Canada - Seed Processing Equipment (01804-210823/A)

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
08 February 2021
Opportunity publication date
23 January 2021
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Trade Agreement: Canadian Free Trade Agreement (CFTA)
Tendering Procedures: Generally only one firm has been invited to bid
Non-Competitive Procurement Strategy: Exclusive Rights
Comprehensive Land Claim Agreement: No
Vendor Name and Address:
Can-Seed Equipment Ltd.
810 66th Street East
Saskatoon Saskatchewan
Canada
S7P0E4
Nature of Requirements:

Seed Processing Equipment

01804-210823/A
Nowakowski, Leanne
Telephone No. - (902) 403-7112
Fax No. - (902) 496-5016

1.Advance Contract Award Notice (ACAN)
An ACAN is a public notice indicating to the supplier community that a department or agency intends to award a contract for goods, services or construction to a pre-identified supplier, thereby allowing other suppliers to signal their interest in bidding, by submitting a statement of capabilities. If no supplier submits a statement of capabilities that meets the requirements set out in the ACAN, on or before the closing date stated in the ACAN, the contracting officer may then proceed with the award to the pre-identified supplier.

2.Definition of the requirement and Minimum Essential Requirements
REQUIREMENT

1. Background
Agriculture and Agri-Food Canada, Pest Management Centre (PMC) has a requirement for one (1) Hammer Mill and one (1) Huller. This laboratory size equipment will be used for processing of oilseeds and small cereals in processing studies that are required to determine whether pesticide residues in raw commodities may be expected to degrade, reduce or concentrate during food processing.
The PMC works cooperatively with growers, manufacturers, provincial governments and international partners to match pest problems with new minor uses of pesticide solutions; establish priorities and gain industry support; conduct research trials; and prepare pesticide submissions for new uses for evaluation by Health Canada’s Pest Management Regulatory Agency (PMRA). The PMC provides benefits to Canadian producers by contributing to a competitive, innovative and resilient agriculture and agri-food sector through increased awareness and access to new minor uses of pesticides.
The equipment is required to process small sample sizes of oilseed and cereal grains in a commercially representative manner, and will be used to conduct processing trials as part of the magnitude of residue studies that are required by the PMRA to establish the Maximum Residue Limit (MRL) in minor use crops and commodities.
The requirements for the Hammer Mill and Huller are described below.

2. Specific mandatory criteria
2.1. Hammer mill
2.1.a. Construction

?The system must be water resistant and its components must be accessible for washing/cleaning operations.
?All components that come in contact with processing material, such as the beater cross, must be manufactured from a high grade alloy steel or stainless steel.
?The unit must have a built-in feed hopper for loading of raw material.
?A separate outlet for ground material with a contained collection system which should be detachable from the body. .
? The mill
oMust be supplied with grinding screen of a wide variety of plant-based food and feed material.
oMust have a replaceable grinding plate.

2.1.b. Specification
? The unit must be suitable for general laboratory grinding operation and must not exceed the maximum dimensions of 4ft width (4’) x 5ft length (5’) (122cm x 152cm).
?Electric power of drive motor: min. 1.0 HP motor compatible with a 220-240 or higher Volt, single or three-phase electrical system.
?Operational Capacity: The system must be able to process at a minimum rate of 25 kilograms/hour (kg/h) without overheating the motor or grain.
?Usage:
oThe unit must be capable of milling operations of press-cakes from oil processing of a wide variety of agricultural commodities including at least the following oilseeds into flour: industrial hemp, flax and sunflower.
oIt must also be capable of simple milling-operation of dehulled small-size cereal grains, for example oat, or barley, into flour.
?The unit must be capable of processing a small size sample of 2-10 kg per operation.

2.2 Huller (de-huller)
2.2.a. Construction
?The system and its components must be constructed in water resistant material and the top cover must be removable for access to the components for cleaning operations.
?All components that come in contact with processing material must be manufactured from a high grade stainless steel or alloy steel.
?The unit must be equipped with a monitoring/control system for adjustable speed drive and air control.
?Must include a separate outlet for grain and chaff material with a contained collection system.

2.2.b. Specification
?The unit must be suitable for general laboratory grinding and must not exceed the maximum dimensions of 4ft width (4’) x 5ft height (5’) (122 cm x 152cm). Exterior finish must be powder coated finish or painted exterior finish.
?Electric power of drive motor:min. 1.0 HP motor compatible with a 230 or 460 Voltage, single or three-phase electrical system.
?Operational capacity: The system must be able to process at a minimum rate of 25 kilograms/hour (kg/h) without overheating the motor or grain.
?The unit must be able to process at least the following seeds: industrial hemp, oat, and sunflower.
?The unit must be capable of processing a small size sample of 2-10 kg per operation.

3. Delivery
?The unit must be delivered by March 31, 2021.
?The unit must be delivered to the Kentville Research and Development Centre at the following address:
Agriculture and Agri-Food Canada
32 Main Street
Kentville, Nova Scotia B4N 1J5

4. Training
?Training must be provided. Training may be provided through videoconferencing, or by other means of communication.
?The training must include, but not be limited to, the maintenance, use, cleaning, storage and operation of the equipment.

5. Documentation
The contractor must provide the following documents in English format:
?Two (2) hard copies or an electronic version of operation user manuals
?Two (2) hard copies or an electronic version of maintenance manual with listing of all major commercial components/part including model/part number and original manufacturer’s name.
?List of recommended spare parts, required fluids, belts and tools required to disassemble equipment for cleaning.

6. Option items
6.1Protective cover for each piece of equipment when not in use.

6.2Stainless steel tables or dollies equipped with casters to mount and secure each piece of equipment for transporting (from storage to work area) if not included.

7. Warranty

Contractor must supply a minimum of one (1) year total warranty on components, parts, and labour for the repair/ replacement of defective parts and components. Contractor must provide warranty maintenance and repairs in accordance with the requirements established by the manufacturer for the optimum performance throughout the warranty period.

3. Applicability of the trade agreement(s) to the procurement.
This procurement is subject to the Canadian Free Trade Agreement.

4. Justification for the Pre-Identified Supplier
After extensive research on the market of current suppliers, we have identified only one supplier that meets the essential requirements set out above and were unable to identify any other supplier that meets these requirements.

5. Government Contracts Regulations Exception(s)
The following exception to the Government Contracts Regulations is invoked for the procurement under subsection 6 (d) (only one firm is capable of performing the work) of the Government Contracts Regulations. Therefore, we invoke s. 6 (d) of the Government Contracts Regulations to set aside the requirement to solicit bids.

6. Exclusions and/or Limited Tendering Reasons

The following exclusion(s) and/or limited tendering reasons are invoked under the Canadian Free Trade Agreement (CFTA) – Article(s) 513 a) ( i,) and 513 b) (iii).

7. Period of the proposed contract or delivery date
The equipment must be delivered by March 31, 2021.

8. Cost estimate of the proposed contract
The estimated value of the contract is less than $100,000 GST/HST extra.
9. Name and address of the pre-identified supplier
Can-Seed Equipment Ltd.
810 66th Street, East
Saskatoon, SK S7P 0E4

10. Suppliers' right to submit a statement of capabilities
Suppliers who consider themselves fully qualified and available to provide the goods, services or construction services described in the ACAN 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.

11. Closing date for a submission of a statement of capabilities
The closing date and time for accepting statements of capabilities is February 5th, 2021 at 2:00pm AST.

12. Inquiries and submission of statements of capabilities
Leanne Nowakowski
A/Supply Team Leader, Acquisitions
Public Services and Procurement Canada

Telephone: (902) 403-7112
Facsimile: (902) 496-5001
E-mail: Leanne.Nowakowski@pwgsc.gc.ca

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.

Opportunity closing date
08 February 2021
Value of contract
to be confirmed

About the buyer

Address
Agriculture and Agri-Food Canada Canada

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?