Ultra High Performance Liquid Chromatograph (UHPLC) (MS/MS)

Solicitation number K8C13-220380/A

Publication date

Closing date and time 2022/01/10 14:00 EST

Last amendment date


    Description
    Trade Agreement: CETA/WTO-AGP/CPTPP/CFTA/FTAs with Peru/Colombia/Panama/Korea/UK
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Lowest/Lower Bid
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    Ultra High Performance Liquid Chromatograph (UHPLC) Tandem Mass Spectrometer (MS/MS) system
    
    K8C13-220380/A
    Abela, Aaron
    Telephone No. - (416) 262-6212     
    E-Mail: aaron.abela@pwgsc-tpsgc.gc.ca
    
    NPP Amendment No. 002 is raised to extend the closing date of Request for Proposal to January 10, 2022.
    
    ************************
    IMPORTANT NOTICE TO SUPPLIERS RE. BID SUBMISSION REQUIREMENTS: 
    
    Due to the impacts from the COVID-19 pandemic, temporary measures are being taking on-site at the Ontario Region Bid Receiving Unit to encourage social distancing. The health and safety of staff and suppliers remain our top priority.
    
    Suppliers are required to submit bids electronically using the Canada Post ePost Connect application for the subject bid solicitation. This service allows suppliers to submit bids, offers and arrangements electronically to PWGSC Bid Receiving Units. This online service enables the electronic transfer of large files up to Protected B level.
    
    To use ePost Connect to submit your bid, or to get more information on its use, please send an email to the Ontario Region Bid Receiving Unit’s generic address at TPSGC.orreceptiondessoumissions-orbidreceiving.PWGSC@tpsgc-pwgsc.gc.ca
    
    Faxed and hard copy (submitted in person or via mail/courier) bids will not be accepted for the subject bid solicitation.   
    
    Given current circumstances and network limitations, some active procurements may be delayed. To stay up to date on the status of the specific procurements, please consult Buyandsell.gc.ca 
    
    *******************************************
    TITLE: Ultra High Performance Liquid Chromatograph (UHPLC) Tandem Mass Spectrometer (MS/MS) system
    
    1.  Environment and Climate Change Canada (ECCC) research laboratories in Montreal, Quebec, and Burlington, Ontario have a requirement for the supply, delivery, installation and training for two (2)  new Ultra High Performance Liquid Chromatograph (UHPLC) Tandem Mass Spectrometer (MS/MS) systems (one for each location) to be used for quantitative analysis of a wide variety of organic contaminants in environmental samples
    
    The UHPLC-MS/MS systems will be used for sensitive, accurate, and selective quantitative analysis of organic contaminants under ECCC’s mandate of protecting and conserving the natural environment in Canada. The systems must be comprised of an ultra high performance liquid chromatography module (UHPLC) coupled to a tandem mass spectrometer (MS/MS) based on tandem multipole (including quadrupole, hexapole, octupole etc) mass spectrometry technology. 
    
    Unit #1: Must be delivered and installed at 105 McGill St. 8th floor, Montreal, Quebec
    
    Unit #2: Must be delivered and installed at Canada Centre Inland Waters (CCIW), 867 Lakeshore Road, 6th floor, Burlington, Ontario
     
    Each UHPLC-MS/MS system must consist of, but not be limited to, all software, computer parts, hardware peripherals, and manuals required for control and optimization of the instrument as well as for the collection and analysis of complex chromatographic and mass spectrometric data. The Contractor must assemble, install, connect, and test the instrument complete with all components in addition to meeting all other performance requirements at time of installation
    
    (b) It is anticipated that one (1) contract will be awarded as a result of this solicitation.
    
    3. The proposed period of the Contract will be from the date of Contract Award to March 31, 2024 with the irrevocable option to extend the term of the Contract by up to four  (4) additional one-year period under the same terms and conditions.
    
    4. Both Unit #1 and Unit #2 must be delivered to their specified delivery point locations on or before March 31, 2022
    
    4.2 Assembly, Installation and Training for each of Unit #1 and Unit #2 must be delivered to their specified delivery address locations on or before May 30, 2022. Preference is for on or before March 31, 2022.
    
    5. The Bidder must provide in their bid the necessary documentation to support and demonstrate compliance with each mandatory technical criteria. Bids which fail to meet each of the mandatory technical criteria will be declared non-responsive and will receive no further evaluation.
    
    6.  Please refer to the Request for Proposal document for complete details regarding this requirement, including the mandatory evaluation criteria, point-rated evaluation criteria, and basis of selection. The selection will be based on the highest responsive combined rating of technical merit and price. The ratio will be 70 % for the technical merit and 30% for the price. 
    
    7. The Bidder must submit pricing in accordance with Annex B - Basis of Payment, in Canadian Funds. 
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada
    
    Delivery Date: Above-mentioned
    
    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.

    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
    Abela, Aaron
    Phone
    (416) 262-6212 ( )
    Email
    aaron.abela@pwgsc-tpsgc.gc.ca
    Fax
    () -
    Address
    Ontario Region
    10th Floor, 4900 Yonge Street
    Toronto, Ontario, M2N 6A6

    Buying organization(s)

    Organization
    Environment 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
    005
    French
    1
    005
    English
    9
    004
    French
    0
    004
    English
    6
    003
    French
    2
    003
    English
    3
    002
    French
    1
    002
    English
    4
    001
    French
    2
    001
    English
    6
    000
    French
    4
    000
    English
    28

    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
    Request for Proposal
    Language(s)
    English, French
    Region(s) of delivery
    Ontario (except NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Lowest Price
    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: