Rock Processing Equipment

Solicitation number A7100-152151/A

Publication date

Closing date and time 2016/02/18 15:00 EST


    Description
    Trade Agreement: NONE
    Tendering Procedures: Generally only one firm has been invited to bid
    Non-Competitive Procurement Strategy: Exclusive Rights
    Comprehensive Land Claim Agreement: Yes
    Vendor Name and Address: 
    VWR International Ltd.
    2360 Argentia Road
    Mississauga Ontario
    Canada
    L5N5Z7
    Nature of Requirements: 
    
    Rock Processing Equipment
    
    A7100-152151/A
    Barenz, Leanne
    Telephone No. - (204) 229-6909 (    )
    Fax No. - (204) 983-7796 (    )
    
    TITLE: Rock Processing Equipment
    
    Public Works and Government Services Canada (PWGSC), on behalf of Indigenous and Northern Affairs Canada (INAC), intends to negotiate with VWR International LLC, for the provision of Rock Processing Equipment to be delivered to the Canadian High Arctic Research Station (CHARS) in Cambridge Bay, Nunavut, as detailed below.  
    
    BACKGROUND
    The CHARS - Field and Maintenance Building (FMB) has limited space for workshops and other essential Electrical and Mechanical equipment. Therefore, a stand-alone full rock processing equipment system is required. Rock Crushing, Pulverising and sampling divider are required to satisfy the CHARS Science and Technology functional requirements.
    
    The goods to be provided are to be used in the CHARS FMB by the Science and  Technology Group within Polar Knowledge Canada (POLAR), in Cambridge Bay, Nunavut. This type of equipment is key to providing unique field sampling parameters as well as having a coherent data network that allows data sharing from a central site to be collected and processed with the same accuracy, format and calibration and sharedwith other scientific organizations using the same parameters and result distribution. Some of the unique features for this stand-alone full rock processing equipment system from VWR International Co. are, for example: a Sample Divider which uses the method that provides the best standard deviation, of 0.125% vs 1.01% for the typical Riffle Method; and typically only the Crushers and Pulveriser that are together, and the sample divider is not related - in this model, all three components are connected making it a full stand-alone system. 
    
    MANDATORY TECHNICAL SPECIFICATIONS
    
    Rock Processing Equipment Requirements 
    
    The following equipment must be laboratory quality for testing and sampling and must be functional in the High Arctic. All three of the following components must work together as one rock processing unit, meaning they should be able to connect together. The equipment listed below must comply with standard CSA SPE-1000-13 - (Model Code for the field evaluation of electrical equipment).
    
    Rock grinding machine
    • The Rock Grinding Machine must take inputs of rock samples of no less than 50 mm;
    • The Rock Grinding Machine must have outputs of no less than 5 mm, or that comply with the Ring Mill; 
    • The Rock Grinding Machine must be able to take samples of at least 5 kg; 
    • The Rock Grinding Machine must have a jaw width of 300 mm;
    • The Rock Grinding Machine must have two dust extraction ports available;
    • The Rock Grinding Machine must have a sound level, while operational, of no more than 80 dBa;
    • The Rock Grinding Machine must have a heat release of no more than 19,000 Btu/hr;
    • The Rock Grinding Machine must be 694 x 1070 x 1326 mm and 610 kg;
    • The Rock Grinding Machine’s shipping size must be 920x 1540 x 1400 mm and 700 kg;
    • The Rock Grinding Machine’s motor power must be 5.5 kW, 3 phase;
    • The Rock Grinding Machine must use one 208 V, 3 phase, 22 Amps outlet;
    Ring Mill
    • The Ring Mill must take inputs of rock samples of no less than 5mm, or inputs that comply with the Rock Grinding Machine;
    • The Ring Mill must have outputs that are at least a reduction of 95% from the input size, or as small as 100 µm; 
    • The Ring Mill must be able to take samples of at least 1 kg; 
    • The Ring Mill must have a sound level,while operational, of no more than 85 dBa;
    • The Ring Mill must have a heat release of no more than 4,000 Btu/hr;
    • The Ring Mill must be 715 x 1183 x 611 mm and 220 kg;
    • The Ring Mill’s shipping size must be 1080 x 1380 x 920 mm and 240 kg;
    • The Ring Mill’s motor power must be 1.1 kW, single phase or 1.1 kW, 3 phase;
    • The Ring Mill must use one 208V, 3 phase, 7 Amps outlet;
    Rock Sample Divider
    • The Rock Sample Divider must give out a representative proportion of a rock sample;
    • The representative proportion of a rock sample must be between 2 % and 50 % of the original sample;
    • The representative proportion of a sample must have a standard deviation of no more than 0.2 %; 
    • The inputs of the Rock Sample Divider must be at least 10 mm with a weight of at least 25 kg; 
    • The Rock Sample Divider must have a dust extraction port available;
    • The Rock Sample Divider must have a sound level, while operational, of no more than 65 dBa;
    • The Rock Sample Divider must have a heat release ofnomore than 1300 Btu/hr;
    • The Rock Sample Divider must be 1000 x 960 x 800 mm and 135 kg;
    • The Rock Sample Divider’s shipping size must be 1570 x 1160 x 920 mm and 250 kg;
    • The Rock Sample Divider’s motor power must be 0.18 kW, 3 phase;
    • The Rock Sample Divider must use one 208 V, 3 phase, 2 Amps outlet;
    
    
    The following trade agreements are applicable to this procurement: NAFTA/AIT
    
    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.
    
    Article 506.12(b) of AIT, and Article 1016: Limited Tendering Procedures of NAFTA, are applicable as this requirement can be fulfilled by only one supplier.
    
    Estimated Cost:  $85,000.00 - $90,000.00 (GST included)
    
    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

    • No trade agreements are applicable to this solicitation process

    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
    Barenz, Leanne
    Phone
    (204) 229-6909 ( )
    Fax
    (204) 983-7796
    Address
    Room 100
    167 Lombard Ave.
    Winnipeg, Manitoba, R3B 0T6

    Buying organization(s)

    Organization
    Aboriginal Affairs & Northern Development 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
    Nunavut Territory
    Procurement method
    Non-Competitive

    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: