Xevo G3 Quadrupole time-of-flight mass spectrometer with Acquity H-Class (CM-A)

Solicitation number 42739-2A-ACAN

Publication date

Closing date and time 2023/07/17 15:00 EDT

Last amendment date


    Description
    Background:

    Notice is hereby given by the University of Ottawa of the intent to enter into a contract with Waters Limited to
    procure the following:

    An LC-MS Quadrupole time-of-flight mass spectrometer with ultra performance liquid chromatography (UPLC) is to
    be purchased. This system is comprised of a quadrupole time-of-flight mass spectrometer with vacuum pumps,
    computer workstation for instrument control and mass calibration standards. A UPLC is part of the configuration.

    This system will be integrated into the John L Holmes (JLH) Mass Spectrometry Core Facility at the University of
    Ottawa.

    Process:

    Suppliers who consider their equipment functional, successfully tested, readily available and fully compliant to the
    ACAN minimum requirements may submit in writing a statement of specifications to the contact person identified
    in this Notice, on or before the closing date of this Notice. In the statement of specifications, the supplier must
    unequivocally demonstrate how their equipment, at minimum, equals, or exceeds the stated requirements.

    If no other supplier submits a statement of specifications, on or before the closing date of this Notice, the
    competitive requirements of the University of Ottawa will be considered having been met.

    Following notification to suppliers not successful in unequivocally demonstrating that their statement of
    specifications equals or exceeds the requirements set out in this Notice, the contract may then be awarded to the
    pre-identified supplier.

    Date of issue: June 21st, 2023
    Closing Date: July 17th, 2023 at 3:00:00 P.M. Eastern Standard Time

    Minimum Requirements:

    1. Must be a quadrupole time-of-flight mass spectrometer
    2. Must be able to switch between electrospray ionization and atmospheric pressure chemical ionization
    modes without changing the source
    3. Must incorporate a solid-sample introduction system
    4. Must have mass range of 100,000 m/z
    5. Must have mass accuracy of 1 ppm RMS
    6. Must include Z-spray orthogonal ion source geometry
    7. Must have a mass resolution > 45,000 FWHM
    8. Must have a mass accuracy < 1 ppm RMS at m/z 600
    9. Must include software programmable collision energy control
    10. Must include a high efficiency step-wave guide comparable to that included with the Xevo G3. The
    step-wave guide in the Xevo G3 represents an improvement of 25-60 times over that of previous
    generations which results in less contamination from samples in the vacuum manifold of the
    instrument. This in turn results in more robust performance and less downtime.
    11. Must run instrument control software that is compatible with, and outputs results in the same format
    as, current laboratory equipment. The existing equipment for which synchronicity is required is as
    follows: Waters High Performance Liquid Chromatograph (HPLC), Waters Synap G1 ion mobility
    tandem Mass Spectrometer.
    12. Must include a UPLC with quaternary solvent gradient capability and two independently heated column
    holders
    13. Installation and Training must be included
    14. A total of 5 years of warranty must be included

    Justification:

    The requested benchtop Waters Xevo G3 QToF mass spectrometer incorporates an enhanced sensitivity
    collision cell for improved product ion mass selection, resulting in the highest quality and most
    comprehensive qualitative information, coupled with the ultimate in quantitative performance. It is
    required to identify, quantify and confirm the broadest range of compounds in the natural product
    extracts that we will encounter in this research program. It includes a dual orthogonal ion source for both
    electrospray and atmospheric pressure chemical ionization (APCI) mass spectrometry, allowing us to
    examine polar and non-polar compounds in a single LC run. This capability increases throughput (one LC
    run instead of two) and provides a more efficient use of small, difficult to obtain samples. It can also
    switch between positive and negative ions. Polarity switching means molecular species that do not readily
    form -positive ions under electrospray or APCI conditions can still be detected (examples of these are
    organic acids, sugars and phenols). With these capabilities we can fully characterize our samples without
    missing any chemical by-products and intermediates.

    A mass range of 100,000 is required for the analysis of intact biological molecules like proteins that will be
    a part of our complex samples in the research program.

    The step-wave guide in the Xevo G3 results in less contamination from samples in the vacuum manifold of
    the instrument than any other instrument on the market, resulting in more robust performance and less
    downtime, a critical feature for our research program and the Core Facility.

    The Xevo G3 operates with the MassLynx software system (only found on Waters instruments) that is
    common to three other instruments in the JLH Facility. This simplifies student training and allows data
    and sample submission to be spread across the infrastructure in the facility. Other manufacturers have
    their own proprietary software. Data file formats differ from one company to another, which means we
    cannot transfer data between instruments from different vendors. Students must analyze data on
    different platforms that do not output results in the same format, making direct comparisons difficult.

    University Contact:

    Owen Bouley
    Agent d'approvisionnement, recherche | Procurement Officer, Research
    Groupe de Gestion des Projets Stratégiques (GGPS) | Service des Approvisionnements
    Strategic Project Management Group (SPMG) | Procurement Services
    Université d'Ottawa | University of Ottawa
    550 Cumberland (L315), Ottawa, ON, K1N 6N8
    Tél. | Tel.: (613) 562-5800 ext. 3966
    Courriel | eMail : obouley@uottawa.ca
     

      Bidding and Documents are available on http://www.merx.com. Fees may apply; See https://www.merx.com/public/pricing for more information.

      Contract duration

      The estimated contract period will be 0 month(s), with a proposed start date of 2023/09/29.

      Trade agreements

      • Canadian Free Trade Agreement (CFTA)
      • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
      • Please refer to tender description or tender documents

      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
      University of Ottawa
      Address
      550 Cumberland Street
      Ottawa, Ontario, K1N 6N5
      Canada
      Contracting authority
      Owen Bouley
      Phone
      613-562-5800 x3966
      Email
      obouley@uottawa.ca
      Bidding details

      Full details for this tender opportunity are available on a third-party site

      Click on the button below to be directed to this website. Note that on the third-party site you may need an account to view and/or bid on this tender. Information on any fees or additional costs to access the full details is outlined in the Description tab of this tender opportunity.

      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

      Language(s)
      English
      Procurement method
      Advance Contract Award Notice

      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: