Immigration Holding Centre

Solicitation number 47636-187661/A

Publication date

Closing date and time 2016/04/19 14:00 EDT

Last amendment date


    Description
    Trade Agreement: WTO-AGP/AIT
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: 
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Amendment is being raised to correct typos including correcting bid closing time to Eastern Daylight Saving Time. 
    
    
    Canada Border Services Agency (CBSA) has a requirement for the provision of an Immigration Holding Centre in the Greater Toronto Area(IHC) to be fully operational and in service by January 1, 2018 The Contractor must provide the IHC, housekeeping services, maintenance services and food services in accordance with the requirements detailedin Annex A, Statement of Work. 
    
    The period of the Contract will be from Date of Contract Award to December 31, 2027 with options to extend for two (2) one-year periods and a three-month transition period. The occupancy date will be agreed upon betweenthe Contractor and Canada but must be no laterthan January 1, 2018 (Occupancy Date).
    
    The IHC 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 yearsApril 1, 2011 to March 31, 2013, the average number of people accommodated at the IHCwas approximately 122 people per day but this number is expected to increase toan average of approximately 132-135 people per day. The numbers are an estimate only and not to be relied upon.
    
    Any proposed IHC must meet all requirements detailed in Annex A and at any planning meetings following contract award to the satisfaction of the Project Authority prior to Occupancy Date.
    
    There is also a provision within thisdocument (see Annex H) for separately demised office space within the IHC to be leased to Public Works and Government Services Canada (PWGSC) for occupancy and useby the Immigration Refugee Board (IRB). It is not a mandatory requirement that bidders provide space to PWGSC for use by IRB; however, it isdesirable to have both CBSA and IRBdepartmentslocated in the same building.  
    
    The proposed IHC must be located in the Greater Toronto Area, Province of Ontario, within the area bounded by Derry Road and Rexdale Blvd. to the north, Eglinton Avenue to the south, Tomken Road to the westand Martin Grove Road to the east. The address of the proposed IHC may be located on either side of these specified roads. If the IHC is located on the specified boundarylines, 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 OtherRequirements, 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.
    
    There is an optionalsite visitand an optional bidders’ conference to be held at 385 Rexdale Boulevard, Toronto, Ontario on February 29, 2016. The site visit will begin at 9:00 a.m. Bidders are requested to communicate with the Contracting Authority to confirm attendance and providethe name(s) of the person(s) who will attend. 
    
    The Bidder must provide Financial Capability to the Contracting Authority by the bid closing date. 
    
    Annex A,Statement of Work is a Protected B document that will only be madeavailable to
    those holding the following security clearances:
    a) Bidders holding a valid Designated Organization Screening (DOS) with approved Document Safeguarding at the level of ProtectedB issued by the CISD; and
    b) Bidder’s representatives holdingvalid Reliability Statusgranted by the CISD.
    
    Once PWGSC confirms that the Bidder and Bidder’s representative both hold the above-mentioned security clearances, PWGSC will release the Annex A, Statement of Work through the Bidder’s preferred documentdelivery method:
    i) viain-person pick-up by the named Bidder’s representative at the PWGSC office at 33 City Centre Drive - Suite 480C, Mississauga, Ontario; or
    ii) via Canada Post courier delivery to the Bidder’s company address holding the required valid CISD security clearance with the package addressed to the named Bidder’s representative.
    
    
    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
    006
    English
    20
    006
    French
    5
    005
    English
    18
    005
    French
    2
    004
    English
    26
    004
    French
    2
    003
    English
    27
    003
    French
    2
    002
    English
    35
    002
    French
    3
    001
    English
    35
    001
    French
    5
    000
    English
    78
    000
    French
    11

    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)
    Procurement method
    Competitive – Open Bidding