Health Canada has a requirement for the supply of two (2) light scattering airborne particle counters

Solicitation number 1000253648

Publication date

Closing date and time 2023/10/24 14:00 EDT

Last amendment date


    Description

    THIS REQUEST IS RESERVED FOR HOLDERS OF SUPPLY ARRANGEMENT # E60PV-19EQUI ONLY, FOR THE PURCHASE OF LABORATORY AND SCIENTIFIC EQUIPMENT, PARTS AND ACCESSORIES, SERVICES AND SUPPLIES.

    Only Suppliers currently pre-qualified on Supply Arrangement E60PV-19EQUI have been invited to bid.

    As a requirement of the Supply Arrangement, this notice is published on Buy and Sell Canada for a period of 40 calendar days. The closing date published on this notice identifies how long the notice will be published. For the closing date of any solicitation under the supply arrangement, invited suppliers should refer to the solicitation documents.

    Suppliers that do not have a Supply Arrangement for the supply of Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies with Public Works and Government Services Canada, cannot submit a bid. Any bids received from suppliers not pre-qualified on the Supply Arrangement will not be evaluated.

    Suppliers may qualify under Supply Arrangement E60PV-19EQUI for Laboratory and Scientific Equipment, Parts and Accessories, Services and Supplies, at any time. Interested suppliers should download solicitation document E60PV-19EQUI/C from Buyandsell.gc.ca and submit a response as per the requirements of the Request for Supply Arrangement.

    Requirement: RFP 1000253648

    Health Canada has a requirement for the supply of two (2) light scattering airborne particle counters

    ITEM CRITERIA:
    M1 The instrument must be able to offers a minimum of 6 channels for different particle sizes.
    M2 Must have sensitivity: at least 0.3 µm to 10 µm particle size.
    M3 Must have Particles sizes of 0.5 µm and 5.0 µm must be measurable.
    M4 Must have zero count (false count) level below 1 count/5 minutes at the 95% upper confidence limit is required. The 95% upper confidence limit must be specified and reported by the manufacturer.
    M5 Must have a maximum measurable particle number concentration shall be specified by the manufacturer. A concentration of at least 500000 particles/ft3 is required.
    M6 Must have flow rate shall be specified by the manufacturer. A flow rate of 1 CFM is required.
    M7 Instrument’s must be able to enclosure material : preferably stainless steel or at least a chemically-resistant material (must be demonstrated)
    M8 Instrument must weight : maximum 15 lbs including batteries (must be easily transported)
    M9 Must have the possibility to fix the probe on a tripod or any other kind of adequate support as many different locations will be sampled. This accessory must be included.
    M10 Must have the validation execution included (a validation report must be provided).
    M11 The instrument must be calibrated and shall comply with all ISO 21501-4 requirements (see table of requirements below) before it is shipped to Health Canada. A calibration report that includes all requirements in ISO 21501-4 section 6.10 must be provided.

    ISO 21501-4 requirements :
    Parameter Requirement
    Size setting error Maximum : 10% of each specified sizes
    Counting efficiency Shall be within 50 ± 20% for calibration particles with a size close to the minimum detectable particle size, and it shall be within 100 ± 10% for calibration particles with a size 1.5 to 2 times larger than the minimum detectable particle size.
    Size resolution Shall be ≤ 15% of the specified particle size
    False count (zero count) The 95% upper confidence limit shall be less that or equal to the value specified and reported by the manufacturer
    Maximum particle number concentration The confidence loss at the maximum particle number concentration shall be ≤ 10%
    Sampling flow rate error The maximum permissible error shall be 5% of the specified flow rate
    Sampling time error If the instrument has a sampling time control system, the maximum permissible error shall be 1% of the preset value
    Response rate The response rate shall be ≤ 0.5%

    Deliverables –
    Delivery location:
    Health Canada / Longueuil Microbiology Laboratory,
    1001 St-Laurent ouest, Longueuil,
    Quebec, J4K1C7.

    • Delivery date: before March 29, 2024.

    Contract duration

    The estimated contract period will be 5 month(s), with a proposed start date of 2023/10/16.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    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

    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
    Health Canada
    Address

    200 Eglantine Driveway

    Ontario, Ottawa, K1A0K9
    Canada
    Contracting authority
    Chantal Laferriere
    Phone
    (613) 410-5333
    Email
    chantal.laferriere@hc-sc.gc.ca
    Address

    200 Eglantine Driveway

    Ontario, Ottawa, K1A0K9
    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
    001
    English
    14
    001
    French
    1

    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
    RFP against Supply Arrangement
    Language(s)
    English, French
    Region(s) of delivery
    Canada
    Contract duration
    5 month(s)
    Procurement method
    Competitive – Selective Tendering
    Commodity - UNSPSC
    Click the links below to see a list of notices associated with the UNSPSC.

    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: