Immigration Holding Centre
Solicitation number 47636-178281/B
Publication date
Closing date and time 2014/05/22 14:00 EDT
Last amendment date
Description
Trade Agreement: WTO-AGP/NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama Tendering Procedures: Attachment: None Competitive Procurement Strategy: N/A - P&A/LOI Only Comprehensive Land Claim Agreement: No Nature of Requirements: Immigration Holding Centre This is NOT a bid solicitation or an invitation to tender and no contract will result from this publication. This Letter of Interest is for information purposes only and is being issued to alert the vendor community of the intended requirement. This amendment is being raised to answer additional Questions and Answers received to date. Q1 : With reference to the above Letter of Interest (LOI) I Request for Inf ormation (RFI) published 7 March 2014, and the subsequent Industry Day held 18 March 2014, we wish to request that PWGSC I CBSA adjust the geographic boundary line for the IHC site with respect to the above opportunity. We note that the current boundary excludes some Greater Toronto Airport Authority (GTAA) controlled lands, particularly the parcel of land as illustrated in Figures 1 and 2, attached. We ask that this key segment of property be included within the boundary. This parcel of land resides on the North side of Derry Road, on the Northwestern boundary line. Its immediate proximity to Toronto Pearson International Airport-the immigration point of entry-makes it ideally situated to serve as a candidate site for the proposed IHC. The GTAA has agreed to make this land available to all bidders on a non-exclusive basis, and therefore its inclusion in the boundary would not benefit or disadvantage any single bidder. Further, as this land is leased by the GTAA from Transport Canada, 12% of the revenues collected from its use are returned to the Federal Government as fees, effectively offsetting the ultimate taxpayer burden. For these reasons, we would ask that the geographic boundary line be redrawn to include GTAA controlled lands, as outlined above. The inclusion of this parcel of land would assure a fair and open competition, and eliminate any perception of an unfair advantage to the incumbent, whose existing facility resides within the current boundary, on its North Northeastern-most edge. A1 : The proposed facility must be located in the Greater Toronto Area, Province of Ontario, within the area bounded by Derry Road to the north, Eglinton Avenue to the south, Tomken Road to the west and Martin Grove Road to the east. However, the address of the proposed facility may be located on either side of these specified roads. If the IHC is located on the specified boundary lines, then the building entry and exist must be accessible via the boundary road. Q2: I came across this on the MERX site last week and had a few questions. It appears that a few consulting/architectural firms gathered together to hear about a potential border facility. I am assuming that this will eventually be tendered to a consulting firm to complete a design then eventually work its way to open tender. Or is this too early to tell. A2: Please be advised that this is not an architectural and engineering service requirement. This is a service requirement where the successful contractor is responsible for providing secured accommodation services and housekeeping services for the occupants at a facility supplied by the contractor. The contractor is also responsible for the maintenance of this facility. The tender document for this upcoming service procurement will be posted on Buy&Sell.gc.ca. ----------------------------------------------------------------- ------------------- Minutes Optional Industry Information Day Immigration Holding Centre (IHC) Procurement Date: March 18, 2014 Location: Entrance 92, 6900 Airport Road, Mississauga, Ontario Participants: Menelaos (Manny) Argiropoulos - PWGSC, Office of Small and Medium Enterprise Louise Kelly - PWGSC, Acquisitions Peggy Juan - PWGSC, Acquisitions Debra Kingsbury - Canada Border Service Agency (CBSA) Sajjad Bhatti - CBSA Marie E. Darling - ATCO Structures & Logistics Brigitte Hamilton - Hamilton Corporate Group (HCG Security) Michael Lowe - Hamilton Corporate Group (HCG Security) Jason Witalis - Kleinfeldt Mychajlowycz Architects Inc. (KMA) Amy Kasnickas - Serco Canada Inc. Michael Murphy - Parkin Architects Limited representing Corbel Management Corp. Christian Dugas - Samsons & Associates, Fairness Monitor (FM) Specialist Registration All vendor attendees signed in. Introduction