must have a minimum of 10 years’ experience (within the last 13 years) in conducting child victims and witness interviews

    l) Instructor(s) must have a minimum of 10 years’ experience (within the last 13 years) in facilitating forensic child interviewing courses

    m) Instructor(s) must be able to provide examples of knowledge in the area of forensic child interviewing upon request

    n) Instructor(s) must be able to facilitate court accepted child interviewing techniques, meaning the interviews have met the level of acceptance under the scrutiny of the courts

    o) Instructor(s) are required to provide current and accurate child interviewing information based on current legislation and court decisions

    p) Academic qualifications: Instructor(s) must hold a minimum of a Bachelor’s Degree in Sociology or Psychology

    4. Applicability of the trade agreements(s) to the procurement

    ALL trade agreements apply.

    5. Set-aside under the Procurement Strategy for Aboriginal Business

    N/A

    6. Comprehensive Land Claims Agreement(s)

    N/A

    7. Justification for the Pre-Selected Supplier

    The Forensic Practice is the only known company able to provide this specialized training required by the RCMP in order to have successful results in court cases. The pre-identified supplier meets all of the minimum essential requirements described in this ACAN.

    8. Government Contracts Regulation Exception(s)

    The following exception to the Government Contracts Regulations is invoked for this procurement under subsection 6 (d) – “only person is capable of performing the work”.

    9. Exclusions and/or Limited Tendering Reasons

    The following exclusions(s) and/or limited tendering reasons are invoked under the trade agreements specified:

    1. North American Free Trade Agreement (NAFTA) – Article 1016 par 2b)
    2. World Trade Organization – Agreement on Government Procurement (WTO-AGP) – Article XIII, paragraph 1.b.iii
    3. Canadian-European Union Comprehensive Economic Trade Agreement (CETA) – Article 19.12, section 1 (b) (iii)
    4. Canadian Free Trade Agreement (CFTA) – Article 513, paragraph 1.b.iii.

    10. Ownership of Intellectual Property

    The contractor holds the copyrights to their curriculum and is the only company authorized to facilitate their training. The Crown does not have any rights to the IP. Any new IP generated as a result of a contract award will also vest in the contractor.

    11. Period of the proposed contract

    The proposed contract is for a period of three (3) years, with the option to extend for one (1) additional year.

     12. Cost estimate of the proposed contract

    In the event of a competitive process as a result of this ACAN, the cost estimate of the proposed contract will not be disclosed to ensure a fair and transparent solicitation process.

    13. Name and address of the pre-identified supplier

    The Forensic Practice

    Suite # 513, 34A-2755 Lougheed HWY

    Port Coquitlam, BC V3B 5Y9

    14. Supplier’s right to submit a statement of capability

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities in writing to the Contracting Authority identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    15. Closing date for a submission of a statement of capabilities

    The closing date and time for accepting statements of capabilities is September 27, 2018 at 2:00 p.m. Central Standard Time.

    16. Inquiries and submission of a statement of capabilities

    Inquiries and statements of capabilities are to be directed to:

    Rachel Sookoo, Procurement Officer

    Royal Canadian Mounted Police

    5600 11th Avenue

    Regina, SK S4P 3J7

    Telephone: (639) 625-3291

    Fax: (306) 780-5232

    rachel.sookoo@rcmp-grc.gc.ca

     Statement of capabilities can be submitted by e-mail, fax, or hardcopy.

     Documents may be submitted in either official language of Canada.

     The RCMP file number, the contracting officer’s name and the closing date of the ACAN must appear on the outside of the envelope in block letters, or on the cover page of the fax transmission.

     RCMP has adopted the Integrity Regime administered by PSPC. As a result, the integrity provisions are being applied in RCMP contracting activities as outlined in this solicitation.

     The Crown retains the right to negotiate with suppliers on any procurement.

     The RCMP has published its National Procurement Plan. For further information please see link: http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan

    Business address
    Suite #513, 34A-2755 Lougheed Hwy.
    Port Coquitlam, BC, V3B 5Y9
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • U099A - Business Training
    • U099AA - Educational Services - Business Training
    • U099U - Career Path Planning Training Courses
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Sookoo, Rachel
    Phone
    639-625-3291
    Address
    5600 11th Avenue
    Regina, SK, S4P 3J7
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Date modified: