Invitation to Tender 2016-515



Similar documents
CITY OF LAREDO PURCHASING DIVISION TERMS AND CONDITIONS OF INVITATIONS FOR BIDS

Request for Quotes Goods/Trade Services RFQ for Gas Chromatograph Mass Spectrometer (GCMS) (PCS# RFQ)

Canterbury Park Pool Chamber Replacement

REQUEST FOR PROPOSALS

MAJOR EQUIPMENT PURCHASE CONTRACT

REQUEST FOR PROPOSALS

PROPOSAL DOCUMENT LEGAL NOTICE - PROPOSALS WANTED GENERAL INFORMATION AND INSTRUCTION (IF YOU CHOOSE NOT TO SUBMIT A PROPOSAL, PLEASE COMPLETE PAGE )

Village of Nakusp RFQ Source Protection Plan


Request for Quotation

BUYING AGENCY AGREEMENT

Terms and Conditions v

Atrium Skylight Repair Carleton Lodge

TENDER DOCUMENTS PROCUREMENT OF GOODS PRICE QUOTATIONS. Public Procurement Board. Accra, Ghana

LEARNING CENTER WELCOME VIDEO

RFQ No. 4856B /MD. REQUEST FOR QUOTATION City of Norfolk. Vendor: Issued: 11/06/2015 Due: 2:00 PM

REQUEST FOR QUOTATION

REQUEST FOR QUOTATION

MUNICIPALITY OF CENTRE HASTINGS REQUEST FOR QUOTE

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

REQUEST FOR QUOTATION Quote # CAR WASH PUMP REPLACEMENT (This Is Not A Sealed Bid)

Castaic Lake Water Agency Storage Area Network Expansion. Request for Proposal. July 2012

TERMS AND CONDITIONS OF SALE. Quotations, Purchase Orders, Acknowledgements, Packing Lists/Slips, Invoices & Credits

REQUEST FOR PROPOSAL Procurement of Landscaping Services

Terms and Conditions of Offer and Contract (Works & Services) Conditions of Offer

RFP VOICE OVER IP PHONE SYSTEM BID: # BOE

CSA CONSTRUCTION, INC McAllister Road Houston, Texas SUBCONTRACTOR AGREEMENT

Invitation to Bid. Asphalt Restoration and Spot Repairs. For. Hardin County Water District No. 1

Provide Maintenance and Supporting Service ( ) for Networking Equipment and Software in HKSTP

ASBESTOS/LEAD SURVEY AND CONSULTING AGREEMENT BY AND BETWEEN NEW YORK UNIVERSITY / NYU HOSPITALS CENTER - OWNER - AND - CONSULTANT PROJECT

GENERAL TERMS & CONDITIONS OF QUOTE

a. Proposals shall be submitted in a sealed envelope and addressed as follows:

Flexible Circuits Inc. Purchase Order Standard Terms and Conditions

Attachment A: Terms and Conditions RFx Bid Opening: 07/06/2016

Request for Quotation

GALVESTON COUNTY HEALTH DISTRICT. Request For Proposal Health Insurance Broker Services RFP

PURCHASE ORDER TERMS AND CONDITIONS

Sealed bids will be received by the City of Dearborn, at the Office of the Purchasing

Split System Air Conditioning System Replacement at Area 3 Maintenance Facility

Request for Proposal Architectural/Engineering Services. Adapt/SouthRiver CHC. P a g e 1

SAMPLE SERVICES CONTRACT

SOLICITATION QUOTATION BLANKET ORDER

Springdale Public Works Department Specifications and Bid Document Roof Repair on Sign Shop Building at Public Works November

Enterprise Content Management Consultant

TENDER FOR ROOF REPAIR FOR THE NSLC S METEGHAN RETAIL STORE NOVA SCOTIA LIQUOR CORPORATION 93 CHAIN LAKE DRIVE HALIFAX, NOVA SCOTIA B3S 1A3

ATLANTA COMMERCIAL BOARD OF REALTORS, INC. EXCLUSIVE LISTING AGREEMENT FOR SALE OF REAL PROPERTY

CORPORATE SUPPLY ARRANGEMENT CS

INGREDION ANZ PTY LTD STANDARD TERMS AND CONDITIONS OF PURCHASE. 3. Price

REQUEST FOR PROPOSAL THE LEE: WINDOW TREATMENTS DELIVER SEALED PROPOSALS TO:

BROKER CARRIER AGREEMENT. THIS AGREEMENT is made and entered into on, 200, by and between REED FREIGHT SERVICES, INC. ( BROKER ) and ("CARRIER").

REQUEST FOR PROPOSAL INFORMATION TECHNOLOGY SECURITY CONSULTING BID INSTRUCTIONS

REQUEST FOR PROPOSALS For. Kelowna and Vernon Hospitals Project

Request for Proposal

REQUEST FOR BIDS. Project Management Technical Services

OUR COMPANY SOLICITATION FOR BIDS and CONTRACT FOR SERVICE. (Project)

PREFACE. The Contract for the Supply and Delivery of Goods has been prepared for use in supplies contracts which have the following characteristics:

SARPY COUNTY, NEBRASKA REQUEST FOR PROPOSALS. Jail Boiler Replacement Project For the. Facilities Management Department

COMMERCIAL CREDIT ACCOUNT APPLICATION

CITY OF LANCASTER RFP NO LANCASTER PERFORMING ARTS CENTER TICKETING SOFTWARE SUBMISSION DEADLINE. July 24, 2015 BY 11:00 A.M.

REQUEST FOR PROPOSAL RFP-20 Fleet Insurance Brokerage Services

1. INTERPRETATIONS AND DEFINITIONS Whenever used in this Agreement, the following terms shall have the meaning set out below:

PDQ Workholding LLC Terms and Conditions of Sale

Request for Proposal Hewlett Packard Network Switches and Peripherals

Request for Quote Number: PRC Baseball Diamond Backstop Re-Fence

TENDER NOTICE. SFI Manufacturing Private Limited (Co. Reg. No R) invites tenders for the following:

KRONOS CANADA, INC. TERMS AND CONDITIONS OF SALE

COUNTY OF SARPY, NEBRASKA SPECIFICATIONS. VOIP Phones For the. Various County Departments

Request for Proposal

PROFESSIONAL AUDIT SERVICES For FINANCIAL STATEMENTS HAVEN SOCIETY

Central Plumbing (Wellington) Limited

TOWN OF LINCOLN INVITATION TO BID EMERGENCY PLANNING, DISASTER RECOVERY AND HAZARD MITIGATION GRANT PROGRAM SERVICES RFP #

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Request for Proposal. Uintah High School Yearbook Publishing & Printing Services. Uintah School District 635 West 200 South Vernal Utah, 84078

CONDITIONS OF TENDER TENDER DESCRIPTION : THE CONSTRUCTION, MANAGEMENT AND OPERATION OF READY-MIX CONCRETE BATCHING PLANT AT

AGREEMENT BETWEEN THE UNIVERSITY OF TEXAS M. D. ANDERSON CANCER CENTER SERVICE PROVIDER for A PROJECT OF LIMITED SIZE OR SCOPE

REQUEST FOR QUOTATION (RFQ# INN-ICT-002) New Firewall for Innovacorp Nova Scotia Innovation Corporation (Innovacorp)

CONTRACT CONDITIONS FOR LOGISTICS (2014)

Purchase Order Terms and Conditions Beloit College

GENERAL TERMS AND CONDITIONS OF PURCHASE

REQUEST FOR QUOTATION. Quotes will be received in the Office of the Buyer II, Greenville Utilities Commission, 401

Request for Proposal

PROCUREMENT POLICY CHAPTER

CLOSING LOCATION Island Hwy Nanaimo BC, V9T 6N4

QNX Software Systems or QSS means QNX Software Systems International Corporation.

DUE DATE: August 23, :00 p.m.

Appendix 5 Overview of requirements in English

Supplier prequalification Document

COUNTY OF TANEY, MISSOURI

Century Fasteners & Machine Co., INC. /CFMC PURCHASE ORDER

JRI S STANDARD TERMS OF PURCHASE. Business Day: a day (other than a Saturday, Sunday or public holiday) when banks in London are open for business.

University of Missouri System Supply Chain

SolarEdge Technologies Ltd.

(House and Land) Approved by the Nova Scotia Real Estate Commission for use by Industry Members under the Real Estate Trading Act.

Transcription:

Invitation to Tender 2016-515 Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC Department of Process Engineering and Applied Science CFI Project June 27, 2016 Dalhousie University Procurement Department

Invitation to Tender DATE: June 27, 2016 TENDER NUMBER: CLOSING DATE: 2016-515/Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC Tenders must be received before 4:00:00 p.m. Atlantic Time, as designated by the procurement office clock, Monday July 18, 2016 All to be in accordance with the following and the attached: 1. Information to Bidders: (5 pages) 2. Requirements: (4 pages) 3. Tender Summary Form: (4 pages) 4. Product Review Form: (5 pages) 5. Appendix A: Terms and Conditions of Bidding: (1 page) 6. Appendix B: Terms and Conditions of Purchase Order: (2 pages) 7. Appendix C - References: (1 page) Bidders must submit their executed Tender and one exact copy on the forms provided by Dalhousie University, and any other documentation requested throughout the Invitation to Tender, or deemed relevant by the Bidder. Tenders must be submitted in a sealed envelope with the Tender number clearly marked on the outside of the envelope. Electronic or facsimile Tenders will not be accepted. It is the Bidder s responsibility to ensure Tenders arrive, at the Procurement Department, no later than the closing date and time specified, at the following address: DELIVER TENDERS TO: Dalhousie University Procurement Department RE: 2016-515/Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC Macdonald Building, Room 101 6300 Coburg Rd Halifax, NS B3H 4R2 ADDENDA Bidders are responsible for ensuring that they are aware of and have complied with any addenda as described in Section Information to Bidders It is the Bidder's responsibility to clarify interpretation of any item in this Invitation to Tender as per section COMMUNICATION, before the closing date and time specified, by contacting: Tender Detail: Patrick Greene, Senior Buyer, Procurement Phone (902) 494-6528; E-mail: patrickgreene@dal.ca (TCD) and a HPLC Page 2 of 24

INFORMATION TO BIDDERS 1. SCOPE OF WORK 1.1. Supply all labour, materials, tools, equipment and incidentals required for Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC as per requirements. 1.2. The acquisition of the equipment and/or services described in this document, is dependent on external funding through the Canada Foundation for Innovation (CFI) (see website: www.innovation.ca). 1.3. Bidders must therefore consider the following factors when responding to this Invitation to Tender: 1.3.1. The total award by CFI is positively affected by matching funds from other entities, for securing in-kind contributions such as donations of equipment, discounts above regular educational discounts, etc. Note: Inflation of list and or educational pricing in order to provide an IN-KIND contribution is not acceptable. 1.3.2. CFI requires all Bidders to identify and document the standard market price (Educational Price) for the equipment/service proposed and Dalhousie University s one-time special pricing, the difference being an in-kind contribution. The standard market price must be the price normally provided to educational institutions. In addition, Bidders must identify and document the standard market price of any equipment or service supplied at no charge. Bidders are asked to provide these details on the Proposal Summary Form attached. 1.3.3. The CFI approval process may extend to as long as six months. Correspondingly, it will affect the issuance of any purchase order resulting from this Invitation to Tender. 1.3.4. Warranty and/or service contract purchased at the same time as the research infrastructure. 1.3.5. To qualify for matching funds, we require your proposal clearly indicate both the best normal educational pricing as a separate line item within the pricing of your proposal as well as the in-kind contribution. 1.4. All equipment must meet applicable standards, CSA, approved equivalent or Dalhousie approved. Provide details with Tender submission. All products must have the certification mark directly on the product 1.5. Provide detailed pricing, including any quantity discount breaks and corresponding prices, with Tender responses. 1.6. Provide detailed specifications with Tender responses including information with regards to operating costs including details of power consumption. 1.7. Provide warranty details (if required) with Tender responses. 1.8. Provide maintenance contract details (if required) with Tender responses. 1.9. Provide software specifications and upgrade details with Tender responses. 1.10. Provide a detailed list of required consumable items complete with current pricing. 1.11. Quantities are estimates only. Actual quantities purchased may be increased or decreased due to budget constraints. 1.12. Demonstration of Proposed units may be required at no cost to the University. 2. CFI (Canada Foundation for Innovation)/NSRIT (Nova Scotia Research and Innovation Trust) 2.1. CFI is a national granting agency that will provide funds for the purchase of new and replacement equipment and for the renovation and upgrading of new and existing space. CFI s mandate is to increase the capacity of Canadian Universities and other not-for-profit institutions to carry out world class scientific research and technology development. To implement its mandate, the CFI promotes innovation by investing in research infrastructure, jointly with institutions and their funding partners. 2.2. NSRIT is the provincial arm funding Nova Scotia s universities, hospitals, colleges and research institutes enhance the infrastructure needed for scientific research and technology development and matches CFI federal funding. (TCD) and a HPLC Page 3 of 24

INFORMATION TO BIDDERS 2.3. The Federal Government has established guidelines for purchases funded by the CFI/NSRIT, whereby Universities acquiring certain commodity types may obtain matched funding when those commodities are sold to the University below the best normal educational pricing". 2.4. The grant applicant, if successful, generally obtains ~40% of the project money from CFI and ~40% from NSRIT based upon the matching of 20% of "in-kind" contributions received from vendors. Vendors may discount above 20% or below 20% if they wish. 2.4.1. The In-Kind contribution can be either in the form of a cash discount or donated equipment where the value of the donation is calculated in the same manner. 2.4.2. CFI will fund a warranty beyond the standard warranty period. Adjustments to best normal warranty costs qualify as in-kind. 2.4.3. In-kind: Potential Suppliers are requested to review the CFI guidelines http://www.innovation.ca/ (Programs -> CFI Policy & Program Guide -> clause 4.9 and 6.5) Please also describe the basis and supporting documentation for your best educational price. 2.4.4. If list price and best educational price are the same please provide a statement to explain why. 3. TAXES 3.1. All prices shall be Harmonized Sales Tax (HST) extra. 3.2. Where applicable, the Bidder shall indicate HST as a separate item on all documentation. The successful Bidder shall provide their HST Registration Number on all invoices. 4. DEFINITIONS In this Invitation to Tender, the following words or phrases have the corresponding meanings: 4.1. Contract Documents means Dalhousie University Purchase Order. 4.2. Owner means Dalhousie University. 4.3. Tender Summary Form means a written and legal document signed, sealed and submitted by the bidder for the consideration of Dalhousie University, containing the bid price, and completion/delivery time. 4.4. Tender Documents means this Tender, those documents listed in the Tender Summary Form and all Appendices to Tender. 4.5. Tender Price means monetary sum identified by the Bidder in the Tender Summary Form. 5. TENDER CALL 5.1. Tenders signed and dated must be received in sealed envelopes, before the stipulated date and time specified in the Invitation to Tender and marked as follows: Dalhousie University Procurement Department RE: 2016-515/Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC Macdonald Building, Room 101 6300 Coburg Rd Halifax, NS B3H 4R2 5.2. No facsimile or electronic Tenders, or amendments thereto, will be accepted. (TCD) and a HPLC Page 4 of 24

INFORMATION TO BIDDERS 6. AMENDMENTS 6.1. Amendments to a submitted Tender will be permitted if received in writing, in a sealed envelope, prior to Tender closing time and if endorsed by the same party or parties who signed and sealed the Tender. 7. CONFIDENTIALITY OF INFORMATION 7.1. All documents, information, specifications, requirements, tracings, or attachments provided by Dalhousie University and pertaining to this Tender remains the property of the University and shall be treated in strict confidence by the Bidder. No part of this Tender may be transmitted to, or discussed with a third party, nor reproductions made thereof, without prior written consent of the University, except for the purpose of this Tender. 8. OWNERSHIP OF TENDERS 8.1. All documents, including Tenders, submitted to The Owner become the property of the Owner. 9. COMMUNICATION 9.1. The University will not assume responsibility for oral instructions or suggestions. Should the Bidder find discrepancies in, or omissions from the requirements or specifications, or should the Bidder be in doubt as to their meaning, the Bidder shall notify the Procurement Department, who may if necessary, send written addenda to all Bidders. 9.2. It is the Bidders responsibility to clarify interpretation on any item in these documents, by contacting the representatives in the Invitation to Tender. Clarifications and alternates requested by the Bidders must be submitted in writing by 4:00 p.m. Atlantic Time, five working days before the closing date. The reply may be in the form on an addendum, a copy of which will be forwarded to known Bidders no later than 4:00 p.m. Atlantic Time, three working days before the closing date. 9.3. The Bidder shall notify the Owner in writing immediately upon finding discrepancies or omissions from the Tender Documents. 9.4. All Bidders will be notified in writing as to the award once a decision has been made. 9.5. There will be no obligation to receive unsolicited information, whether written or oral, from any Bidder. 10. ADDENDA 10.1. Addenda may be issued during the Tender call, bidders are requested to note the number of Addenda considered in their bid on the Tender Summary Form. 10.2. All addenda become part of the Tender documents. The bidder is deemed to have read and accepted all addenda issued. The onus remains on bidders to make any necessary amendments to their Tender based on the addenda. The Tender price must include any changes or clarifications set out in the addenda. 10.3. Bidders are responsible for ensuring that they are aware of and have complied with any Addenda by visiting www.gov.ns.ca/tenders ADDENDA WILL NOT BE DISTRIBUTED TO BIDDERS. ALL ADDENDA WILL BE POSTED ON THE NOVA SCOTIA GOVERNMENT WEBSITE ONLY. (TCD) and a HPLC Page 5 of 24

INFORMATION TO BIDDERS 11. INDEMNITY 11.1. The successful bidder will be required to provide Dalhousie with proof that it owns or has sufficient rights in all intellectual property in the equipment and software that is supplied, and further to indemnify Dalhousie in the event of a third party claim for infringement of intellectual property rights in relation to the equipment or software. 12. INSURANCE 12.1. The Bidders shall be required to provide proof satisfactory to the University that the Bidder has valid subsisting public liability and property damage insurance, and owned and non-owned auto insurance, showing the types of coverage, the amounts and the effective dates of the insurance, which shall not be less than $2,000,000.00 (two million dollars) for bodily injury and property damage inclusive limits or such greater amounts as elsewhere provided in the Tender. The insurance policy shall remain in force for the duration of the Contract. All insurance premiums shall be paid by the successful Bidder. An original document is required from the successful Bidder. 13. CORPORATE REFERENCES 13.1. Bidders shall provide three corporate references along with information on the type and scope of business that you are providing these organizations. If you have been the Supplier for a contract similar in nature to the one envisaged in this Tender, provide that information, along with the name and telephone number of a contact person. The University reserves the right to contact references without prior consent of the Bidder. (Appendix C) 14. TENDER INELIGIBILITY 14.1. Tenders will be declared ineligible for consideration if they do not meet the following requirements. 14.1.1. Tenders that are not provided in sealed envelopes. 14.1.2. Tenders that do not include one signed copy of the Tender Summary Form. 14.1.3. Tenders that are not executed on the forms provided by the owner. 14.1.4. Tenders that are not signed, improperly signed or illegible. 14.1.5. Erasures, alterations to the tendered price(s) that are not initialled by or on behalf the bidder. 14.1.6. Tenders submitted after the date and time specified. 14.1.7. Tender Summary Forms submitted by facsimile transmission or email. 15. LATE SUBMISSIONS 15.1. Late submissions, upon request will be returned to the Bidder. Otherwise they may be kept on file for Procurement records or shredded at the discretion of the Procurement Department. 16. EVALUATION BY THE UNIVERSITY 16.1. The University shall evaluate all valid Tenders and select the Tender most attractive to the University and which, in the sole discretion of the University, is deemed to be in the best interest of the University. 16.2. Without limiting the meaning of the terms "most attractive" and "the best interest of the University", the following criteria normally will be included in the evaluation of Tenders: 16.2.1. Compliance to Tender Requirements and Specifications (TCD) and a HPLC Page 6 of 24

INFORMATION TO BIDDERS 16.2.2. Compliance to Contractual Terms and Conditions 16.2.3. Total evaluated cost 16.2.4. Delivery/completion time 16.2.5. Experience of Bidder on projects of similar size and scope 16.2.6. Previous experience with the University 16.2.7. Superior design features considered advantageous to Dalhousie 16.2.8. Operating and maintenance costs (where applicable) 16.2.9. Reliability/reputation of product being supplied (where applicable) 16.2.10. Adaptability and modification potential to meet future University needs 16.2.11. Ease of integration with current University operations 16.2.12. Environmental impact 16.2.13. Corporate Ethics Policy 16.3. Where the University has stated requirements or specifications that must meet a "minimum" standard, a Bidder may include a project or product, which exceeds said standards provided there are advantages to the University in terms of operating or capital costs or other relevant factors. 16.4. The University reserves the right to clarify any portion of a Tender with any Bidder and to negotiate with one or more Bidders during the evaluation process. Such clarification will form an integral part of that Bidder's Tender. 16.5. All costs incurred in preparing a Tender, or presenting or elaborating upon a Tender, shall be borne solely by the Bidder. 16.6. The University will evaluate Tender s based on the evaluation criteria specified in the Tender Document. The lowest or any Tender will not necessarily be accepted. 17. SUSTAINABILITY CONSIDERATIONS 17.1. Evaluation of responses will include consideration of financial, social and environmental factors. Bidders are encouraged to discuss these factors in their tender response. 18. SPECIAL CONDITIONS 18.1. Smoking is not permitted on University property. 18.2. No overtime charges of any kind will be permitted unless authorized by the University prior to the start of the work. 18.3. The successful Proponent shall, at all times, comply with the requirements of Dalhousie s applicable policies, guidelines and procedures found at this link: http://www.dal.ca/dept/university_secretariat/policies.html 18.3.1. The following are particularly important: 18.3.1.1. Dalhousie Harassment Policy 18.3.1.2. Dalhousie Safety Program 18.3.1.3. Vehicle Anti-Idling Guideline 18.3.2. The successful Bidder shall ensure that Dalhousie s property is kept clean of any rubbish or surplus materials resulting from the performance of services on behalf of Dalhousie. All costs associated with the removal of the debris from the premises shall be the responsibility of the Bidders. (TCD) and a HPLC Page 7 of 24

REQUIREMENTS A. OVERVIEW: The successful bid will be for equipment to support a multidisciplinary research program in the area of microalgae cultivation, biomass characterization and product extraction. Department of Process Engineering and Applied Science at Dalhousie University. The equipment will be utilized by scientists with wide backgrounds in chemistry, chemical engineering and biology and levels of training (for example, undergraduate summer students up to professional postdoctoral researchers). Thus, the basic functions of the system must be easy to master and modify as needed. B. BUDGET ESTIMATE: The total estimated budget for all is approximately $184,000.00 Canadian Dollars, excluding taxes. This is considering the cash price after including all CFI In-Kind (or other) discounts. i. If a vendor must quote in any currency other than Canadian (i.e. USD, Euro etc) they should consider the currency exchange to Canadian Dollars. ii. Bidders are encouraged to submit multiple options as per ALTERNATES/OPTIONS in Information to Bidders above. iii. If no options exist within budget and/ or if alternates have justified advantages we may choose those options in whole or in part, pending available funds. C. DELIVERY: Delivery by August 2016 or earlier is ideal. Bidders shall state their earliest firm delivery schedule, in weeks, on the Tender Summary Form. Delivery will be to (This is the final product destination, DO NOT deliver your Tender bid to this address): Department of Process Engineering and Applied Science Sexton House, Rm F-208 Dalhousie University 1360 Barrington Street, PO Box 15000 Halifax, NS B3H 4R2 No ramp or loading equipment available will require power tailgate truck. Delivery direct to the lab inside the building will be required. Note: The following requirements are based on what we currently know is available or will best suit the need. Variations may be acceptable if they still meet all of our needs. List any variances in the product review form or identify alternate products as listed below. 1. GC with MS, FID and TCD detectors 1.1 General Requirements: Dalhousie University requires the purchase of a gas chromatograph system with mass spectrometer as detector with FID and TCD. Equipment will be used for to detect and quantitatively analyze variety of compounds including, sugars, lipids and pigments. The service, installation and familiarization to be offered be the same company. The company should have service technician trained for the service and maintenance of the instrument we are looking for. It should be indicated where the service technician is located. Preference will be with companies offering a local (Halifax) service person. All specifications should have an official reference document. All equipment should meet applicable standards, CSA or approved equivalent or Dalhousie approved. Provide details with tender submission. All products should have the certification mark directly on the product. Provide detailed pricing, including any quantity discount breaks and corresponding prices. All the components to be provided from a single vendor. (TCD) and a HPLC Page 8 of 24

REQUIREMENTS 1.2 Expected Outcomes/Deliverables The successful bid will deliver a gas chromatograph (GC) with mass spectrometry (MS), flame ionization (FID) and thermal conductivity (TCD) as well as high performance liquid chromatography (HPLC) with multi wavelength detector and a refractive index detector. Micro GC is an optional item. 1.3 Functional Requirements for GC: 1.3.1 System capabilities 1.3.1.1. The device must be equipped with a hydrogen safety shutdown system able to shut down the gas flow and heaters if a leak is detected; 1.3.1.2. Should have programmable power saving mode. 1.3.2 Oven 1.3.2.1. 120V oven with temperature ramp rate up to 75ºC/min; oven can also be 220V 1.3.2.2. Negative temperature ramps allowed 1.3.2.3. Quick cool down time; 1.3.2.4. Operating temperature minimal range: + 4ºC to 450 ºC; 1.3.2.5. Integrated explosion protection system; 1.3.2.6. Retention time locking ready or equivalent. 1.3.3 Injection ports 1.3.3.1. One injection port split/splitless type for direct injection on capillary 1.3.3.2. Temperature up to 400 o C should be accommodated 1.3.3.3. One injection port Multi mode flexibility of a standard split/splitless inlet, combined with temperature programmable capabilities 1.3.3.4. Temperature control of the injector (e.g., with N 2 or CO 2 ) 1.3.3.5. Built in Turn-top inlet sealing system for quick, easy injector liner changes 1.3.4 Detectors 1.3.4.1. Electronic pneumatics control and electronic on/off for all detector gases. 1.3.4.2. EPC compensated for atmospheric pressure and temperature variation. 1.3.4.3. Flame ionization detector (FID) that responds to most organic compounds that can handle up to 450 C maximum operating temperature 1.3.4.4. Thermal conductivity detector (TCD), a universal detector that responds to all 1.3.4.5. compounds, excluding the carrier gas that can handle up to 400 C 1.3.5 Auto samplers 1.3.5.1. Carryover less than 1 part in 100,000 1.3.5.2. Fast injections 1.3.6 Peripherals equipment 1.3.6.1. A computer including the software needed for the proper functioning of all modules of the instrument as well as real time raw data recording. The computer must be equipped with Microsoft Windows and LCD screen. 1.3.6.2. It would be an asset to be able to use the data acquired on "MSD chemstation productivity software" and thus be able to reprocess these data for comparative purposes 1.3.7 MS detector 1.3.7.1. The MS system must be equipped with a diffusion pump. 1.3.7.2. 1.6 1050 u minimum mass range 1.3.7.3. Scan speed up to 12 000 u/sec 1.3.7.4. Quadrupole operating at up to 200 ºC (TCD) and a HPLC Page 9 of 24

REQUIREMENTS 1.3.7.5. Must include Ion source built with inert materials 1.3.7.6. Ion source temperature controllable from at least 150-350 ºC 1.3.7.7. Quadrupole electrode surfaces covered by material highly resistant to oxidation 1.3.7.8. Mass spectrometer should not fragmentize in the event of a hydrogen deflagration. 1.3.8 Software 1.3.8.1. It would be an asset to be able to use the data acquired on "MSD chemstation productivity software" and thus be able to reprocess these data for comparative purposes 1.4 Installation, setup and warranty 1.4.1 Installation must be included. 1.4.1.1. The company should have a service technician based in Halifax who is able to respond within 48 hours 1.4.1.2. A one year warranty should be included 1.4.1.3. The company must offer optional extended warranty for years 2, 3 and extra years 1.4.1.3.1. As this is a major investment for our laboratory, the company must offer from the date of purchase, guarantees of at least 10 years. Company collateral must be included in the offer showing this feature. 1.5 Basic operation training 1.5.1 Familiarization with both software and instrument usage should be included. 2. HPLC 2.1 General Requirements: An HPLC with multi-wavelength detector, refractive index detector, autosampler is required 2.2 Functional Requirements for HPLC: 2.2.1 Pump 2.2.1.1. The pump must be a gradient pump and allow gradient using up to 4 different solvents (quaternary gradient). 2.2.1.2. The pump should be a dual plunger in series pump with servo-controlled variable stroke drive, floating plungers and active inlet valve. 2.2.1.3. The pump should have a flow rate from 0.2 10 ml/min, with incrimination of 0.001 ml/ min for gradient precision. 2.2.1.4. The pump should include a 4 channel integrated degasser. 2.2.2 Autosampler 2.2.2.1.Injection range 0.1 100 µl L 2.2.2.2.The autosampler must include cooling capacity down to 4 C 2.2.3 Column compartment 2.2.2.3. The column compartment should have a temperature range from 10 C 2.2.2.4. below ambient to 80 C 2.2.2.5. The column compartment should have Temperature stability ± 0.15 C 2.2.2.6. The column compartment should have Temperature accuracy ± 0.8 C with calibration ± 0.5 C 2.2.2.7. The column compartment should have Column capacity Three 30 cm columns (TCD) and a HPLC Page 10 of 24

REQUIREMENTS 2.2.3 Multiple wavelength detector 2.2.3.1. The Wavelength accuracy should be of ± 1 nm, self-calibration with deuterium lines, verification with holmium oxide filter 2.2.3.2. Number of signals up to 8 wavelenght 2.2.3.3. A standard flow cell should be included. 2.2.3.4. Wavelength range 190 950 nm 2.2.4 software 2.2.4.1. Software controlling all component of the instrument must be included. 2.2.4.2. The software should include a comprehensive maintenance module for diagnostic and calibration, The software must be able to monitor the HPLC in real time 2.2.4.3. The software must early maintenance feedback, which tracks system usage such as lamp burn time or solvent usage. 2.3 Installation, setup and warranty 2.3.1 Warranty: a one year warranty on parts and labor should be included 2.3.2 The company should offer optional extended warranty for 2,3 and extra years 2.3.3 The company ideally should have a service technician based in Halifax. 2.3.4 Installation must be included. 2.4 Basic operation training 2.4.1 The familiarization should be included. Familiarization should include software and instrument usage. 2.5 Delivery: The equipment should be delivered to the lab, location provided above. 3. Optional Items: 3.1 Micro GC is an optional item with capability to analyze the following gases: N 2, O 2, CH 4 and CO as well as separate C1-C6, CO 2, Biogas. The columns should offer backflush capabilities and have a heated inlet. Software must also be included. Installation, familiarization and 1 year warranty must be offered by the vendor. 4. BIDDER INNOVATION AND ALTERNATIVES/OPTIONS 4.1 The University encourages Bidder innovation. If a Bidder offers goods or services different than those specified in the Tender, and, these may be of advantage to the University, Bidders are strongly encouraged to submit as many of these alternatives as they see fit. 4.2 The original Tender Summary Form is to be completed to represent the requirements and specifications identified in the tender document. Alternative(s) or option(s) should be clearly distinguished and identified with the words Alternate/Option A or Alternate/Option B etc. (TCD) and a HPLC Page 11 of 24

TENDER SUMMARY FORM 1. SCOPE OF WORK 1.1. Supply all labour, materials, tools, equipment and incidentals required for Supply of Gas Chromatography Mass Spectrometry (GCMS), Flame Ionization Detector (FID) and Thermal Conductivity Detector (TCD) and a HPLC as per requirements. 1.2. The acquisition of the equipment and/or services described in this document, is dependent on external funding through the Canada Foundation for Innovation (CFI) (see website: www.innovation.ca). 1.3. Bidders must therefore consider the following factors when responding to this Invitation to Tender: 1.3.1. The total award by CFI is positively affected by matching funds from other entities, for securing in-kind contributions such as donations of equipment, discounts above regular educational discounts, etc. Note: Inflation of list and or educational pricing in order to provide an IN-KIND contribution is not acceptable. 1.3.2. CFI requires all Bidders to identify and document the standard market price (Educational Price) for the equipment/service proposed and Dalhousie University s one-time special pricing, the difference being an in-kind contribution. The standard market price must be the price normally provided to educational institutions. In addition, Bidders must identify and document the standard market price of any equipment or service supplied at no charge. Bidders are asked to provide these details on the Proposal Summary Form attached. 1.3.3. The CFI approval process may extend to as long as six months. Correspondingly, it will affect the issuance of any purchase order resulting from this Invitation to Tender. 1.3.4. Warranty and/or service contract purchased at the same time as the research infrastructure. 1.3.5. To qualify for matching funds, we require your proposal clearly indicate both the best normal educational pricing as a separate line item within the pricing of your proposal as well as the in-kind contribution. 1.4. All equipment must meet applicable standards, CSA, approved equivalent or Dalhousie approved. Provide details with Tender submission. All products must have the certification mark directly on the product 1.5. Provide detailed pricing, including any quantity discount breaks and corresponding prices, with Tender responses. 1.6. Provide detailed specifications with Tender responses including information with regards to operating costs including details of power consumption. 1.7. Provide warranty details (if required) with Tender responses. 1.8. Provide maintenance contract details (if required) with Tender responses. 1.9. Provide software specifications and upgrade details with Tender responses. 1.10. Provide a detailed list of required consumable items complete with current pricing. 1.11. Quantities are estimates only. Actual quantities purchased may be increased or decreased due to budget constraints. 1.12. Demonstration of Proposed units may be required at no cost to the University. 2. CFI (Canada Foundation for Innovation)/NSRIT (Nova Scotia Research and Innovation Trust) 2.1 CFI is a national granting agency that will provide funds for the purchase of new and replacement equipment and for the renovation and upgrading of new and existing space. CFI s mandate is to increase the capacity of Canadian Universities and other not-for-profit institutions to carry out world class scientific research and technology development. To implement its mandate, the CFI promotes innovation by investing in research infrastructure, jointly with institutions and their funding partners. 2.2 NSRIT is the provincial arm funding Nova Scotia s universities, hospitals, colleges and research institutes enhance the infrastructure needed for scientific research and technology development and matches CFI federal funding. (TCD) and a HPLC Page 12 of 24

TENDER SUMMARY FORM 2.3 The Federal Government has established guidelines for purchases funded by the CFI/NSRIT, whereby Universities acquiring certain commodity types may obtain matched funding when those commodities are sold to the University below the best normal educational pricing". 2.4 The grant applicant, if successful, generally obtains ~40% of the project money from CFI and ~40% from NSRIT based upon the matching of 20% of "in-kind" contributions received from vendors. Vendors may discount above 20% or below 20% if they wish. 2.4.1 The In-Kind contribution can be either in the form of a cash discount or donated equipment where the value of the donation is calculated in the same manner. 2.4.2 CFI will fund a warranty beyond the standard warranty period. Adjustments to best normal warranty costs qualify as in-kind. 2.4.3 In-kind: Potential Suppliers are requested to review the CFI guidelines http://www.innovation.ca/ (Programs -> CFI Policy & Program Guide -> clause 4.9 and 6.5) Please also describe the basis and supporting documentation for your best educational price. 2.4.4 If list price and best educational price are the same please provide a statement to explain why. 3. REVIEW OF TENDER REQUIREMENTS 3.1. The undersigned Bidder has carefully examined every part of the proposed Contract, and thoroughly understands its stipulations, requirements, and provisions. 3.2. ADDENDA The bidder is requested to confirm that it has included all addenda by listing the addenda numbers or, if no addenda were issued, by writing the word None on the following line:. Proponents who fail to complete this section will be deemed to have received and included all addenda. 3.3. PRICE DETAIL All prices shall be FOB Dalhousie University, offloaded and installed, freight prepaid and included. 3.4. If a Tender is accepted, the successful Bidder may make no variation of any quoted prices except for changes due to increases or decreases in eligible government taxes or duties, governmental transportation tariffs, or decreases in the price of technology. 3.5. All prices are assumed to be in Canadian Funds unless otherwise specified by the Bidder. 4. VALIDITY OF OFFER 4.1 Unless otherwise specified by the Bidder, Dalhousie will consider all Tenders irrevocable and valid for acceptance for a period of 90 days from the Tender closing date. 5. BASIS FOR AWARD 5.1 It is the intention of the University that if awarded, to award the complete Tender to one Bidder. In the event that the University s requirements cannot be completely or are not ideally met, as determined by the University, the award may be split amongst multiple proponents to best meet the needs of the University. 6. ARITHMETIC CHECKS 6.1 In Cases where the extended unit price is incorrect, the unit price on the original Tender Summary Form will be used and the total corrected. 6.2 If it becomes necessary to correct an error made on the Tender Summary Form, such correction must be initialled and dated by the person or persons signing the Tender Summary Form. (TCD) and a HPLC Page 13 of 24

(GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL TENDER SUMMARY FORM Discount Structure (if offered) Show Unit Price only - NOT discount percentage or deducted amount Item Description Qty GC with MS, FID and TCD detectors inclusive of all 1 1 requirements 1.4 Installation inclusive of all requirements Manufacturer/ Model# List UNIT Price (Excluding HST) Educational UNIT Price (Excluding HST) One Time CFI UNIT Special Price if offered (Excluding HST) Standard Warranty Details Delivery In Weeks ARO 1.5 Training inclusive of all requirements Shipping including all enviro handling fees, hazardous charges etc. (FOB Dalhousie as noted above): TOTAL TENDERED PRICE FOR ITEM 1 (excluding HST): $ 2 HPLC inclusive of all requirements 2.3 2.4 Installation inclusive of all requirements Training inclusive of all requirements 1 Shipping including all enviro handling fees, hazardous charges etc. (FOB Dalhousie as noted above): TOTAL TENDERED PRICE FOR ITEM 2 (excluding HST): $ TOTAL TENDERED PRICE FOR ITEMS 1 AND 2 (excluding HST): $ Sign and complete the following page. (TCD) and a HPLC Page 14 of 24

(GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL TENDER SUMMARY FORM Optional: Warranty Not included in the Above for Item 1 Item Extended Warranty Details List UNIT Price (Excluding HST) Educational UNIT Price (Excluding HST) Special CFI UNIT Pricing (Excluding HST) Total Price (For warranty period specified) (Excluding HST) Total Warranty Period (Years) A. B. C. D. Optional: Warranty Not included in the Above for Item 2 Item Extended Warranty Details List UNIT Price (Excluding HST) Educational UNIT Price (Excluding HST) Special CFI UNIT Pricing (Excluding HST) Total Price (For warranty period specified) (Excluding HST) Total Warranty Period (Years) A. B. C. D. If the required information in Tender Ineligibility is not included with the Tender submission it will be ineligible for consideration. PRICES VALID FOR: Days TERMS OF PAYMENT (minimum 30 days) NAME OF FIRM: COMPLETE ADDRESS: TELEPHONE: FAX: EMAIL: PRINTED NAME OF PRIMARY CONTACT PERSON WITH AUTHORITY TO COMMIT ON BEHALF OF THE BIDDER SIGNATURE: DATE: (TCD) and a HPLC Page 15 of 24

(GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL ) PRODUCT REVIEW FORM 1. GC with MS, FID and TCD detectors 1.3.1 System capabilities 1.3.1.1 The device must be equipped with a hydrogen safety shutdown system able to shut down the gas flow and heaters if a leak is detected; 1.3.1.2 Should have programmable power saving mode. 1.3.2 Oven 1.3.2.1 120V oven with temperature ramp rate up to 75ºC/min; oven can also be 220V 1.3.2.2 Negative temperature ramps allowed 1.3.2.3 Quick cool down time; 1.3.2.4 Operating temperature minimal range: + 4ºC to 450 ºC; 1.3.2.5 Integrated explosion protection system; 1.3.2.6 Retention time locking ready or equivalent. 1.3.3 Injection ports 1.3.3.1 One injection port split/splitless type for direct injection on capillary 1.3.3.2 Temperature up to 400oC should be accommodated 1.3.3.3 One injection port Multi mode flexibility of a standard split/splitless inlet, combined with temperature programmable capabilities 1.3.3.4 Temperature control of the injector (e.g., with N2 or CO2) 1.3.3.5 Built in Turn-top inlet sealing system for quick, easy injector liner changes 1.3.4 Detectors 1.3.4.1 Electronic pneumatics control and electronic on/off for all detector gases. Product Review Details Comments (TCD) and a HPLC Page 16 of 24

1.3.4.2 EPC compensated for atmospheric pressure and temperature variation. 1.3.4.3 Flame ionization detector (FID) that responds to most organic compounds that can handle up to 450 C maximum operating temperature 1.3.4.4 Thermal conductivity detector (TCD), a universal detector that responds to all 1.3.4.5 compounds, excluding the carrier gas that can handle up to 400 C 1.3.5 Auto samplers 1.3.5.1 Carryover less than 1 part in 100,000 1.3.5.2 Fast injections 1.3.6 Peripherals equipment 1.3.6.1 A computer including the software needed for the proper functioning of all modules of the instrument as well as real time raw data recording. The computer must be equipped with Microsoft Windows and LCD screen. 1.3.6.2 It would be an asset to be able to use the data acquired on "MSD chemstation productivity software" and thus be able to reprocess these data for comparative purposes 1.3.7 MS detector 1.3.7.1 The MS system must be equipped with a diffusion pump. 1.3.7.2 1.6 1050 u minimum mass range 1.3.7.3 Scan speed up to 12 000 u/sec 1.3.7.4 Quadrupole operating at up to 200 ºC 1.3.7.5 Must include Ion source built with inert materials 1.3.7.6 Ion source temperature controllable from at least 150-350 ºC INVITATION TO TENDER 2016-515 (GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL ) PRODUCT REVIEW FORM (TCD) and a HPLC Page 17 of 24

1.3.7.7 Quadrupole electrode surfaces covered by material highly resistant to oxidation 1.3.7.8 Mass spectrometer should not fragmentize in the event of a hydrogen deflagration. 1.3.8 Software 1.3.8.1 It would be an asset to be able to use the data acquired on "MSD chemstation productivity software" and thus be able to reprocess these data for comparative purposes INVITATION TO TENDER 2016-515 (GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL ) PRODUCT REVIEW FORM Safety/Energy Standards: Provide Details Comments Applicable standards CSA or approved equivalent or Dalhousie approved. Provide details with Tender submission. All products must have the certification mark directly on the product. Energy star-rated 2. HPLC 2.2.1 Pump Product Review Details 2.3.1.1 The pump must be a gradient pump and allow gradient using up to 4 different solvents (quaternary gradient). 2.3.1.2 The pump should be a dual plunger in series pump with servo-controlled variable stroke drive, floating plungers and active inlet valve. 2.3.1.3 The pump should have a flow rate from 0.2 10 ml/min, with incrimination of 0.001 ml/ min for gradient precision. 2.3.1.4 The pump should include a 4 channel integrated degasser. 2.2.2 Autosampler 2.3.2.1 Injection range 0.1 100 µl L (TCD) and a HPLC Page 18 of 24

2.3.2.2 The autosampler must include cooling capacity down to 4 C 2.2.3 2.2.3 Column compartment 2.3.3.1 The column compartment should have a temperature range from 10 C 2.3.3.2 below ambient to 80 C 2.3.3.3 The column compartment should have Temperature stability ± 0.15 C 2.3.3.4 The column compartment should have Temperature accuracy ± 0.8 C with calibration ± 0.5 C 2.3.3.5 The column compartment should have Column capacity Three 30 cm columns 2.2.4 Multiple wavelength detector 2.3.4.1 The Wavelength accuracy should be of ± 1 nm, selfcalibration with deuterium lines, verification with holmium oxide filter 2.3.4.2 Number of signals up to 8 wavelenght 2.3.4.3 A standard flow cell should be included. 2.3.4.4 Wavelength range 190 950 nm 2.2.5 software 2.3.5.1 Software controlling all component of the instrument must be included. 2.3.5.2 The software should include a comprehensive maintenance module for diagnostic and calibration, The software must be able to monitor the HPLC in real time 2.3.5.3 The software must early maintenance feedback, which tracks system usage such as lamp burn time or solvent usage. INVITATION TO TENDER 2016-515 (GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL ) PRODUCT REVIEW FORM (TCD) and a HPLC Page 19 of 24

(GCMS), FLAME IONIZATION DETECTOR (FID) AND THERMAL ) PRODUCT REVIEW FORM Safety/Energy Standards: Provide Details Comments Applicable standards CSA or approved equivalent or Dalhousie approved. Provide details with Tender submission. All products must have the certification mark directly on the product. Energy star-rated Warranty (initial) Yes No Period Comments Parts Included Labour Included Identify who will provide warranty service and the turnaround time of service requests. Provide an explanation of the warranty regarding what is covered and for how long regarding parts and labour. What is the anticipated delivery time when we order parts? Bidders are to provide the location of the nearest service center and average turnaround for maintenance and repair. Are there costs associated with software updates? If so, please provides details. When does Warranty Begin (i.e., upon delivery, installation etc.) Service on site or provide location of your nearest service centre Warranty (extended if purchased) Yes No Period Comments Parts Included Labour Included Service on site or provide location of your nearest service centre (TCD) and a HPLC Page 20 of 24

TERMS AND CONDITIONS OF BIDDING APPENDIX A 1. GENERAL 1.1. The Bidder declares that the Tender is not made in connection with any other Bidder submitting a Tender for the same goods or services and is in all respects fair and without collusion or fraud. 1.2. The Bidder represents that it does not discriminate based upon race, color, religion, sex, marital status, age, national origin, or disability. 1.3. It is the responsibility of the Bidder to ensure that no representative extends entertainment, gifts, gratuities, discounts or special services, regardless of value, to an employee of the University, or any member of the University Board of Governors, Senate, Faculty or Departments. Bidders shall report to the Director, Procurement, any attempt to obtain such favours. Furthermore, Bidders shall disclose if any University employee is involved with the Bidder's company in any way. 1.4. All documents, information, requirements, specifications, tracings, or attachments provided by the University and pertaining to this Bid Document remain the property of the University and shall be treated in strict confidence by the Bidder. No part of this Bid Document may be transmitted to, or discussed with a third party, nor reproductions made thereof, without prior written consent of the University. 1.5. The submission of a Tender shall be deemed proof that the Bidder is satisfied as to all provisions of the Bid Document. The University will not entertain claims based on assertion by the Bidder that it was uninformed or unaware of requirements and specifications, terms or conditions, and addenda. 1.6. All Tenders shall be in enough detail to allow the University to determine the Bidder's position from the documents received. The University may refuse to consider any Tender that does not include documentation or other information specified in the Tender Bid Document. 1.7. Bidders are advised that no commitment shall exist until such time as the successful Bidder receives official written notice from the University. 1.8. The University reserves the right to cancel the Tender process at any time. In the event of any such cancellation, the University shall not be obligated to pay any costs, damages or claims of any type or kind to any Bidder or potential Bidder. 1.9. The successful Bidder shall agree to all University Terms and Conditions of Purchase Order. (TCD) and a HPLC Page 21 of 24

TERMS AND CONDITIONS OF PURCHASE ORDER APPENDIX B 1. Unless waived or otherwise agreed in writing by the University, this Purchase Order and its terms and conditions shall not be altered, amended, varied, or modified. Any inconsistent or additional terms or conditions proposed by the Supplier are hereby rejected and shall not bind the University in any way. In the event that the terms and conditions of this Purchase Order are in conflict with, or differ from, the Supplier's terms and conditions, the terms and conditions of this Purchase Order shall prevail. 2. All documents, information, specifications, blueprints, tracings, or attachments provided by the University and pertaining to this Purchase Order must be treated in strict confidence by the Supplier and must not be transmitted to, or discussed with, a third party, nor reproductions made thereof, without prior written authorization of the University. 3. Unless otherwise specified, all shipments shall be delivered FOB destination, offloaded and installed (where specified), freight prepaid and included. It is the Supplier's responsibility to arrange full and complete protection of all shipments to the University. No additional charges of any kind, including charges relating to boxing, packaging or cartage will be allowed unless specifically agreed to in writing by the University. All packaging must adequately protect the goods given their specific nature. The Supplier shall ensure that University's property is kept clean of any rubbish or surplus materials resulting from the supply of goods or services. Title to goods, and the risk of loss or damage to such goods, shall transfer from the Supplier to the University upon delivery of the goods to, and acceptance of them by, the University. 4. The Supplier guarantees that goods or services will be delivered in accordance with the specification, drawing, sample, or quotation referenced or attached hereto, and agrees that this guarantee shall survive acceptance of goods or services by the University. Goods or services delivered which are not in accordance with this condition may be returned to the Supplier, or rectified by the Supplier, at the Supplier's expense, at the option of the University. 5. In the event of the Supplier's failure to deliver as and when specified, the University may cancel this Purchase Order in whole or in part without prejudice to other rights and remedies, and may return part or all of any shipment at the Supplier's expense. 6. Payments will be made in Canadian funds unless otherwise stated on this Purchase Order. Where applicable, the dates and amounts of cash discounts shall be established by receipt of correct invoice or correct material according to the terms of the Purchase Order, whichever is later. 7. Where applicable, the University may withhold any and all payments due under this Purchase Order until the Supplier furnishes a statutory declaration as provided by a notary public stating that all invoices for labour and material provided to the Supplier relating to this Purchase Order have been paid in full. 8. Regardless of payment, all goods and services shall be subject to inspection and approval by the University without limitation as to time. The University may reject the goods and/or services, in whole or in part, and/or terminate the Purchase Order if, in the opinion of the University, the goods and/or services, in whole or in part, are unsatisfactory, non-conforming to Purchase Order specifications, or if the Supplier has breached any term or condition of this Purchase Order. 8.1 In the case of rejected goods, the University may either return the goods to the Supplier at the Supplier's risk and expense, or, advise the Supplier to remove the rejected goods, at the Supplier's risk and expense, whereupon any responsibility of the University with respect to the rejected goods shall absolutely cease. 8.2 In the case of rejected services, the University may either require the Supplier to re-perform the services at the Supplier's expense, or terminate the Purchase Order without payment and obtain the services from another source, at the Supplier s expense. 9. In addition to the University's rights at law and any Supplier warranties, and regardless of payment, the Supplier shall, at its own expense, replace any goods or parts thereof or redo any services which become defective or unusable as a result of faulty manufacture, design, material or workmanship for a minimum period of one (1) year (unless otherwise specified) from: 9.1 The date of acceptance of work and/or materials in the event such goods and services are purchased for the University's use; or, 9.2 The date of the acceptance by the University of the entire project for the purposes of which the University ordered the goods and services covered by this Purchase Order. 9.3 Specific warranties relating to goods or equipment shall survive this clause. The Supplier warrants that the goods or services covered by this Purchase Order are fit and safe for the purpose or use for which they are intended. (TCD) and a HPLC Page 22 of 24

TERMS AND CONDITIONS OF PURCHASE ORDER APPENDIX B 10. The Supplier warrants and agrees that it has complied, and will continue to comply, with all applicable Workers' Compensation and Employment Insurance Laws in the Province of Nova Scotia, and all other applicable laws, codes, regulations, rules and orders. The Supplier agrees to indemnify the University and save the University harmless if the Supplier fails to comply with the foregoing and, in the event of such failure, the University may cancel this Purchase Order without penalty. The Supplier further warrants that the prices set forth in this agreement are valid under all pertinent laws, orders and regulations. 11. Where work is performed on University premises, or is performed at other premises on behalf of the University, the Supplier may be required to provide proof satisfactory to the University that the Supplier has valid subsisting public liability and property damage insurance, and owned and non-owned automobile insurance, showing the types of coverage, and the amounts and the effective dates of the insurance, which shall not be less than $2,000,000 (two million dollars) combined limit each accident or occurrence for bodily injury and property damage inclusive limits. Where the work to be performed warrants it, the University may require that the Supplier s liability insurance include the University as an Insured with respect to work performed by, or on behalf of, the Supplier. 12. Dangerous goods shall be shipped in compliance with all applicable environmental laws, rules, regulations and procedures. For all goods or materials subject to Workplace Hazardous Material Information System (WHMIS) legislation, Material Safety Data Sheets shall accompany the goods, and all applicable packaging shall bear the appropriate WHMIS labels. 13. The Supplier agrees to indemnify and hold harmless, the University, its Board of Governors, Senate, employees, students, servants and/or agents from and against all loss or expense by reason of the liability imposed by law upon the University, its Board of Governors, Senate, employees, students, servants, and/or agents, for damage, injury or expense because of bodily injury, including death, at any time resulting from, or sustained by any person or persons, or on account of damage to property, including loss of use thereof, arising out of or in consequence of the performance of this Purchase Order due to negligent or wrongful acts or omissions of the Supplier. The Supplier further agrees to indemnify and hold harmless the University, its Board of Governors, Senate, employees, students, servants, and/or agents from all claims, demands, losses, costs, damages, actions, suits, or proceedings initiated by third parties arising from the negligence or wrongful acts or omissions of the Supplier, its employees and other persons for whom the Supplier is in law responsible. 14. The Supplier shall pay all royalties and patent license fees required for the performance of this Purchase Order, and at the Supplier's own expense, defend all suits and proceedings against the University and indemnify the University against any award of damages, demands, losses, charges or costs made against the University if such suits or proceedings are based on any claim that any of the products or services supplied constitute an infringement of a patent by the Supplier. If any of the goods or services constitutes an infringement of patent and its use is enjoyed, the Supplier shall, at the Supplier's own expense, procure for the University, the right to continue using the product or service, replace or modify the product or service so it becomes non-infringing and meets the needs of the University, or pay the University for loss of use of the product or service. 15. It is the responsibility of the Supplier to ensure that no representative of the Supplier will extend entertainment, gifts, gratuities, discounts or special services, regardless of value, to an employee of the University, or any member of the University Board of Governors, Senate, Faculties or Departments. The Supplier shall report to the Director, Procurement, any attempt to obtain such favours. Further, the Supplier shall disclose if any University employee is involved with the Supplier s company in any way. 16. Fire, flood, explosion, strikes, lock-out, epidemic, accident, shortage of transportation, or other causes beyond the reasonable control of the University or the Supplier, which prevent the Supplier from delivering or the University from receiving and/or using any of the items covered by this Purchase Order, shall operate to suspend deliveries during the period required to remove such cause, subject however, to the University's right to cancel any such delayed order. 17. The Supplier shall not assign or sub-contract its interest in this Purchase Order without the prior written consent of the University. The Terms and Conditions of this Purchase Order shall survive any assignment, and shall not relieve the Supplier of its contractual obligations. 18. The law applicable to this Purchase Order shall be the law in the Province of Nova Scotia, an appeal to the Supreme Court of Canada excepted. The agreement between the parties shall be binding upon them and their successors, executors and administrators. 19. Time shall be of the essence in the performance of this Purchase Order. (TCD) and a HPLC Page 23 of 24

REFERENCES APPENDIX C INSTRUCTIONS: Complete this Form and submit. REFERENCES Bidders shall provide three corporate references along with information on the type and scope of business that you are providing these organizations. If you have been the Supplier for a contract similar in nature to the one envisaged in this Tender, provide that information, along with the name and telephone number of a contact person. The University reserves the right to contact references without prior consent of the Bidder. Previous Scope & Product Supplied Age /Date of Sale Contact/Telephone I declare that the information provided is true and correct to the best of my knowledge. Name of Bidder Signature (TCD) and a HPLC Page 24 of 24