Minor Use Pesticide Program (MUPP) Residue Analysis - Pest Management Centre

Solicitation number 01B68-23-0031

Publication date

Closing date and time 2023/08/30 12:00 EDT

Last amendment date


    Description

    1.2.1 This bid solicitation is being issued to satisfy the requirement of Agriculture and Agri-Food Canada. It is intended to result in the award of multiple contracts from contract award to March 31, 2025.
    AAFC is requesting proposals for the conduct of chemical analysis for pesticide residues on crop samples collected from field trials at several Canadian locations, in accordance with the requirements of the Organization for Economic Co-operation and Development (OECD) Principles of Good Laboratory Practices (GLP) (rev 1997), study plans (Appendix A Annex 2), and Health Canada’s Pest Management Regulatory Agency “Residue Chemistry Guidelines” (PMRA Guidance Document, Updated Residue Chemistry Guidelines - Canada.ca)

    For the purpose of preparing proposals, it is not a requirement to bid on all Projects. Proposals must be submitted on a Project number basis and not by study number. A Project consists of all the respective studies specific to a given Project number, the active ingredient, the commercial product and the crop(s) involved.

    It is expected that AAFC may have to contract with several different companies to complete the identified laboratory analysis for the specified Projects. However, the degree of work that will be contracted is dependent upon many factors, including the response level to this RFP.

    Only the analytical methods as in the list of projects in Annex 1 of this Appendix can be used.
    The methods may be obtained as indicated below:

    Project 1: AAFC23-004R (prohexadione calcium)
    Method # 564/0: Validation of the analytical method 564/0: Method for the determination of Prohexadione-Ca in plant and animal matrices, BASF DocID 2005/1007581, A. Lehmann, C. Mackenroth, BASF Agricultural Center Limburgerhof, 23 March 2005.

    Methods belonging to BASF Canada Inc., must be requested from
    Carlan Downs-Cline, Tel: 919-525-7263; email: carlan.downs@basf.com

    Project 2: AAFC21-009R (bentazon)
    Method # S11-02666: Validation of an Analytical Method for the Determination of Bentazone and its Metabolites 6-OH-bentazone and 8-OH-bentazone in Plant Material, S11-02666, M. Tanguy, H. Weber, Eurofins Agroscience Services Chem GmbH, 10 Feb 2012.

    Method belonging to UPL AgroSolutions Canada Inc., must be requested from
    Namrata Gosar, Tel: 416-876-9252; email: namrata.gosar@upl-ltd.com

    Project 3: AAFC23-011R (captan)
    Method # S12-04646: Validation of an analytical method for the determination of Captan and its metabolite THPI in Crops, S12-04646, D. Schulz, Eurofins Agroscience Services Chem GmbH, 15 Dec 2015.

    Methods belonging to Adama Agricultural Solutions Canada Ltd., must be requested from Bruno Jose Sanchez, Tel: 604-655-3057; email: bruno.sanchez@adama.com

    Project 4: AAFC23-003R (clomazone)
    Method # FMC-59299: Magnitude of the residue of Clomazone in representative Field Bean Raw Agricultural Commodities after One Application of COMMAND 48 EC in Northern Europe – 2022, FMC-59299, A. Prieur, SGS France Laboratoire de Rouen, 14 Feb 2023.

    Method belonging to FMC of Canada Limited, must be requested from
    Theresa Geil, Tel: 226-979-2247; email: theresa.geil@fmc.com

    Project 5: AAFC23-017R (pyrethrins and PBO)
    Method # GPL-MTH-074: Determination of Pyrethrins and Piperonyl Butoxide (PBO) in Crops, GPL-MTH-074, M. R. Huebner, S. Selim, Golden Pacific Laboratories, 24 May 2010.

    Methods belonging to McLaughlin Gormley King Company, must be requested from
    Beth Connor, Tel: 519-830-7837; email: beth.connor@valent.com

    Project 6: AAFC23-008R (cyclaniliprole)
    Method # JSM0269: IKI-3106 and NK-1375: Validation of Methodology for the Determination of Residues of IKI-3106 and NK-1375 in Grape, Wine, Peaches, Oilseed Rape Seeds and Dry Beans, JSM0269, S. Brewin, Huntingdon Life Sciences ltd., 04 Oct 2012.

    Method belonging to ISK Biosciences Corporation, must be requested from
    Karol Krey, Tel: 216-372-2569; email: kreyk@iskbc.com

    Project 7: AAFC22-028R (azoxystrobin, propiconazole, pydiflumetofen)
    1. Method # RAM 305/03: Residue Analytical Method for the Determination of Azoxystrobin (ICI5504) and R230310 in Crop Samples. Final Determination by LC-MS/MS, RAM 305/03, S. Chaggar, S.J. Crook, E.A. Harron, N.J. Robinson, 25 Nov 2004.
    2. Method # AG-454B: Determination of Total Residues of Propiconazole in Crops as 2,4-Dichlorobenzoic Acid by Capillary Gas Chromatography, AG-454B, J. Toth, P.J. Manuli, 20 Dec 1989.
    3. Method # GRM061.03A: SYN545974-Analytical Method for Determination of SYN545974 in Crops by LC-MS/MS with Validation Data, GRM061.03A, S-B. Huang, 24 Jun 2015.

    Method belonging to Syngenta, which must be requested from CDN Syngenta Regulatory Contact (Tel: 519-836-5665); email: CDNSyngenta.RegContact@syngenta.com

    Project 8: AAFC23-012R (cyprodinil, fludioxonyl)
    1. Method # REM 141.10: Residue Method for The Determination of Residues of Cyprodinil (CGA 219417) in Crops. Final Determination by LC-MS/MS, REM 141.10, S. Chaggar, 09 May 2005.
    2. Method # REM 133.06: Analytical Method for the Determination of Residues of Fludioxonil (CGA 173506) in Crop Matrices. Final Determination by LC-MS/MS, REM 133.06, C. H. Nichols, 30 Jun 2006.

    Method belonging to Syngenta, which must be requested from CDN Syngenta Regulatory Contact (Tel: 519-836-5665); email: CDNSyngenta.RegContact@syngenta.com

    Project 9: AAFC23-001R, AAFC23-002R (pyridate)
    Method # S11-03700: Validation of an Analytical Method for the Determination of Pyridate, Pyridafol (CL 9673) and CL 9673-hydrolysable Conjugates in Plant Material, S11-03700, H. Weber, Eurofins Agroscience Services Chem GmbH, 24 Apr 2012.

    Method belonging to BELCHIM Crop Protection Canada, must be requested from
    Emily Falls, Tel: 226-332-0881; email: emily.falls@belchim.com

    Frozen samples will be shipped to the successful bidder(s) (laboratory) upon harvest from ongoing field trials and/or from the AAFC Analytical Laboratory. Anticipated harvest dates are indicated on the List of Projects (Appendix A, Annex 1). The exact shipping dates will be determined after the contract is awarded. Storage stability data will be required if, at the time of analysis, samples have been stored longer than the storage stability timeframe indicated on the List of Projects.

    With the exception of modifications necessary to adapt the methods to different crop fractions, AAFC expects the methods to be followed as written. This applies specifically to the equipment (detector) used to determine the residue definition. If, however, upon review of the method provided, the bidder believes that a different detector can be used, a rationale for the modification must be clearly indicated in the proposal and all impacts or changes in the procedures on the reference method indicated. Upon awarding contracts, all proposed modifications must be thoroughly discussed with the Study Director and approved prior to method validation.

    For the purpose of preparing proposals, it is not a requirement to bid on all Projects. Proposals must be submitted on the basis of Project number and not by study number. A Project consists of all the respective studies specific to a given Project number, the active ingredient, the commercial product, the crop(s), the number of trials conducted and the number of samples per trial (treated and untreated). The list of Projects for which proposals are being sought is included in Appendix A, Annex 1. A study plan amendment template outlining analytical procedures to be followed is included in Appendix A, Annex 2. The Residue Analysis Application Form (Appendix C – Annex 1) must be completed for each Project for which a bid is being made.

    As field trials are subject to the forces of nature throughout the growing season and possible changes in regulatory requirements, there is a possibility in either the cancellation of trials or changes in the number of samples required for residue analysis. This may result in the need to amend this RFP or to adjust contracts to reflect changes.

    Bids must be in Canadian dollars. Evaluations for cost per point are calculated on the total cost of the individual Project, excluding HST. HST can only be collected if your company has a HST registration number. For further information please contact Canada Revenue Agency at:
    http://www.ccra-adrc.gc.ca/sitemap-e.html#tax.

    The failure to provide bids in Canadian dollars will make the proposal non-compliant. AAFC will reject any bid not in Canadian currency.

    It is expected that AAFC will have to contract with several different companies to complete the identified laboratory analysis for the specified Projects. However, the degree of work that will be contracted is dependent upon many factors, including the response level to this RFP.

    Contract duration

    The estimated contract period will be 18 month(s), with a proposed start date of 2023/09/11.

    Trade agreements

    • North American Free Trade Agreement (NAFTA)
    • World Trade Organization Agreement on Government Procurement (WTO GPA)
    • Canada-Chile Free Trade Agreement (CCFTA)
    • Canada-Peru Free Trade Agreement (CPFTA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Panama Free Trade Agreement
    • Canada-Honduras Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Comprehensive and Progressive Agreement for Trans-Pacific Partnership (CPTPP)
    • Canada-Ukraine Free Trade Agreement (CUFTA)

    Reason for limited tendering

    A contracting officer can use limited tendering for specific reasons outlined in the applicable trade agreements. The reason for this contract is described below:

    • None

    Partner with another business

    Are you interested in partnering with other businesses for this opportunity? Add your company to the list of businesses who are interested in partnering.

    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
    Agriculture and Agri-Food Canada
    Address

    1305 Rue Baseline

    Ottawa, Ontario, K1A 0C5
    Canada
    Contracting authority
    Kyle Harrington
    Phone
    5555555
    Email
    kyle.harrington@agr.gc.ca
    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.

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Region of opportunity
    World
    Contract duration
    18 month(s)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price

    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: