Maintenance on CanadaBuys website

The CanadaBuys website will be down for scheduled maintenance at the times listed below. We apologize for any inconvenience.  

  • Friday, May 24, 7:00 pm until 11:00 pm (Eastern Time) 

  • Sunday, May 26, 7:45pm until 9:45 pm (Eastern Time) 

FPLC (Fast Protein Liquid Chromatography) System

Solicitation number 31184-218687/A

Publication date

Closing date and time 2021/07/22 14:00 EDT


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    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: 
    GLOBAL LIFE SCIENCES SOLUTIONS CANADA ULC
    1919 MINNESOTA COURT
    MISSISSAUGA Ontario
    Canada
    L5N0C9
    Nature of Requirements: 
    
    FPLC (Fast Protein Liquid Chromatography) System
    
    31184-218687/A
    Van Den Hanenberg, Stephen
    Telephone No. - 343-540-8371
    
    GSIN: N6640
    
    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 
    National Research Council Canada has a requirement for the supply of a FPLC (Fast Protein Liquid Chromatography) system, the accompanying software, a fraction collector and warranty and maintenance and support services. The system will be used by several research projects that all require the expression and purification of enzymes and proteins to a high level of purity and in some cases in large quantities for downstream applications. 
    
    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 system meets the following requirements: 
    
    • The system must include two titanium piston pumps;
    • The system must produce a flow rate equal to or greater than 25 mL/min;
    • The system must produce a flow rate accuracy less than or equal to 1.2%;
    • The system must have a maximum operating pressure equal to or greater than 20 MPa;
    • The system must produce a sample viscosity range of 0.35 cP -10.0 cP;
    • The system must produce a detection at 280 nm;
    • The system must have a detection limit of 6 AU or less;
    • The system must include the Scouting feature in its software to allow the automated column and resin scouting for up to 10 columns;
    • The fraction collector must be covered by a hard-shell protective case to protect samples;
    • The fraction collector must provide spillage-free fractionation; 
    • The fraction collector must accommodate a variety of collection vessels including 96 deep well plate format, and 3ml, 8ml, 15ml, and 50mL tube format;  
    • The system must allow for direct loading of samples without having to replumb the system;
    • The system must include an advanced pressure control to allow running of the system in either constant flow or constant pressure mode;
    • The system must include the following supported columns: 
    - affinity chromatography; 
    - size exclusion chromatography;
    -  ion exchange chromatography; and 
    - hydrophobic interaction chromatography 
    • The system must operate within the temperature range of 4°C to 40°C, inclusive;
    • The system must meet the following size requirements:
    - Width less than or equal to 147cm
    - Depth less than or equal to 72cm
    - Height less than or equal to 133cm
    
    4. Applicability of the trade agreement(s) to the procurement 
    This procurement is subject to the following trade agreement: 
    • Canadian Free Trade Agreement (CFTA)
    
    5. Justification for the Pre-Identified Supplier 
    The AKTA Pure system is the only known system that meets all of the minimum essential requirements detailed herein. Cytiva, an affiliate of Global Life Sciences Solutions Canada ULC, is the original equipment manufacturer (OEM) of this instrument, owner of all related Intellectual Property and is the only known supplier that can supply a system meeting all of the minimum essential requirements detailed herein. 
    
    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 work". 
    
    7. Exclusions and/or Limited Tendering Reasons 
    The following exclusion(s) and/or limited tendering reasons are invoked under the: 
    • Canadian Free Trade Agreement (CFTA) - Articlev513.1 (b) (iii)
    
    8. Ownership of Intellectual Property
    Ownership of any Foreground Intellectual Property arising out of the proposed contract will vest in the Contractor.
    
    9. Period of the proposed contract or delivery date 
    The system must be delivered on or before September 15 2021.
    
    10. Name and address of the pre-identified supplier 
     Global Life Sciences Solutions Canada ULC
     1919 Minnesota Court
     Mississauga, Ontario
     L5N 0C9
    
    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 2pm EDT July 22 2021. 
    
    13. Inquiries and submission of statements of capabilities 
    Inquiries and statements of capabilities are to be directed to: 
    Stephen VanDenHanenberg 
    Supply Officer  
    140 O’Connor St. 
    Ottawa, ON 
    Telephone: 343-540-8371 
    E-mail: stephen.vandenhanenberg@tpsgc-pwgsc.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

    • 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:

    • 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
    Van Den Hanenberg, Stephen
    Phone
    (343) 540-8371 ( )
    Email
    Stephen.VanDenHanenberg@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    L'Esplanade Laurier
    140 O'Connor Street,
    East Tower, 7th Floor
    Ottawa, Ontario, K1A 0S5

    Buying organization(s)

    Organization
    National Research Council Canada
    Address
    100 Sussex Dr
    Ottawa, Ontario, K1A0R6
    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
    National Capital Region (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: