Immigration Holding Centre

Solicitation number 47636-178281/C

Publication date

Closing date and time 2015/01/30 14:00 EST

Last amendment date


    Description
    Trade Agreement: WTO-AGP/AIT
    Tendering Procedures: 
    Attachment: None
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    Immigration Holding Centre
    
    47636-178281/C
    Juan, Peggy
    Telephone No. - (905) 615-2467 (    )
    Fax No. - (905) 615-2060
    
    RFP Amendment No.012 is being raised to extend the bid closing
    date and to clarify that conditional financial bid is not
    acceptable.
    
    
    Canada Border Services Agency (CBSA) has a requirement for the
    provision of an Immigration Holding Centre (IHC) to be fully
    operational and in service by January 1, 2017. The Contractor
    must provide the facility, housekeeping services, maintenance
    services and food services in accordance with the requirements
    detailed in Annex A, Statement of Work. 
    
    The facility must accommodate a minimum of 188 people and must
    have the ability to adjust to accommodate another 50 people as
    required from time to time. Over the years April 1, 2011 to
    March 31, 2013, the average number of people accommodated at the
    facility was approximately 122 people per day but this number is
    expected to increase to an average of approximately 132-135
    people per day.  The numbers are an estimate only and not to be
    relied upon.
    
    Any proposed facility must meet all requirements detailed in
    Annex A and any planning meetings following contract award to
    the satisfaction of the Project Authority prior to occupancy.
     
    There is also a provision within this document (see Annex G) for
    separately demised office space within the IHC to be leased to
    Public Works and Government Services Canada (PWGSC) for
    occupancy and use by the Immigration Refugee Board (IRB). It is
    not a mandatory requirement that bidders provide space to PWGSC
    for use by IRB; however, it is desirable to have both CBSA and
    IRB departments located in the same building. 
    
    The contract period will be from Date of Contract Award to March
    31, 2027, with options to extend for two (2) one-year periods.
    The occupancy date will be agreed upon between the Contractor
    and Canada but must be no later than January 1, 2017 (Occupancy
    Date). 
    
    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. 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
    any one of the four specified boundary roads. 
    
    There are security requirements associated with this
    requirement. For additional information, consult Part 6 -
    Security, Financial and Other Requirements, and Part 7 -
    Resulting Contract Clauses. For more information on personnel
    and organization security screening or security clauses, bidders
    should refer to the Industrial Security Program (ISP) of Public
    Works and Government Services Canada
    (http://ssi-iss.tpsgc-pwgsc.gc.ca/index-eng.html) website.
    
    The requirement is subject to the provisions of the World Trade
    Organization Agreement on Government Procurement (WTO-AGP) and
    the Agreement on Internal Trade (AIT).
    
    Annex A, Statement of Work will be available for pick up as of
    November 24, 2014 by those meeting the security requirements
    detailed in Part 7, article 3.1. The Contracting Authority must
    be contacted prior to pick up to verify that the individual
    picking up or receiving the annex meets the required security
    clearance.
    
    There is a mandatory site visit and an optional bidders'
    conference.
    
    It is mandatory that the Bidder or a representative of the
    Bidder visit the incumbent's work site. Arrangements have been
    made for site visit to be held on December 2, 2014, 9:00 a.m.
    EDT at 385 Rexdale Boulevard, Toronto, Ontario. Bidders must
    communicate with the Contracting Authority no later than
    November 28, 2014, 2:00 p.m. EDT before the scheduled visit to
    confirm attendance and provide the names of the person(s) who
    will attend. Bidders will be required to sign an attendance
    form. Bidders should confirm in their bids that they have
    attended the site visit. Bidders who do not attend or send a
    representative will not be given an alternative appointment and
    their bids will be rejected as non-compliant. Any clarifications
    or changes to the bid solicitation resulting from the site visit
    will be included as an amendment to the bid solicitation.
    
    Multiple bids from the same bidder (or a bid from a bidder and
    another bid from any of its affiliates) are not permitted in
    response to this bid solicitation.  Each bidder must submit only
    a single bid.  For the purpose of this bid solicitation,
    individual members of a joint venture cannot participate in
    another bid, either by submitting a bid alone or by
    participating in another joint venture.  If any bidder submits
    more than one bid (or an affiliate also submits a bid), either
    on its own or as part of a joint venture, Canada will choose in
    its discretion which bid to consider.
    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)
    • Agreement on Internal Trade (AIT)
    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Juan, Peggy
    Phone
    (905) 615-2467 ( )
    Fax
    (905) 615-2060
    Address
    Ontario Region
    33 City Centre Drive
    Suite 480
    Mississauga, Ontario, L5B 2N5

    Buying organization(s)

    Organization
    Canada Border Services Agency
    Address
    333 North River Road
    Ottawa, Ontario, K1L 8B9
    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
    012
    English
    52
    012
    French
    19
    011
    English
    37
    011
    French
    7
    010
    English
    34
    010
    French
    7
    009
    English
    34
    009
    French
    9
    008
    English
    34
    008
    French
    8
    007
    English
    39
    007
    French
    5
    006
    English
    46
    006
    French
    8
    005
    English
    56
    005
    French
    13
    004
    English
    42
    004
    French
    7
    003
    English
    41
    003
    French
    7
    002
    English
    42
    002
    French
    5
    001
    English
    48
    001
    French
    2
    000
    English
    125
    000
    French
    40

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

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Selection criteria
    Highest Combined Rating of Technical Merit and Price