Supply Delivery of Bio Safety Cabinets

expired opportunity(Expired)
From: MerX(Federal)
Supply Delivery of Bio Safety Cabinets

Basic Details

started - 19 Jan, 2023 (15 months ago)

Start Date

19 Jan, 2023 (15 months ago)
due - 09 Feb, 2023 (14 months ago)

Due Date

09 Feb, 2023 (14 months ago)
Bid Notification

Type

Bid Notification
Supply Delivery of Bio Safety Cabinets

Identifier

Supply Delivery of Bio Safety Cabinets
Manitoba Labour, Consumer Protection and Government Services

Customer / Agency

Manitoba Labour, Consumer Protection and Government Services
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Supply Delivery of Bio Safety Cabinets Project Description :MANITOBA REFERENCE NUMBER: MB-MBPB-03S-00038 ISSUING DEPARTMENT: Procurement and Supply Chain DATE ISSUED: 20/01/2023 ISSUED BY: GoM PSC TELEPHONE: 204 945-6361 NOTE: For INFORMATION or item clarification, if required, CONTACT: Dheeraj Gupta via email Dheeraj.gupta@gov.mb.ca F.O.B Destination, Freight Prepaid to: Veterinary Diagnostic Services 545 University Crescent Winnipeg, MB. R3T 5S6 Please contact the individual noted above if additional information or clarification is required on the following items. Bidder must indicate if you are able to meet the requested delivery date of March 31, 2023 yes ____ OR no ____ If NO, then indicate a realistic delivery as follows: Delivery in ___ working days or ____weeks from receipt of the order. This procurement is subject to the Canadian Free Trade Agreement. NOTE: ALL INSTALLATION, REMOVAL OF EXISTING EQUIPMENT AND
INVOICING SHOULD HAVE BEEN COMPLETED BY MARCH 31, 2023. GENERAL TERMS & CONDITIONS: Bidders must "login" to MERX to access the General Terms & Conditions which apply to this RFQ, in addition to those shown below. After "login" follow the links: Information -> Government Publications -> Manitoba Terms and Conditions -> Request for Quotation. SUBMISSION TERMS AND CONDITIONS: The Bid MUST be signed by a representative of the Bidder with the authority to bind the Bidder. The name and title of the representative signing the Bid should also be printed below their signature. Vendor's e-mail address: (if available) ____________________ Quantity clarification: quantity listed contains 2 or 3 decimals. _________________________________________________________________________ ITEM QTY DESCRIPTION DELIVERY NO. DATE ======================================================== ITEM 10 31/03/2023 2.00 Each GSIN: N6600MATERIAL: 99181030 INDUSTRIAL LABORATORY EQUIPMENT AS DESCRIBED BELOW: Biological Safety Cabinet (2 Units Required) The proposed units shall meet the following specifications: Labconco Biological Safety Cabinet (or equal equivalent) Class II Type A2 Biological Safety Cabinet, 4 foot in length. Cabinet shall provide airflows & biological safety performance as specified. Listed by Underwriter Laboratories to meet requirements of both the US and Canada for electrical /mechanical integrity. Cabinet shall provide biological containment protection for both operator and product proven by an actual test (e.g. test conducted by NSF). ·,,Electronically Commutated Motor (ECM) ·,,Constant Airflow Profile (CAP) airflow monitoring system ·,,Intrinsically-safe negative pressure design ·,,Air-Wave# Entry System ·,,Contain-Air# Negative Pressure Channel ·,,Supply and exhaust 99.99% efficient HEPA filters. 99.999% efficient ULPA filters available ·,,Interior-mounted, line-of-sight color LCD with MyLogic OS. Displays filter life, status messages for alarm conditions and alerts. 8 languages ·,,Bright, 90-150 footcandle, glare-free LED lighting located outside the contaminated work area ·,,Fully-closing, clear 1/4" tempered safety glass sash ·,,Curved stainless steel inlet grille with Reserve-Air Secondary Airflow Slots ·,,Two electrical duplex receptacles. Flush-mounted-stainless steel with dampened hinges. One outlet on each side, with ground fault interruption (115V) ·,,Smart-Start# System user-programmable start up & shut down ·,,Night-Smart# System reduces blower speed when sash is closed ·,,Leak-tight stainless steel interior & powder-coated steel exterior ·,,Removable towel catch located under work surface ·,,Code-activated electronic security lock ·,,22.6" (57 cm) max. sash opening & 27.0" (69 cm) viewing height ·,,10° Angled sash with counterbalanced, easy lift mechanism ·,,ADA-Compliant touchpad control on right side post ·,,Noise level <63 dBA ·,,Heat load 990 BTU/hour (4' models) ·,,Removable, seamless type 304 stainless steel, dished work surface with lift out knobs ·,,Nominal inflow velocity of 105 fpm (0.5 m/sec) ·,,Nominal downflow velocity of 55 fpm (0.3 m/sec) ·,,Approximately 70% air recirculation ·,,Overall depth x height: 31.2" x 61.7" (79.2 x 156.7 cm) ·,,10' (3 m) power cord with plug ·,,Built-in timer and digital clock Includes: Telescoping Base Stand LED Work Tray Lighting Removable work tray -Prop Up Work Tray UV Lamp Included as optional line Items ·,,Ergonomic Chair with armrests ·,,Adjustable Footrest The cabinet shall be easily transportable through a 34 inch wide door without disassembly. Includes Freight to customer dock Includes uncrating and internal moving to point of use, second floor, elevator dimensions 70" X 42" Includes setup and certification costs 115v 60Hz 20Amp, 12 foot power cord Please indicate: Manufacturers name, Brand name and product information on the proposed product offered as follows: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidder's catalogue/reference number (if applicable) ____________ INCLUDE PROPOSED PRODUCT SPECIFICATION SHEET WITH YOUR BID SUBMISSION. ======================================================== QUOTATION EVALUATION: Generally the lowest overall price of an acceptable item(s) in accordance with the terms & conditions of the RFQ will be awarded the order. Quotations will be evaluated based on suitability of unit offered compared to the end users needs, product specifications, delivery, warranty, price, quality of the bidder's performance in past awards and any other terms & conditions indicated on this RFQ. Failure to provide adequate information to evaluate the item offered may be cause for rejection of your quote by the Manitoba Government (Manitoba). Suitability selection to be at Manitoba's sole discretion. PRODUCT OFFERED: The product offered must meet the requirements and expectations for its intended use. If it is your intention to offer an item, which does not meet all the specs/description as outlined, then you must indicate all intended deviations or changes on the return quote. Please indicate: Manufacturers Name__________ Brand Name______________ Product / Style Number ________ Bidders catalogue/reference number ( if applicable) ___________ INSTALLATION and UNPACKAGING, CERTIFICATION: To be unpackaged and installed to the satisfaction of Agriculture and Resource Development. Existing Bio-safety cabinets must be removed and placed in the receiving area. Coordination of decontamination of existing unit prior to removal will be completed by Agriculture and Resources. Bidders are to provide details of what is included in the installation and what, if anything, is not included by the Vendor. All Installation will be performed by qualified service personal. INSURANCE:,,,, Certificate of Insurance ,, The Proponent should provide a Certificate of Insurance, satisfactory to Manitoba, as written evidence of the required insurance covering Services to be provided under the Agreement, with minimum coverage as identified below. Alternatively, if the Proponent does not currently carry the required insurance, the Proponent Must provide a letter from an insurance broker licensed in Canada stating that the Proponent shall be able to purchase the required insurance if the Proponent is the Successful Proponent. General Liability Insurance with a minimum limit of $2.0 million per claim or occurrence. ii),,Errors and Omissions Insurance with a minimum limit of $2.0 million per claim or occurrence. Workers Compensation Insurance: The Proponent should provide a Workers Compensation Insurance Number as written evidence of the required insurance covering Services to be provided under the Agreement. Workers Compensation Insurance Number:______________. QUALITY / ACCEPTABILITY: Any product supplied must be new, unused, first quality. Demo units will not be accepted. All goods delivered are subject to inspection prior to delivery acceptance. Signing of any delivery slip should not be construed as acceptance of the product delivered. Manitoba reserves the right to reject any product, after final inspection that does not meet the specification or product description requested. Manitoba reserves the right to reject any product supplied which, upon inspection or use, is deemed by the using department to be unacceptable for their intended use. Products to be supplied as specified on the contract/purchase order. Any substitutes shipped without prior written approval will be rejected at time of delivery or held at shipper's risk pending return instructions. Products rejected by the using department will be returned to the Vendor for full credit or replacement product at no cost to Manitoba or the contract may be cancelled. DELIVERY: F.O.B. DESTINATION FREIGHT PREPAID To: Veterinary Diagnostic Services 545 University Crescent Winnipeg, MB. R3T 5S6 (unit prices include all necessary charges e.g. freight, insurance, handling etc.) If any charges are not included please explain in detail any/all charges that will be extra to the unit prices quoted and that will be charged on the invoice. WARRANTY: MANUFACTURER'S WARRANTY: State warranty of units offered (as applicable to Manitoba's use). (Manitoba's use would usually be considered commercial application not consumer) Product _________ months OR _______ years Labor _________ months OR _______ years Parts _________ months OR _______ years Please note: During the period of the warranty offered, all labour, transportation, parts, surcharges including shipping and brokerage will be included. The Province of Manitoba "will not" pay additional charges while the item(s) offered are under the above stated warranty. Potential costs associated with the location of warranty service might be used in the evaluation of this quote. If the warranty offered is the Vendor's warranty in combination with or in place of the Manufacturer's warranty then a complete explanation must be provided. WARRANTY SERVICE/LOCATION: Is warranty service provided on site at our premises Yes___ or No____ If No, indicate the location the unit must be sent to for manufacturer's certified and/or approved warranty service Company name_______________________ Location (city & province)______________ Do you have a toll free phone number for warranty service Yes______ or No______ IF YES PLEASE PROVIDE:________________________ AFTER WARRANTY SERVICE: Is after warranty service provider the same as above? Yes ___ or No_____ If No, please advise Company name_______________________ Location (city & province)______________ GOVERNING LAWS: Manitoba requires its suppliers to adhere to provincial labour laws and, where businesses use sources outside of Canada, Manitoba expects suppliers to comply with local labour laws in the country of manufacture. INDIGENOUS BUSINESS STANDARD FOR "GOODS WITH RELATED SERVICES" DEFINITIONS: "Indigenous Business" means a business that is at least 51% Indigenous owned and controlled and, if it has six or more full-time employees, at least one-third of its employees must be Indigenous persons. "Indigenous Business Directory" means a business directory of Indigenous businesses that meet Manitoba's definition of an Indigenous business. "Indigenous Business Standard" means terms and conditions that indicate that Indigenous business participation is desirable but not mandatory. "Indigenous Person" means a First Nations, Non-status Indian, Métis or Inuit person who is a Canadian citizen and resident of Canada. INDIGENOUS PROCUREMENT INITIATIVE: Manitoba is committed to community economic development as a key component of its economic strategy. It intends to develop a provincial economy that is more inclusive, equitable and sustainable. Procurement practices are one means that can be used to contribute to the growth of Indigenous businesses. In that regard, Manitoba developed the Indigenous Procurement Initiative (IPI). The objective of IPI is to increase the participation of Indigenous businesses in providing goods and services to Manitoba. INDIGENOUS BUSINESS STANDARD: Indigenous participation is desired but bids will not be disqualified if there is no Indigenous business participation. INDIGENOUS BUSINESS DIRECTORY: Manitoba has established a directory of Indigenous businesses called the "Indigenous Business Directory". This directory is a list of Indigenous businesses (including non profit organizations and economic development corporations) that have self declared as an Indigenous Business meeting that definition under the IPI. It is neither comprehensive nor exhaustive but may be a useful resource to identifying Indigenous businesses for potential partnering or sub-contracting purposes. Indigenous businesses not listed in the Directory may also be used. Registration in the Indigenous Business Directory does not guarantee certification as an Indigenous business, as business status may change; therefore formal certification is required in the formal tender process. Indigenous businesses are encouraged to register by contacting Procurement & Supply Chain. For further information on the Indigenous Business Directory<(>,<)> registration forms and access to a copy of the Indigenous Business Directory please see the following website: http://www.gov.mb.ca/finance/psb/api/api bd.html or contact: Manitoba Central Services Manitoba Labour, Consumer Protection and Government Services Procurement and Supply Chain (PSC) 600 - 352 Donald Street Winnipeg, Manitoba R3B 2H8 Ph: 204-945-6361 For all other general inquiries related to this tender opportunity, please contact the name of the individual(s) identified on page one of this tender document. TERMINATION: Manitoba may, in its sole discretion, immediately terminate a purchase order/contract in writing if: a) the vendor fails to properly fulfill, perform, satisfy and carry out each and every one of its obligations under the purchase order/contract, or b) the vendor fails or refuses to comply with a verbal or written request or direction from Manitoba within three(3) days of receiving the request or direction; or c) the vendor become bankrupt or insolvent or liquidates; or d) a receiver, trustee or custodian is appointed for the assets of the vendor, or any partner thereof; or e) the vendor or any partner thereof makes a compromise, arrangement, or assignment with or for the benefit of the creditors of the vendor or of that partner, as the case may be; or f) the vendor fails to secure or renew any license or permit for the vendors business required by law; or any such license or permit is revoked or suspended; or g) the vendor or any partner, officer or director of the vendor is found guilty of an indictable offence; or h )the vendor fails to comply with any law or regulation relating to the employment of its employees; or i) the vendor at any time engages in any activities or trade practices which, in the opinion of Manitoba, are prejudicial to the interests of Manitoba, or a department or agency thereof; or j) there is a breach of any provision of the purchase order/contract. k) the goods provided by the vendor are not according to the contract or otherwise unsatisfactory; or l) the services provided by the vendor are unsatisfactory, inadequate, or are improperly performed; or m) the vendor has failed to meet the delivery date indicated on the purchase order/contract or repeatedly failed to meet the delivery lead time, indicated on the purchase order/contract. PUBLICITY, MEDIA AND OFFICIAL ENQUIRIES: Neither the bidder nor its suppliers/vendors, employees or consultants shall make any public statement relating to the existence or performance of the purchase order/contract without the prior written consent of the Province of Manitoba, which shall not be unreasonably withheld. The provision of this condition shall apply during the extension of a purchase order/contract and indefinitely after its expiry or termination. CONFIDENTIALITY: The content of this RFQ and any other information received by the Bidder relating to the RFQ, gained through the RFQ process or otherwise, is to be treated in strict confidentiality. The Bidder shall not disclose any of the information in whole or in part to anyone not specifically involved in the preparation of the Bidder's quotation, unless written consent is secured from Manitoba prior to the said disclosure. The obligation of each Bidder to maintain confidentiality shall survive the expiration or the acceptance/rejection of their quotation and/or any resulting Contract/ Agreement(s) to supply the requirements of this RFQ. VENDOR INFORMATION: RIGHT TO REISSUE RFQ Manitoba reserves the right to cancel and/or reissue the RFQ where, in Manitoba's sole opinion, none of the quotes submitted in response to the RFQ warrant acceptance or where it would be in the best interests of Manitoba to do so. Costs incurred in the preparation, presentation and submission of a quote shall be borne entirely by the Bidder. Manitoba shall not reimburse any bidders for any costs if the RFQ is cancelled or reissued. COST OF BID: Costs incurred in the preparation, presentation and submission of a Bid shall be borne entirely by the Bidder. AUTHORIZED VENDOR: Manitoba reserves the right, prior to any contract award, to secure evidence to Manitoba's satisfaction that any bidder is the manufacturer or an authorized distributor, dealer or retailer of the goods offered and is authorized to sell these goods in Manitoba, Canada and upon request will provide Manitoba with written evidence thereof. INVOICING AND PAYMENT: Subject to the following subsections, in consideration the goods provided or delivered to the satisfaction of Manitoba. Manitoba shall pay the Contractor an amount not exceeding the amount specified in the successful Contractor's bid submission. All invoices shall be issued in writing and satisfactory to Manitoba in both form and content. The contractor shall also provide to Manitoba such supporting documents, vouchers, statements and receipts as requested by Manitoba. Manitoba shall endeavor to pay the Contractor any fees due within 30 days net after the receipt and approval of the invoice and any supporting materials requested. CANADIAN FUNDS: Manitoba prefers to receive quotations in Canadian funds. If the pricing offered is quoted in a currency other than Canadian then the currency is to be clearly identified on the quote document. ACCOUNTS RECEIVABLE ADDRESS: Due to our computerized accounts payable system please advise if your invoice address (accounts receivable) is the same as the address for orders / quotes shown above YES ____ or NO ______ If NO provide complete details i.e. box #, street address, city<(>,<)> province, postal code, etc. _________________ MANITOBA'S RETAIL SALES TAX LICENSE: Are you licensed by Manitoba Finance to collect and remit Manitoba's Retail Sales Tax YES_____ or NO_____ If NO disregard the following paragraph. MANITOBA'S RETAIL SALES TAX Is the product(s) offered subject to Manitoba's Retail Sales Tax YES____ or NO _____ If the quote consists of both taxable (T) and non-taxable ( NT) items please indicate T or NT opposite each item offered. PAYMENT TERMS: Manitoba will consider Early Payment Terms. Manitoba's standard payment term is net thirty (30) days. The Bidder shall specify their standard invoice term: _____________________________ Is there any applicable discounts for early payment? Yes _____ No _____ Initial __________ If Yes, please specify: _____________________________________________________ Does your early payment clause appear on your invoice? Yes _____ No _____ Initial __________ YOUR QUOTATION REFERENCE # ( if applicable) _________. Proposed Delivery Address: Agriculture Veterinary Diagnostic Services 545 University Crescent Winnipeg, MB. R3T 5S6 Attention: Cheryl Friday Phone: 204 945-7632 TENDERS TO BE RETURNED TO: MERX Electronic Bid Submission www.MERX.com

MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9Location

Address: MERX 6 Antares Dr, Phase II unit 103 Ottawa, ON K2E 8A9

Country : CanadaState : Ontario

You may also like

NUAIRE BIO-SAFETY CABINET

Due: 24 Nov, 2024 (in 7 months)Agency: VETERANS AFFAIRS, DEPARTMENT OF

Supply and Delivery of Chemical Pumps (Addenda: 0)

Due: 26 Apr, 2024 (in 9 days)Agency: Government of Quebec

Supply and Delivery of Parks Irrigation System Supplies

Due: 02 Sep, 2024 (in 4 months)Agency: City of Vancouver

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.