Protein Purification Unit

Solicitation number 31005-125907/A

Publication date

Closing date and time 2013/02/08 15:00 EST


    Description
    Trade Agreement: NAFTA/AIT/Canada-Peru FTA/Canada-Colombia FTA
    Tendering Procedures: Generally only one firm has been invited
    to bid
    Attachment: None
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: No
    Vendor Name and Address: 
    GE HEALTHCARE BIO-SCIENCES INC. / GE SANTE BIO-SCIENCES INC.
    500 Morgan Blvd.
    Baie d'Urfé Quebec
    Canada
    H9X3V1
    Nature of Requirements: 
    Marlene Hall
    Supply Specialist
    Telephone:  204 984-6423
    E-mail:  marlene.hall@pwgsc-tpsgc.gc.ca
    File No.:  31005-125907/A
    
    
    
    TITLE:	Low Pressure Protein Purification System
    
    Public Works and Government Services Canada (PWGSC), on behalf
    of the National Research Council Canada (NRC), intends to
    negotiate with GE Healthcare Bio-Sciences Inc. for the provision
    of the following:
    
    AKTA Pure M1 Chromatography System
    
    NRC is a Research and Technology organization with a mandate of
    transferring technology to Canadian industry.  The Biomolecular
    Sensing and Imaging (BSI) group in Medical Devices Portfolio
    (MD) has a requirement for a chromatographic system to perform
    low pressure protein purification.  This request is aligned with
    NRC's priorities regarding our participation in the food and
    water safety GRDI FWS program that started in 2012.  The program
    directly relates to an urgent need for better response times to
    outbreaks of infection in the food and water supplies.  This
    equipment is needed to perform purifications of biomolecules to
    characterize the metabolic labeling of cell surface proteins and
    bacterial capture in order to prove that our new technology is
    specific to the pathogenic E. coli of interest to other
    government departments and ultimately industries related to food
    and water products.  This equipment can help provide information
    critical to enhance the methodology for the bacterial capture
    and detection.
    
    The BSI has been using the AKTA system from the Human
    Therapeutics portfolio laboratory for purifying samples and
    collecting data for the GRDI projects. BSI has optimized
    purification methods with this system and has begun purifying
    samples and generated data for the GRDI project.   One of the
    columns used extensively for the purification of samples is a
    prepacked Superdex column for high resolution separation of
    biomolecules by size (gel filtration).  It is critical that the
    work be performed using the same system (and columns) to be able
    to compare to previous data collected and without jeopardizing
    the quality of the purified samples.  
     
    Required Features:
    
    The BSI requires this low pressure protein purification system
    to purify proteins and other biomolecules.  The system must
    deliver a smooth, low pulsation flow to the column in increments
    of 0.1 ml/min up to a maximum of 25 ml/min at 0 to 20 MPa
    pressure.  Additionally, the system must allow users to perform
    time-based, volume-based and column-based programming. 
    Specifically, the AKTA Pure M1 comes with a multi-wavelength
    UV/Vis monitor and detects up to 3 wavelengths from 190 to 700
    nm.  This can purify, identify and distinguish the labeled
    protein from the unlabeled species since they absorb at
    different wavelengths.  The modular design of the system brings
    versatility and flexibility in using the system.  Additional
    parts/modules can later be added on to further expand the system
    capability and productivity.  Due to the accessibility and
    design of the modules, they are easily changed, which allows
    quick and efficient customization.  The V9-C column valve of the
    system can control the flow of the column and monitor by
    measuring the change of pressure pre and post column.  This is
    important since the column valve can adjust the flow rate
    according to the change in pressure, instead of the system
    abruptly stopping the flow due to pressure exceeding the upper
    limit.  That means the run will continue as long as the flow
    rate is adjusted to keep the pressure under limit.  The column
    valve also allows reverse flow through the column for fast and
    effective elution of strongly bound proteins, sharper peaks
    (increase purity), and a concentrated target molecule eluent. 
    This is important for maximizing the yield for purifying the
    target protein for subsequent characterizations.  A reversed
    flow also help lengthens the lifetime and improve the
    performance of columns by rinsing away debris on the top.  In
    addition, the inlet selection of the system comprises 4 inlet
    positions in a single valve giving a convenient solution for
    automation of buffers.  All of these features can allow BSI to
    obtain highly pure sample in a time efficient manner.
    
    Delivery, FOB Destination must be on or before March 27, 2013.
    
    The only known manufacturer of a system with the required
    features stated above is manufactured by GE Healthcare.
    
    
    Trade Agreements:
    The following limited tendering reasons pertain to this
    requirement:
    
    Government Contract Regulations, Part 1, Section 6(d) only one
    supplier (person or firm) is capable of performing the contract.
    
    Government on Internal Trade (AIT), Article 506-12(b) 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;
    
    North American Free Trade Agreement (NAFTA), 1016.2(b) 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 reason, the goods or services can be supplied only by
    a particular supplier and no reasonable alternative or
    substitute exists.
    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

    • Agreement on Internal Trade (AIT)
    • Canada-Colombia Free Trade Agreement
    • Canada-Peru Free Trade Agreement (CPFTA)
    • North American Free Trade Agreement (NAFTA)

    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
    Hall, Marlene
    Phone
    (204) 984-6423 ( )
    Fax
    (204) 983-7796
    Address
    PO Box 1408, Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3C 2Z1

    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)
    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: