Notice Information
Notice Title
CEFAS25-135 Benchtop carbon analyser.
Notice Description
1. Technical Requirement 1.1 The instrument must include an autosampler for automated sample handling. 1.2 Suppliers will provide evidence of the instrument's performance range, ideally using marine sediment samples to demonstrate suitability. 1.3 The analysis process will be efficient and cost-effective; please include supporting evidence of throughput and operational costs. 1.4 The instrument will be compatible with other equipment, such as an Isotopic Ratio Mass Spectrometer (IRMS), where possible. 1.5 The instrument must be capable of performing Total Inorganic Carbon (TIC), Total Organic Carbon (TOC), and Residual Oxidisable Carbon (ROC) analyses as a minimum. 1.6 The instrument's maximum dimensions must not exceed 800 mm (W) x 600 mm (D) x 1200 mm (H). 1.7 The instrument's maximum weight must not exceed 85 kg. 1.8 Suppliers must state all gases required for operation, such as nitrogen, oxygen, or synthetic air. There should be no requirement for helium gas. 1.9 The instrument should be supplied with reusable crucibles. 2. Environmental Considerations 2.1 Unit will have a low power consumption. 2.2 Unit will be designed for reuse/remanufacture and of regenerative nature to eliminate waste where possible. 2.3 Consideration of how packaging will be managed. Ideally at the time of installation the supplier will remove packaging and dispose of by ethical and environmentally friendly methods. Where possible, packaging is to be re-used or recycled. 2.4 Consideration of life cycle assessment for the equipment. 3. Hardware, Software, PC, Licenses, operating systems 3.1 The instrument software must be fully compatible with Windows 11. 4. Compatibility with existing hardware/software/equipment 4.1 The instrument will be compatible with the existing Windows 11 PC and Sartorius balance software. 5. Installation 5.1 The supplier must install the instrument and provide all necessary training, which should be included in the total quoted cost. 6. Ease of maintenance 6.1 The bid submission must describe all user-maintainable aspects of the unit, including any limitations where no user-serviceable components are available. 7. Parts, Consumables and Updates 7.1 Crucibles must be reusable, and replacements should be easy to procure. 7.2 Spare parts should be readily available and straightforward to obtain. 7.3 All consumables must be easily accessible. 7.4 The supplier should provide software updates as required. 8. Warranties, Guarantees, Servicing 8.1 Warranties period will start from the point of acceptance of delivery and once the goods have been tested to ensure they are in working order. Cefas expect minimum warranty period of 12 months to be included in the purchase.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-067eefb9-a020-4d69-99b8-c51420ea91c1
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/0f99f3cc-f2e4-4f2a-9a14-a0a6b70d1224
- Current Stage
- Award
- All Stages
- Award
Procurement Classification
- Notice Type
- Award Notice
- Procurement Type
- Framework
- Procurement Category
- Goods
- Procurement Method
- Selective
- Procurement Method Details
- Call-off from a framework agreement
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38432100 - Gas-analysis apparatus
Notice Value(s)
- Tender Value
- £56,127 Under £100K
- Lots Value
- Not specified
- Awards Value
- £67,352 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 2 Feb 20263 months ago
- Submission Deadline
- 12 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- 29 Jan 20263 months ago
- Contract Period
- 30 Jan 2026 - 31 Mar 2027 1-2 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Complete
- Lots Status
- Not Specified
- Awards Status
- Active
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- CEFAS
- Contact Name
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
Buyer Location
- Locality
- LOWESTOFT
- Postcode
- NR33 0HT
- Post Town
- Norwich
- Country
- England
-
- Major Region (ITL 1)
- TLH East (England)
- Basic Region (ITL 2)
- TLH6 Suffolk
- Small Region (ITL 3)
- TLH63 East Suffolk
- Delivery Location
- Not specified
-
- Local Authority
- East Suffolk
- Electoral Ward
- Kirkley & Pakefield
- Westminster Constituency
- Lowestoft
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/0f99f3cc-f2e4-4f2a-9a14-a0a6b70d1224
2nd February 2026 - Awarded contract notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.
{
"tag": [
"compiled"
],
"id": "ocds-b5fd17-067eefb9-a020-4d69-99b8-c51420ea91c1-2026-02-02T14:05:57Z",
"date": "2026-02-02T14:05:57Z",
"ocid": "ocds-b5fd17-067eefb9-a020-4d69-99b8-c51420ea91c1",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0602000D8d000003VQwdEAG",
"title": "CEFAS25-135 Benchtop carbon analyser.",
"description": "1. Technical Requirement 1.1 The instrument must include an autosampler for automated sample handling. 1.2 Suppliers will provide evidence of the instrument's performance range, ideally using marine sediment samples to demonstrate suitability. 1.3 The analysis process will be efficient and cost-effective; please include supporting evidence of throughput and operational costs. 1.4 The instrument will be compatible with other equipment, such as an Isotopic Ratio Mass Spectrometer (IRMS), where possible. 1.5 The instrument must be capable of performing Total Inorganic Carbon (TIC), Total Organic Carbon (TOC), and Residual Oxidisable Carbon (ROC) analyses as a minimum. 1.6 The instrument's maximum dimensions must not exceed 800 mm (W) x 600 mm (D) x 1200 mm (H). 1.7 The instrument's maximum weight must not exceed 85 kg. 1.8 Suppliers must state all gases required for operation, such as nitrogen, oxygen, or synthetic air. There should be no requirement for helium gas. 1.9 The instrument should be supplied with reusable crucibles. 2. Environmental Considerations 2.1 Unit will have a low power consumption. 2.2 Unit will be designed for reuse/remanufacture and of regenerative nature to eliminate waste where possible. 2.3 Consideration of how packaging will be managed. Ideally at the time of installation the supplier will remove packaging and dispose of by ethical and environmentally friendly methods. Where possible, packaging is to be re-used or recycled. 2.4 Consideration of life cycle assessment for the equipment. 3. Hardware, Software, PC, Licenses, operating systems 3.1 The instrument software must be fully compatible with Windows 11. 4. Compatibility with existing hardware/software/equipment 4.1 The instrument will be compatible with the existing Windows 11 PC and Sartorius balance software. 5. Installation 5.1 The supplier must install the instrument and provide all necessary training, which should be included in the total quoted cost. 6. Ease of maintenance 6.1 The bid submission must describe all user-maintainable aspects of the unit, including any limitations where no user-serviceable components are available. 7. Parts, Consumables and Updates 7.1 Crucibles must be reusable, and replacements should be easy to procure. 7.2 Spare parts should be readily available and straightforward to obtain. 7.3 All consumables must be easily accessible. 7.4 The supplier should provide software updates as required. 8. Warranties, Guarantees, Servicing 8.1 Warranties period will start from the point of acceptance of delivery and once the goods have been tested to ensure they are in working order. Cefas expect minimum warranty period of 12 months to be included in the purchase.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38432100",
"description": "Gas-analysis apparatus"
},
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"postalCode": "NR33 0HT"
},
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
}
]
}
],
"value": {
"amount": 56127.31,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2026-01-12T12:00:00Z"
},
"contractPeriod": {
"startDate": "2026-01-30T00:00:00Z",
"endDate": "2027-03-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"mainProcurementCategory": "goods"
},
"parties": [
{
"id": "GB-CFS-235542",
"name": "CEFAS",
"identifier": {
"legalName": "CEFAS"
},
"address": {
"streetAddress": "Pakefield Road",
"locality": "Lowestoft",
"postalCode": "NR33 0HT",
"countryName": "United Kingdom"
},
"contactPoint": {
"name": "Giovana Cousseau",
"email": "procure@cefas.gov.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-330651",
"name": "Elementar UK Ltd",
"identifier": {
"legalName": "Elementar UK Ltd"
},
"address": {
"streetAddress": "Isoprime House, Earl Road, Cheadle Hulme SK8 6PT"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-235542",
"name": "CEFAS"
},
"awards": [
{
"id": "ocds-b5fd17-067eefb9-a020-4d69-99b8-c51420ea91c1-1",
"status": "active",
"date": "2026-01-29T00:00:00Z",
"datePublished": "2026-02-02T14:05:57Z",
"value": {
"amount": 67352.77,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-330651",
"name": "Elementar UK Ltd"
}
],
"contractPeriod": {
"startDate": "2026-01-30T00:00:00Z",
"endDate": "2027-03-31T23:59:59+01:00"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/0f99f3cc-f2e4-4f2a-9a14-a0a6b70d1224",
"datePublished": "2026-02-02T14:05:57Z",
"format": "text/html",
"language": "en"
}
]
}
]
}