Menelaos (Manny) Argiropoulos welcomed the vendors and introduced the government representatives as well as the FM by highlighting their roles in the procurement. He explained that the goals of the session were to provide information on: a brief summary of the requirement; the security clearance required for this requirement; key bidding reminders; process overview; provide a Q&A session for vendors. Overview of the Immigration Holding Centre Requirement CBSA provided an overview of the requirement: CBSA requires a contractor to provide a detention facility which is a secured accommodation facility that can hold 160 people consisting of male, female and minor, with the ability to accommodate 50 additional people. This is an all-inclusive service requirement where secured accommodation, housekeeping and meals services are provided at this facility. CBSA has the legislated authority under the Immigration Refugee Board Act to arrest and detain individuals who are deemed as flight risks, danger to the public, or for identity purpose. In this facility, there is requirement for multi-purpose rooms, interview areas and exercise areas. In additional to the detainees, this facility must also accommodate other people such as CBSA staff, CBSA security contractors, CBSA medical contractors, Non Government Organization staff, legal community and other representation. Security Requirement and Procurement Reminders Peggy Juan explained that Public Works and Government Services Canada is providing acquisitions services in support of our client, Canada Border Services Agency. She provided an overview of the security requirement associated with the upcoming RFP and offered to sponsor companies who wish to initiate security clearance application with PWGSC: A part of the specification documents in the statement of work is classified as Protected B and will only be released to vendors who have the required security clearance to access Protected B documents. The Request for Proposal (the RFP) for this requirement will only provide the portions of the statement of work that is not classified as Protected B documents. Vendors are strongly encouraged to apply for security clearance with PWGSC's Industrial Security Program. The screening process to obtain security clearance can be lengthy. Anyone wishes to obtain their security clearance in time for the upcoming procurement should submit their request as soon as possible. Bidding Reminders: If you have any questions regarding the RFP document, please submit your questions to PWGSC prior to the Bid Closing Date, PWGSC cannot make any changes to the RFP after Bid Closing without retendering the requirement. The RFP will include a timeline for submitting questions which allows PWGSC sufficient time to answer, translate, and distribute Q&A to all vendors. As noted above, please do not make assumptions about the RFP when preparing your bid package. If you have any question or concern, please submit your question to PWGSC. Please remember to submit a signed front page of the RFP in your bid package to indicate that you have accepted the terms and conditions of the RFP. The RFP governs how the bids will be evaluated. If any of the information you receive today differs from the RFP, please keep in mind that the bids are evaluated according to the RFP. When in doubt, please submit your question to PWGSC. All communication regarding this requirement must be submitted through PWGSC. PWGSC Office of Small and Medium Enterprise presented How to do business with the Government of Canada and Smart Procurement. NOTE: The power point presentations are attached. Questions (Q) and Answers (A): Q1: Of the 160 people (and at times 50 of the additional people), what is the gender mix? A1: The ratio is 70% Male and 30% Female. Q2: Of the 50 additional people to be accommodated, what has been the average frequency in the past 3 years and average numbers? A2: This requirement is in case of an influx of detainees which has not been required over the past 3 years, however, it remains as a requirement for this tender. Q3: The boundary lines have been delineated as: Derry Road to the north, Eglinton Avenue to the south, Tomken Road to the west and Martin Grove Road to the east. Is it possible to go beyond the limit of these boundaries? A3: No, there are CBSA business requirements that have dictated these boundaries. Q4: Of the three 1-year periods, what are the parameters for securing the extensions beyond the initial 5-year and 3-month contract? A4: If after the initial 5 years 3 months, the business requirements remain the same then the option to extend for the three one-year periods would be invoked one year at a time. Q5: Security is a major component of this IHC requirement. With that in mind, will you be evaluating the cost savings for the number of guards required in the proposed facility? A5: No, the guard services contract is separate from this requirement. Q6: When would the contractor be notified if the option to extend the contract period is exercised? A6: The notice period would be specified in the RFP and the resulting contract. Traditionally, it had been within 6 weeks or 3 months from the date of contract completion. Please review the RFP for the specified period for this requirement. If you still have this concern during the solicitation period, please advise PWGSC during the solicitation period. Q7: What if one design requires less security guards than another design which results in real cost savings to CBSA? For example, if one design requires 50 guards and another requires 30 guards? A7: CBSA plans to evaluate for sightlines in the point rated evaluation but does not plan to evaluate specifically the numbers of security guards required in the facility. Q8: What will be the impact of this contract on the existing facility? A8: This contract will replace the current service contract. There will be a mandatory site visit to the existing facility. Q9: Who will equip the medical rooms in this facility? A9: CBSA will provide the equipment and furniture required for the medical rooms/doctor's office in this facility. Q10: What is the length of the RFP posting? A10: The RFP will be posted for a minimum of 40 days. Q11: When will the RFP be issued? A11: We plan to issue the RFP between late April to early May. Q12: When will the contract be awarded? A12: We anticipate contract award in April 2015 which will allow the contractor an 18 month construction period. Q13: When will the mandatory site visit take place? A13: It will take place during the solicitation period. Q14: What will be the technical and cost weighing? A14: This information will be provided in the RFP. Q15: Do you have a budget that you can share with us? A15: No. Q16: Will the medical service and security guards service be rolled into this contract? A16: Canada does not plan to combine the medical service and security guard service into this contract. Q17: What is the required accommodation set-up? Is it individual rooms or dorm-style? A17: Currently, CBSA has individual rooms that can accommodate 3 to 4 people and dorm style accommodation. There is a male wing, a female wing which may also accommodate minors and a minor wing. Q18: Is there a requirement for cultural or religious food? A18: Yes. Q19: Who is considered a minor? A19: A detainee under the age of 18. Q20: Will a 17-year old boy stay with his mother in the same room? A20: Minors accompanied by their mothers will stay with their mothers in the family accommodation of the female wing. Minors accompanied by their fathers will stay in the minor wing. Unaccompanied minors will stay in the minor wing. Q21: Is there a requirement for transportation shuttle? A21: No, that is not part of this requirement. Q22: Does this requirement include grounds maintenance and snow removal? A22: Yes. Q23: Is computer, IT infrastructure part of this requirement? A23: The card access system and camera system of this facility is part of this requirement. CBSA will provide their own computers. Q24: Is there an accessibility requirement? A24: Yes. Q25: Is Industrial Regional Benefits a value proposition for this requirement? A25: No. Q26: Is this a requirement for a design-build solution or to renovate or refurbish existing building? A26: We are open to accept all solutions that meet the SOW. Q27: Is there an existing facility? Will CBSA be taking over the building? A27: There is an existing Immigration Holding Centre service contract. CBSA will not take over the lease of the building when the service contract expires. Q28: Who pays for the damages caused by occupants? A28: Damages caused by occupants are borne by the contractor. Q29: Who pays for the utility, gas and electricity? A29: The contractor will pay for the utility, gas and electricity. Q30: Will the contractor be required to de-commission the existing facility? A30: No. Q31: Will there be any one-on-one engagement sessions? A31: Canada is not planning any one-on-one engagement consultation at this time, but if you believe it is needed, please let us know. Q32: I want to know what proof of security clearance is required. For example, do you need the COMSEC number? A32: In order to verify the security clearance level of a vendor, Canada will require the legal name and address of the vendor at a minimum. CISD security clearance number may also be requested, if required. Q33: Can you provide the information on the estimated value of the CBSA IHC project? A33: We do not have an estimate that we can provide. Q34 a): Is the new IHC facility intended to replace the existing Rexdale facility, or is it meant to compliment/supplement Rexdale? A34 a): The new IHC service contract will replace the services provided by the incumbent contractor at the Rexdale facility. Q34b): If the new facility is intended to replace the existing Rexdale facility, what are CBSA's reasons for leaving Rexdale? A35b): This requirement is being tendered in anticipation of the expiry of the current service contract. Q35: Would CBSA consider a longer contract term (15 - 30 years), such that capital expenditures could be amortized over a longer term? A35: No, CBSA would not. Q36: What are CBSA's intentions for the new facility at the end of the contract term? As the LOI reads, CBSA may choose to leave the new facility at the end of the contract term without penalty or a terminal payment. This leaves a significant risk that the successful proponent will be left with a secure holding centre that is not easily remarketed or monetized without significant renovations. A36: Once the service contract term has ended, CBSA will retender the service requirement. Q37: Would CBSA consider rolling some of the other services contracts (e.g. security) into this contract? The assumption of these responsibilities by the successful proponent could be timed such that they are not assumed until the existing contracts have expired. A37: No. Q38: Does CBSA own the existing facility? A38: No. Q39: Is CBSA looking to continue to have services provided at the existing facility or is CBSA open to have the services provided at a different location? A39: CBSA is requesting the services to be provided within the required geographic boundary lines. Closing Remarks Please ensure all communication regarding this requirement are directed to the contracting authority at PWGSC. PWGSC will distribute the minutes from today's event to all attendees as well as posting them to Buy and Sell. ----------------------------------------------------------------- ------------------------ Suppliers who did not attend will not be precluded from submitting a bid in response to any future solicitation for this requirement. Canada will not be under any obligation to advise any respondent of this Letter of Interest of the issuance of any subsequent solicitation documents for this requirement, and it is the responsibility of all vendors to monitor the Buyandsell.gc.ca for the posting of any subsequent solicitation documents. Questions about this Letter of Interest may be directed to the Contracting Authority: Peggy Juan Telephone: (905) 615-2467 Facsimile: (905) 615-2060 E-mail : peggy.juan@pwgsc.gc.ca Delivery Date: Above-mentioned The Crown retains the right to negotiate with suppliers on any procurement. Documents may be submitted in either official language of Canada.
Contract duration
Refer to the description above for full details.
Trade agreements
-
World Trade Organization Agreement on Government Procurement (WTO GPA)
-
Canada-Panama Free Trade Agreement
-
Agreement on Internal Trade (AIT)
-
Canada-Colombia Free Trade Agreement
-
Canada-Peru Free Trade Agreement (CPFTA)
-
North American Free Trade Agreement (NAFTA)
Contact information
Contracting organization
- Organization
-
Public Works and Government Services Canada
- Address
-
11 Laurier St, Phase III, Place du PortageGatineau, Quebec, K1A 0S5Canada
- Contracting authority
- Juan, Peggy
- Phone
- (905) 615-2467 ( )
- Fax
- (905) 615-2060
- Address
-
Ontario Region
33 City Centre Drive
Suite 480Mississauga, Ontario, L5B 2N5
Buying organization(s)
- Organization
-
Canada Border Services Agency
- Address
-
333 North River RoadOttawa, Ontario, K1L 8B9Canada
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.
Document title | Amendment no. | Language | Unique downloads | Date added |
---|---|---|---|---|
ABES.PROD.PW_TOR.B224.F6581.EBSU001.PDF | 001 | FR | 7 | |
ABES.PROD.PW_TOR.B224.F6581.EBSU002.PDF | 002 | FR | 8 | |
ABES.PROD.PW_TOR.B224.F6581.EBSU000.PDF | 000 | FR | 12 | |
ABES.PROD.PW_TOR.B224.E6581.EBSU001.PDF | 001 | EN | 23 | |
ABES.PROD.PW_TOR.B224.E6581.EBSU002.PDF | 002 | EN | 22 | |
ABES.PROD.PW_TOR.B224.E6581.EBSU000.PDF | 000 | EN | 77 |
Access the Getting started page for details on how to bid, and more.