Trade Agreement:
Canadian Free Trade Agreement (CFTA), the Canada–Chile Free Trade Agreement, the Canada–Colombia Free Trade Agreement, the Canada–Honduras Free Trade Agreement, the Canada–Korea Free Trade Agreement, the Canada–Panama Free Trade Agreement, Canada-Peru Free Trade Agreement, the Comprehensive Economic Free Trade Agreement [CETA], the World Trade Organization – Agreement on Government Procurement [WTO-AGP], the Comprehensive and Progressive Agreement for Trans-Pacific Partnership [CPTPP] and the Canada-Ukraine Free Trade Agreement.
Tendering Procedures:
Request for Proposal to all pre-qualified suppliers on Supply Arrangement E60PV-19EQUI – Laboratory and Scientific Equipment
Competitive Procurement Strategy:
A bid must comply with the requirements of the bid solicitation and meet all mandatory technical evaluation criteria to be declared responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract.
To be declared responsive, a bid must:
(a) comply with all the requirements of the bid solicitation; and
(b) meet all mandatory technical evaluation criteria; and
Bids not meeting (a) or (b) will be declared non-responsive. The responsive bid with the lowest evaluated price will be recommended for award of a contract
Comprehensive Land Claim Agreement: No
Nature of Requirements:
Mitchell Palmer
Team Manager – Procurement – Operations West
Procurement & Contracting Services
Environment and Climate Change Canada
351, boul. Saint-Joseph, Gatineau, QC, K1A 0H3
1-873-499-5126
mitchell.palmer@ec.gc.ca
THIS REQUEST IS RESERVED FOR HOLDERS OF SUPPLY ARRANGEMENT # E60PV-19EQUI ONLY, FOR THE PURCHASE LABORATORY AND SCIENTIFIC EQUIPTMENT.
Only Suppliers currently pre-qualified on Supply Arrangement E60PV-19EQUI have been invited to bid.
As a requirement of the Supply Arrangement, this notice is published on Government Electronic Tendering Service (GETS) for a period of 15 calendar days. The closing date published on this notice identifies how long the notice will be published. For the closing date of any solicitation under the supply arrangement, invited suppliers should refer to the solicitation documents.
Suppliers that do not have a Supply Arrangement for the supply of electrical and electronic products with Public Works and Government Services Canada, cannot submit a bid. Any bids received from suppliers not pre-qualified on the Supply Arrangement will not be evaluated.
Suppliers may qualify under Supply Arrangement E60PV-19EQUI for electrical and electronic products, at any time. Interested suppliers should download solicitation document E60PV-19EQUI from CanadaBuys (SAP Ariba) and submit a response as per the requirements of the Request for Supply Arrangement.
Environment and Climate Change Canada has a requirement for the supply of Gas Chromatograph Mass Spectrometer (GC/MS/MS) Systems for the Pacific & Yukon Laboratory for Environmental Testing (PYLET). The requirement must include all of the following:
Mandatory Technical Criteria:
The following requirements are the mandatory technical evaluation criteria which will be evaluated during the Bid Evaluation. In addition, the Contractor will be required to meet all of the mandatory technical requirements for the duration of the Contract. Bidders are requested to cross reference the mandatory technical criteria in a concise format by using page, paragraph(s) & sub-paragraphs as applicable to their supporting technical documentation.
Item Criteria Met/Not Met Reference to substantiation in the Technical Bid
M1 The GC Subsystem must be an integrated part of the total system and designated for unattended operation. It must be under complete control of the operating/data computer system.
M2 All temperature zones (inlets, oven, detectors, and transfer line to mass spectrometer) must be independently controlled via microprocessors under computer control.
M3 All gas pressures and flows to inlets and detectors electronically controlled via the computer system.
M4 All gas regulators and tubing required for system installation must be included.
M5 The GC method must be part of the full method along with Automatic Sampling parameters, Mass Spectrometer settings, Data Processing options and Reporting Options.
M6 GC mainframe supports up to two additional GC detectors with simultaneous operation with the MS.
M7 The instrument must be configured with a split/splitless inlet.
M8 Oven size capable of accommodating two capillary columns
M9 The GC line must interface to the mass spectrometer (MS/MS) via a direct connection heated transfer line with the effluent of the GC going directly into the MS system. The heating of this connection must be regulated via a microprocessor under computer control with temperature variable from ambient temperature to 350 °C.
M10 The GC must be capable of conducting post-column or mid-point backflushing to be compatible with legacy methods to ensure rapid matrix contaminants purging
M11 The GC must have built in helium saving capabilities and the ability to be upgraded with helium conservation devices that purge the GC and MS with nitrogen when on standby but can switch to helium when needed.
M12 To be compatible with legacy methods, the GC must have capability for doing Dean Switching for ultra-trace analysis of target compounds
M13 To be compatible with legacy methods, the GC must have built-in retention time locking capabilities to utilize the data files acquired in this lab.
4.2.2 GC Autosampler (A/S)
Item Criteria Met/Not Met
Reference to substantiation in the Technical Bid
M1 Must be compatible with gas chromatograph and under complete instrument control software.
M2 Autosampler system must provide the capability of simultaneous dual injection of the same sample into the two GC injectors.
4.2.3 Mass Spectrometer (MS/MS)
Item Criteria Met/Not Met Reference to substantiation in the Technical Bid
M1 The MS/MS Subsystem must be an integrated part of the total system and designated for unattended operation and dedicated to performing GC-MS/MS analysis
M2 The mass spectrometer must be of the tandem quadrupole type.
M3 Supplied with appropriate source for Electron Impact Ionization (EI) but capable of being upgraded to Positive and Negative Chemical Ionization (PCI and NCI).
M4 Capable of Scan, Multiple Reaction Monitoring (MRM), and within the same analytical run synchronous Scan and MRM.
M5 Auto-tuning for each of EI, PCI and NCI
M6 Ion source temperature independently heats up to 350 °C
M7 Mass spectra must be spectral library-searchable
M8 MS/MS must be equipped with turbo-molecular pump, allowing quick air-cooling and evacuating the source and the analyzer.
M9 Employs real-time vacuum pressure monitoring of the mass spectrometer.
M10 Fully compatible and can safely operate with hydrogen carrier gas.
M11 To be compatible with legacy methods, the mass spectrometer must have ability to operate in simultaneous MRM/Full Scan mode to collect library searchable spectra while also collecting MRM data for quantitation.
M12 To be compatible with legacy methods, the mass spectrometer must have the ability to switch between helium and nitrogen in the collision cell under instrument control software to be able to perform the pseudoMRM technique.
M13 To be compatible with legacy methods, the instrument must have a technology that automates cleaning of the ion source without the operator present during or after a long sequence.
M14 To be compatible with legacy methods, the mass spectrometer must be capable of heating the quadrupoles to minimum 180°C to ensure solid mass axis stability
4.2.4 Operating/Data Computer System Software
Item Criteria Met/Not Met Reference to substantiation in the Technical Bid
M1 Full control of instrumentation operation including data acquisition and processing.
M2 Multi-tasking and able to acquire and process data in real time.
M3 Full graphical instrument control window with the ability to display system parameters concurrently in real time.
M4 Internal diagnostics including error checking, trouble shooting suggestions, and a complete fault log.
M5 Various calibration modes including external and internal calibration
M6 Multilevel linear and multilevel non-linear calibration capacity.
M7 Ability to insert samples without stopping and restarting a previously started acquisition sequence
M8 Latest NIST MS spectral library included with search capability for qualitative identification
M9 Automatic and manual tuning of MS instruments.
M10 Storage and recall of chromatograms and spectra
M11 Capable of exporting data batched to standard data file types (.txt, .csv, .xls, .mdb) that could be used to upload the data to a LIMS for archiving and final reporting.
M12 Deconvolution software included
M13 Operating software Windows ver. 11.
M14 To be compatible with legacy methods and data files from the last 26 years, the operating system and software much be able to work with existing GCMSMS and GCMS methods and data files on file, a requirement for ISO17025 accreditation.
The current list of standard of operations are: Detection and determination of trace level of volatile polycyclic aromatic hydrocarbons (PAHs) and alkylated polycyclic aromatic hydrocarbons (APAHs); detection and determination of Perchloroethylene; Detection and determination of Trihalomethanes, Detection and determination of personal care and pharmaceutical products (PPCP), Detection, matching, and determination of emergency oil and chemical spills in the environment; Detection and determination of semi-volatile organic pollutants in the surface water; Detection and determination of surfactants and rodenticides in the surface water and other environmental Matrice.
M15 Must be able to generate custom spectral libraries and also import from existing in-house custom spectral libraries.
4.2.5 Operating/Data Computer System Hardware
Item Criteria Met/Not Met Reference to substantiation in the Technical Bid
M1 The PC must feature a processor Intel I7 type processor capable of operating the instrument and processing data smoothly.
M2 Minimum 16 GB RAM
M3 Minimum 500 GB SSD hard drive.
M4 If the instrument requires a dedicated network card for communications, then an additional 10/100/1000 Base-T LAN interface must be provided for access to the laboratory’s network.
M5 The PC must be equipped with a minimum 22” LCD monitor that features minimum resolution of 1280x1024 resolutions
4.2.7 System Implementation and Training
Item Criteria Met/Not Met Reference to substantiation in the Technical Bid
M1 The system must be CSA approved.
M2 The system must be supplied with at least 1 set of consumable parts for initial operation and tool kit necessary for maintaining operation