Triple Quadruple Mass Spectrometer

Solicitation number H4004-173760/A

Publication date

Closing date and time 2018/02/01 14:00 EST


    Description
    Trade Agreement: CETA / WTO-AGP / NAFTA / CFTA / FTAs with Peru / Colombia / Panama / Korea
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Waters Limited
    6427 Northam Drive
    Mississauga Ontario
    Canada
    L4V1J2
    Nature of Requirements: 
    
    Triple Quadruple Mass Spectrometer
    
    1. Advance Contract Award Notice (ACAN) 
    
    An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier. 
    
    2. Definition of the requirement 
    
    Triple Quadrupole Mass Spectrometer
    
    The Food Laboratory of the Regulatory Operations and Regions Branch (RORB), Health Canada, requires the purchase, installation, and configuration of two MS-MS systems with both LC and GC capabilities. One system will be at 2301 Midland Avenue, Scarborough, Ontario the other at 3155 Willingdon Green, Burnaby, British Columbia.
    
    The RORB’s requirement consists of Two (2) Waters Xevo TQ-XS Systems which include, but are not limited to, the following:
    a. Workstation (2) 
    b. Dry Vacuum Pump (2)
    c. Auto injector (2)
    d. 150 Vial Tray (2)
    e. ACQUITY UPLC H-Class Systems (2)
    f. Gas chromatograph systems (2)
    g. API Unispray Source (2)
    h. GC-PAL autosampler (2)
    i. Nitrogen generator (1)
    j. 2 year additional service plan (2)
    k. Installation, commissioning, and training
    l. Software
    m. Uninterruptible power supply (UPS) system (1)
    
    The principle system must also include all peripheral components (including required licenses as may be required) for instrument control and operation as well as data generation, processing and reporting.
    
    The objective is to obtain an MS-MS system sensitive enough to meet the requirements of the laboratory’s varied clients while also accommodating its flexible mandate by providing both LC and GC chromatographic capabilities.  The system should also be capable of sharing of data and analytical methods between Health Canada’s Food Laboratories and the laboratories of the Food Directorate.
    
    3. Criteria for assessment of the Statement of Capabilities (Minimum Essential Requirements) 
    
    Any interested supplier must demonstrate by way of a statement of capabilities that its product/equipment/system meets the following requirements: 
    
    3.1 GENERAL
    
    The systems must be new, based on triple quadrupole technology, include and be capable of interfacing with both liquid (LC) and gas (GC) chromatographic systems, and include PC-based data systems.
    
    
    3.2 MASS SPECTROMETER (MS)
    
    3.2.1 The LC source for the MS must be capable of operating in electrospray ionization (ESI) and atmospheric pressure chemical ionization (APCI) in the positive and negative ion modes
    
    3.2.2 The GC source for the MS must include an atmospheric pressure GC (APGC) interface
    
    3.2.3 Must have two quadrupole analyzers (MS1/MS2) with pre-filters
    
    3.2.4 Must have full scan MS, enhanced product ion scan, precursor ion scan, constant neutral loss scan, selected ion recording (SIR), multiple reaction monitoring (MRM), and simultaneous full scan and MRM
    
    3.2.5 Must switch between positive and negative ion mode during a single analysis
    
    3.2.6 Must scan over a range of 2-2048 m/z in full MS mode
    
    3.2.7 The instrument must meet the following mandatory minimum performance specifications:
    
    3.2.7.1 1 pg on-column injection of Reserpine must produce a signal-to-noise ratio of 500,000:1 in ESI-positive mode
    
    3.2.7.2 1 pg on-column injection of Chloramphenicol must produce a signal-to-noise ratio of 500,000:1 in ESI-negative mode
    
    3.2.7.3 1 pg on-column injection of 17-a-hydroxyprogesterone must produce a signal-to-noise ratio of 300:1 in  APCI-positive mode
    
    3.2.7.4 500 ag on-column injection of 2,3,7,8-tetrachlorodibenzo-p-dioxin (TCDD) must produce a signal-to-noise ratio of 20:1 in APGC mode
    
    
    3.3 LIQUID CHROMATOGRAPH & AUTOSAMPLER
    
    3.3.1 LC must be programmable with a quaternary solvent gradient pumping system capable of 1-2200 µL/min flow rate
    
    3.3.2 The autosampler must have sample compartment temperature control from 4°C to 40°C
    
    3.3.3 Must have an advanced sample manager capabilities of auto-dilution, auto-addition and load-ahead
    
    3.3.4 Column oven temperature control from 20oC to 90oC
    
    
    3.4 GAS CHROMATOGRAPH & AUTOSAMPLER
    
    3.4.1 Must have a programmable GC with an autosampler
    
    3.4.2 GC oven must be multi-level temperature programmable
    
    3.4.3 GC must be capable of accommodating multiple inlets including split/splitless (pressure programmable) and automated on-column
    
    3.4.4 Autosampler must be programmable from the data system
    
    3.4.5 Autosampler must be capable of automated injections on split/splitless (i.e. pressure programmable) inlet
    
    3.4.6 Autosampler must be capable of accommodating temperature-controlled (i.e. chilled) sample trays
    
    
    3.5 DATA SYSTEM & SOFTWARE
    
    3.5.1 Must include a Microsoft Windows based computer
    
    3.5.2 Must include software to fully integrate and control all settable parameters in the mass spectrometer (source, vacuum, quadrupoles & detector), liquid chromatograph, gas chromatograph and autosampler to allow unattended operation (i.e. overnight runs)
    
    3.5.3 Must include an automated data processing and quantification package that also allows for manual integration of peak areas with automatic updating of quantification results
    
    3.5.4 Must include an instrument control, data processing and quantification package with the functionality to immediately import and run existing, validated Waters MassLynx method and project files
    
    3.5.5 Must include a system integrated and fully backwards-compatible data processing and quantification package with the functionality to directly access and analyze historic, archived Waters MassLynx raw data files.
    
    
    4.  Applicability of the trade agreement(s) to the procurement 
    
    This procurement is subject to the following trade agreement(s): 
    a. Canadian Free Trade Agreement (CFTA)
    b. North American Free Trade Agreement (NAFTA)
    c. Canada-European Comprehensive Economic and Trade Agreement (CETA)
    d. World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    
    5. Justification for the Pre-Identified Supplier 
    
    Company "Waters Limited" is the only authorized distributor of Xevo TQ-XS System products in Canada.  Thus, according to the purchasing policies of Government Contracts, PSPC proposes to award the contract to "Waters Limited", that is, to our knowledge, the only company able to provide the required goods. 
     
    6. Government Contracts Regulations Exception(s) 
    
    The following exception(s) to the Government Contracts Regulations is (are) invoked for this procurement under subsection 6(d) only one person is capable of performing the contract.
     
    
    7. Exclusions and/or Limited Tendering Reasons
    
    The following exclusion(s) and/or limited tendering reasons are invoked under the section of the trade agreement(s) specified:
    Canadian Free Trade Agreement (CFTA)
    Chapter Five - Government Procurement
    Article 513: Limited Tendering
    1. Subject to paragraphs 2 and 3, and provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects its own suppliers, a procuring entity may use limited tendering in the following circumstances:
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons.
    
    North American Free Trade Agreement (NAFTA)
    Part Four: Government Procurement - Chapter Ten Article 1016:
    Limited Tendering Procedures: 2. An entity may use limited tendering procedures in the following circumstances and subject to the following conditions:  
    (b) where there is an absence of competition for technical reasons, the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute exists.
    
    World Trade Organization - Agreement on Government Procurement (WTO-AGP)
    Article XIII Limited Tendering
    1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of any other Party or protects domestic suppliers, a procuring entity may use limited tendering and may choose not to apply Articles VII through IX, X (paragraphs 7 through 11), XI, XII, XIV and XV only under any of the following circumstances:
    b. where the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    iii. due to an absence of competition for technical reasons.
    
    Comprehensive Economic and Trade Agreement (CETA)
    Chapter nineteen: Government procurement
    Article 19.12 - Limited tendering
    1. Provided that it does not use this provision for the purpose of avoiding competition among suppliers or in a manner that discriminates against suppliers of the other Party or protects domestic suppliers, a procuring entity may use limited tendering and may choose not to apply Articles 19.6 through 19.8, paragraphs 7 through 11 of Article 19.9, and Articles 19.10, 19.11, 19.13 and 19.14 under any of the following circumstances:
    (b) if the goods or services can be supplied only by a particular supplier and no reasonable alternative or substitute goods or services exist for any of the following reasons:
    (iii) due to an absence of competition for technical reasons.
    
    
    8. Period of the proposed contract or delivery date 
    
    a. The equipment must be delivered, installed, commissioned and training must be performed before 31 March 2018.
    
    9. Cost estimate of the proposed contract 
    
    a) The estimated value of the contract, is $1,050,000.00 (GST/HST extra). 
    
    10. Name and address of the pre-identified supplier 
    
    Waters Limited
    6427 Northam Drive,
    Mississauga, Ontario
    L4V 1J2
    
    11. Suppliers' right to submit a statement of capabilities 
    
    Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN may submit a statement of capabilities in writing to the contact person identified in this notice on or before the closing date of this notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    12. Closing date for a submission of a statement of capabilities 
    
    The closing date and time for accepting statements of capabilities is February 1, 2018 at 2:00 p.m. EST. 
    
    13. Inquiries and submission of statements of capabilities 
    
    Inquiries and statements of capabilities are to be directed to: 
    
    Name:           Mike Littlefield
    Title:          Supply Specialist
                    Public Services and Procurement Canada
                    Acquisitions Branch
    Address:        86 Clarence Street, 2nd Floor
                    Kingston, Ontario, K7L 1X3
    Telephone:      (613) 545-8058
    Facsimile:      (613) 545-8067
    E-mail address: mike.littlefield@pwgsc-tpsgc.gc.ca
    
    
    Delivery Date: Above-mentioned
    
    You are hereby notified that the government intends to negotiate with one firm only as identified above. Should you have any questions concerning this requirement, contact the contracting officer identified above.
    
    An Advance Contract Award Notice (ACAN) allows departments and agencies to post a notice, for no less than fifteen (15) calendar days, indicating to the supplier community that it intends to award a good, service or construction contract to a pre-identified contractor. If no other supplier submits, on or before the closing date, a Statement of Capabilities that meets the requirements set out in the ACAN, the contracting authority may then proceed with the award.  However, should a Statement of Capabilities be found to meet the requirements set out in the ACAN, then the contracting authority will proceed to a full tendering process.
    
    Suppliers who consider themselves fully qualified and available to provide the services/goods described herein, may submit a statement of capabilities in writing to the contact person identified in this Notice on or before the closing date of this Notice. The statement of capabilities must clearly demonstrate how the supplier meets the advertised requirements.
    
    The PWGSC file number, the contracting officer's name and the closing date of the ACAN must appear on the outside of the envelope in block letters or, in the case of a facsimile transmission, on the covering page.
    
    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)
    • Canada-Panama Free Trade Agreement
    • Canada-Korea Free Trade Agreement (CKFTA)
    • Canadian Free Trade Agreement (CFTA)
    • Canada-European Union Comprehensive Economic and Trade Agreement (CETA)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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:

    • Exclusive Rights

    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
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Littlefield, Mike
    Phone
    (613) 545-8058 ( )
    Email
    mike.littlefield@pwgsc-tpsgc.gc.ca
    Fax
    (613) 545-8067
    Address
    Kingston Procurement
    Des Acquisitions Kingston
    86 Clarence Street, 2nd floor
    Kingston, Ontario, K7L 1X3

    Buying organization(s)

    Organization
    Health Canada
    Address
    Address Locator 0900C2
    Ottawa, Ontario, K1A 0K9
    Canada
    Bidding details

    Details for this tender opportunity are provided in the Description tab.

    Please contact the contracting officer to get the full solicitation documentation, access information on how to bid, or if you have any questions regarding this tender opportunity.

    Note that there may be fees to access the documents or bid. These should be outlined in the Description tab.

    We recommend that you contact the contracting officer as soon as possible, as there may be deadlines for receiving questions.

    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
    Advance Contract Award Notice
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Non-Competitive
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    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: