Ultra High Performance Liquid Chromatography System

Solicitation number 31028-157037/A

Publication date

Closing date and time 2015/12/30 13:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada FTAs with Peru/Colombia/Panama
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Interchangeable Parts
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    Agilent Technologies Canada Inc.
    6705 Millcreek
    Unit 5
    Mississauga Ontario
    Canada
    L5N5M4
    Nature of Requirements: 
    
    31028-157037/A
    Lomax, Sandra
    Telephone No. - (506) 636-4362 
    Fax No. - (506) 636-4376 
    
    Ultra High Performance Liquid Chromatography System 
    
    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.
    
    Public Works and Government Services Canada (PWGSC), on behalf of its client, National Research Council Canada has a requirement for the supply and delivery of Ultra High Performance Liquid Chromatography System. 
     
    Any interested supplies must demonstrate by way of a statement of capabilities that it meets the following Mandatory Requirements:
    
    Mandatory Requirements
    
    1. The UHPLC must be compatible to operate with existing SCIEX 4000 and SCIEX 5500 QTRAP Mass Spectrometry instruments.
    2. The instrument must include a binary high pressure pump able to operate up to 5mL/min.
    3. The pump must contain a degassing unit, purge valve, and automated seal wash.
    4. The instrument must include an auto-sampler which has to operate with both vials and 96-wellplates with a sample capacity higher than 1000 samples and a sample volume up to 100µl.
    5. The auto-sampler must have the capacity for an outer needle wash and seat backflush to reduce carryover.
    6. The temperature of the sample tray of the auto-sampler must be adjustable to 4 to 40°C.
    7. The instrument must include a Multicolumn Thermostat with a temperature range up to 100°C.    
    8. The instrument must include a compatible 2 position, 6 port valve.                                         
    9. The instrument must include a Diode Array Detector with a 10nm flow cell and a wavelength range from 190 to 640nm.
    10. The instrument must include all the necessary tubing, connectors, and cables.
    11. The instrument must allow for fast and efficient method transfer to and from othersystems.
    12. The system must include software to control all parts of the instrument and record and save the runs and chromatograms.
    13. The instrument must be controllable through the Analyst® software of the existing SCIEX 5500 QTRAP to allow for more efficient operation.
    14. A suitable bench for the instrument and the operation of the instrument must be provided by the vendor
    
    In order to maintain scientific consistency and comparability across this broad ranging research initiative it is required that all data production across time frames and collaborators is carried out on comparable machines.
    
    The procurement is subject to the following trade agreement:
    - North American Free Trade Agreement (NAFTA
    - Agreement on Internal Trade (AIT)
    
    The reason for single tendering is; only one firm is capable of performing the contract.  The following exception to the Government Contact Regulations is invoked for this procurement under subsection 6(d) 
    
    Articles 506.12 (a) and 506.12(b) of AIT are applicable on the basis of limited tendering due to compatibility with existing products, to recognize exclusive rights, such as exclusive licenses, copyright and patent rights, or to maintain specialized products that must be maintained by the manufacturer or its representative and where there is an absence of competition for technical reasons and the goods or services can be supplied only by a particular supplier and no alternative or substitute exists, respectively.
    
    Articles 1016.2 (b) and 1016.2 (d) of NAFTA are applicable on the basis of limited tendering due to  where, for works of art, or for reasons connected with the protection of patents, copyrights or other exclusive rights, or proprietary information or 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 and for additional deliveries by the original supplier that are intended either as replacement parts orcontinuing services for existing supplies, services or installations, or as the extension of existing supplies, services or installations, where a change of supplier would compel the entity to procure equipment or services not meeting requirements of interchangeability with already existing equipment or services, including software to the extent that the initial procurement of the software was covered by this Chapter;
    
    The product must be delivered on or before February 12, 2016.
    
    The estimated value of the contract is $120,620.16 HST included
    
    Suppliers’ right to submit a statement of capabilities:
    
    Suppliers who consider themselves fully qualified and available to provide the 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.
    
    Closing date and time for acceptingstatements of capabilities: 
    
    Submissions must be received on or by 2:00 p.m. December 30, 2015. 
    
    Inquiries and statement of capabilities are to be directed to:
    
    Sandra Lomax, Supply Specialist
    
    Public Works and Government Services Canada
    189 Prince William St
    Saint John, NB  
    E2L 2B9 
    
    Telephone No. (506) 636-4362
    Fax No. (506 636-4376
    Email sandra.lomax@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

    • Canada-Panama Free Trade Agreement
    • Agreement on Internal Trade (AIT)
    • 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:

    • Additional Deliveries

    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
    Lomax, Sandra
    Phone
    (506) 636-4362 ( )
    Fax
    (506) 636-4376
    Address
    189 Prince William Street
    Room 405
    Saint John, New Bruns, E2L 2B9

    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
    Prince Edward Island
    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: