SAP Ariba and Fieldglass system maintenance

All SAP platforms will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.

  • SAP Ariba on Friday, June 28 from 2:00 pm until June 30 1:00 am (Eastern Time) 
  • SAP Fieldglass on Saturday, June 28 from11:00 pm until June 29 9:00 pm (Eastern Time) 

ACAN - Public Order Tactical Advisor Course (POTA)

Solicitation number 202006129

Publication date

Closing date and time 2020/08/07 14:00 EDT


    Description

    Advance Contract Award Notice (ACAN)

    Public Order Tactical Advisor Course (POTA)

    1.0 Advanced Contract Award Notice (ACAN):

    An 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 stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

    2.0 Requirement:

    The RCMP has a requirement for a customized Public Order Tactical Advisor Course (POTA), to be provided 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 the candidate 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.

    1. 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 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 which 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.

    3.0 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 26th, 2020;
    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.

    4.0 Trade Agreements:

    Not Applicable

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

    Not applicable.

    6.0 Comprehensive Land Claims Agreement(s):

    Not Applicable.

    7.0 Justification for the Pre-Identified Supplier:

    We intend to deal directly with the supplier mentioned in section 13 below as it is the only known supplier that meets the mandatory criteria set out in section 3 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

    8.0 Exemption to the Government Contract Regulations:

    Part 1, Section 6 (d) of the Government Contract Regulations is being invoked in this procurement as the only one known person or firm that is capable of performing the contract.

    The identified provider, Public Order Management Academy is the only one able to meet all of the criteria identified in paragraph 3 above.

    9. Exclusions and/or Limited Tendering Reasons

    Not Applicable

    10. Ownership of Intellectual Property

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

    11.0 Period of Contract:

    From Contract Award to March 31, 2021 with 2 (two) One year option periods.

    12. Estimated Cost

    The estimated maximum value of the contract is $27,500 inclusive.

    Optional Service, if required

    The additional estimated maximum value of the contract is $82,500.00 inclusive.

    13. Name and Address of the Proposed Contractor:

    Batavae Training and Consultancy

    Rene Gaemers

    Schoolwerf 185

    1354 JS Almere

    The Netherlands

    Tel: +31655825546

    batavae@gmail.com

    14.0 Location of Work:

    The course is to be presented in person in Winnipeg, Manitoba, Canada

    15.0 Suppliers’ right to submit a statement of capabilities:

    Suppliers who consider themselves fully qualified and available to meet the specified requirements may submit a statement of capabilities, via email, 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. Statement of capabilities received after the mentioned date will not be considered.

    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.

    167.0 Closing Date and time for Submissions:

    The closing date and time for accepting statements of capabilities is August 07th, 2020 @ 2:00 pm EST

    178.0 Contracting Authority:

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

    Tara Kaddouh

    Procurement and Contracting Branch

    73 Leikin Drive, Building M1

    Ottawa, Ontario

    K1A OR2

    Telephone: 343-571-5107

    E-mail: tara-lyn.kaddouh@rcmp-grc.gc.ca

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • No trade agreements are applicable to this solicitation process

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    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
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Contracting authority
    Kaddouh, Tara-Lyn
    Email
    tara-lyn.kaddouh@rcmp-grc.gc.ca
    Address
    73 Leiken St
    Ottawa, ON, K1A 0R2
    CA

    Buying organization(s)

    Organization
    Royal Canadian Mounted Police
    Address
    73 Leikin Dr
    Ottawa, Ontario, K1AOR2
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    000
    French
    1
    000
    English
    14

    Access the Getting started page for details on how to bid, and more.

    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, French
    Region(s) of delivery
    Manitoba
    Region of opportunity
    Manitoba
    Procurement method
    Competitive – Open Bidding

    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.

     

    Date modified: