Customized Public Order Tactical Advisor Course

Status Awarded

Contract number 7252310

Solicitation number 202104697

Publication date

Contract award date

Contract value

CAD 75,700.00

    Description

    This contract was awarded to:

    Batavae Training and Consultancy

    Advance Contract Award Notice (ACAN)

    The purpose of this Advance Contract Award Notice (ACAN) is to signal the government's intention to award a contract for services to the pre-identified supplier. 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 posting period.

    If other potential suppliers submit a statement of capabilities during the posting period that meet the requirements set out in the ACAN, the government may 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, on or before the closing date, a statement of capabilities meeting the requirements set out in the ACAN, a contract may be awarded to the pre-selected supplier.

    1.0 Definition of Requirement:

    The Royal Canadian Mounted Police (RCMP) has a requirement for a customized Public Order Tactical Advisor Course (POTA), to be provided and delivered to specially selected members of the RCMP’s Tactical Support Group or other police agencies or public order units. The course must focus on the role of Public Order Tactical Advisor within both an Emergency Operations Center setting and a deployed Public Order Unit setting, on the ground. The course is based on the UK Policing Practices POTA Course and has been modified to suit Canadian Law and the RCMP’s Incident Management Intervention Model with a heavy emphasis on crowd psychology and current protest tactics and protestor groups.

    This training must provide experience where candidates can gain confidence by integrating tactical advice with police tactics for scenarios appropriate to RCMP operations.

    The Royal Canadian Mounted Police (RCMP) intends to enter into a sole source contract with the Public Order Management Academy.

    Some of the learning objectives that candidates must demonstrate at the end of the course through submission of written reports, verbal interaction and a final scenario exercise in conjunction with a Public Order Commander are:

    1. The ability to provide guidance and information in line with legislation and policy and at an appropriate level to the situation in support of the public order commander’s aim aims and objective’s.
    2. Evaluate threat, risk and community impact assessments and their implication in order to identify how the public order situation may develop and the contingencies that may arise.
    3. Ensure proper briefing and debriefing processes to capture organizational learning.
    4. Understand the National Decision model.
    5. Understand the full spectrum of the Tactical Options available to Canadian Police Commanders
    6. Understand the usefulness and deployment of a protestor liaison team.
    7. Have the ability to plan a public order event in line with the commander’s intent.
    8. Have an understanding of contingency planning.
    9. Have an understanding of public order law in Canada.
    10. Have an understanding of Crowd Psychology.
    11. Understand the process of accountability and respecting the records of decisions and rationales supporting those decisions.

    2.0 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:

    1. The Contractor must have the ability and the capacity to offer the required training services and Specialized Resources to RCMP. 
    2. The Contractor must be able to provide the first training session (demonstration) prior to October 12th, 2021;
    3. The Contractor must possess knowledge of the UK Policing Practices, Public Order Tactical Advisor Course material and must have delivered comparable training to military or law enforcement personnel.
    4. The courses offered must be in accordance to the current UK Policing Best Practices.
    5. The Lead Instructor must have previously taught POTA courses based on the UK Policing Best Practices guidelines, and have the following experience:

      Minimum of 10 years of experience with Military or Law Enforcement public order units.

      • Has worked as a POTA within the last 5 years operationally
      • Have delivered at least 2 (two) Public Order Command Level courses
      • Able to provide training in English and French
    6. The Contractor must provide a Lead Instructor with relevant experience in police operational or public order theatres. Alternatively, the Contractor must provide, an instructor with an understanding of current (within the last 5 years) research stemming from law enforcement or public order in operational theatres.

    The entire requirement is defined in the Statement of Work (SOW). A copy of the SOW can be provided upon request.

    3.0 Applicability of the trade agreement(s) to the procurement:

    Not Applicable

    4.0 Set-aside under the Procurement Strategy for Aboriginal Business:

    Not applicable.

    5.0 Comprehensive Land Claims Agreement(s):

    Not Applicable.

    6.0 Justification for the Pre-Identified Supplier:

    We intend to deal directly with the supplier mentioned in section 12 below as it is the only known supplier that meets the mandatory criteria set out in section 2 above.

    Should Canada receive a statement of capabilities from a supplier that contains sufficient information to indicate that it meets the requirements set forth in this ACAN,a competitive process will be triggered with a technical and financial evaluation methodology of the bids proposed by the potential bidders

    7.0 Government Contracts Regulations Exception(s)

    The following exception(s) to the Government Contracts Regulations is invoked for this procurement under subsection:

    Part 1, Section 6 (d) as only one known person or firm that is capable of performing the contract.

    The identified provider, Batavae Training and Consultancy is the only one able to meet all of the criteria identified in paragraph 2 above.

    8. Exclusions and/or Limited Tendering Reasons

    The following exclusion(s) and/or limited tendering reasons are invoked:

    Canadian Free Trade Agreement (CFTA) Article 513: Limited Tendering

    Canada-Chile Free Trade Agreement Article Kbis-09: Tendering Procedures

    Canada-Columbia Free Trade Agreement Article 1409: Limited Tendering

    Canada-Honduras Free Trade Agreement Article 17.11: Limited Tendering

    Canada-Korea Free Trade Agreement Article 14.3 (1): Scope

    Canada-Panama Free Trade Agreement Article 16.10: Limited Tendering

    9. Ownership of Intellectual Property

    RCMP (The Crown) will own the Intellectual Property Rights to the course that is being presented as it will be manipulated to reflect Canadian Law and RCMP.

    10. Period of the proposed contract:

    The proposed contract is for a period of one year, from date of Contract Award to September 30, 2022. The proposed contract includes the irrevocable option to extend the term of the Contract by up to one (1) additional one (1) year period under the same conditions.

    11. Cost estimate of the proposed contract:

    The estimated maximum value of the contract is $75,700.00 (GST/HST is not included).

    Optional Service, if required

    The additional estimated maximum value of the optional service is $37,850.00 (GST/HST is not included)..

    12. Pre-Identified Supplier:

    Name: Batavae Training and Consultancy

    Address: Rene Gaemers

    Schoolwerf 185

    1354 JS Almere

    The Netherlands

    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 of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.

    The RCMP’s file number, the Contracting officer’s name and the closing date of the ACAN must appear within the body of the email.

    14. Closing Date for a submission of a statement of capabilities:

    The closing date and time for accepting statements of capabilities is July 28 2021 @ 2:00 pm EDT

    15. Inquiries and submission of statement of capabilities:

    Inquiries and statements of capabilities are to be directed to (via email):

    Michelle Allen

    Procurement and Contracting Branch

    73 Leikin Drive, Building M1

    Ottawa, Ontario

    K1A OR2

    Telephone: 343-572-4945

    E-mail: michelle.allen@rcmp-grc.gc.ca

    Inquiries and statements of capabilities may be submitted in either official language of Canada.

    16. RCMP National Procurement Plan

    For information on the RCMP National Procurement Plan, visit http://www.rcmp-grc.gc.ca/en/rcmp-national-procurement-plan.

    17. Integrity Regime:

    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.

    Business address
    Schoolwerf 185
    Almere, 1354 JS
    Netherlands
    Procurement method
    Competitive – Open Bidding
    Language(s)
    English
    ,
    French

    Contract duration

    Refer to the description above for full details.

    Commodity - GSIN

    • U008N - Training and Curriculum Development
    Contact information

    Contracting organization

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Allen, Michelle
    Phone
    343-572-4945
    Address
    73 Leikin Drive
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

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