Award

CEFAS25-135 Benchtop carbon analyser.

CEFAS

This public procurement record has 1 release in its history.

Award

02 Feb 2026 at 14:05

Summary of the contracting process

CEFAS has completed the procurement process for a Benchtop carbon analyser, awarding the contract to Elementar UK Ltd. This procurement falls under the industry category of Gas-analysis apparatus and was conducted through a selective method based on a call-off from a framework agreement. The procurement was intended to provide a benchtop carbon analyser with various specifications and technical requirements. The contract period runs from 30th January 2026 to 31st March 2027, with the contractual value awarded at £67,352.77 GBP. CEFAS, located in Lowestoft, United Kingdom, managed the procurement, with the planned activities now at the award stage, having been finalised on 2nd February 2026.

This tender offers substantial opportunities for business growth, especially for SMEs and VCSEs, given CEFAS's emphasis on the suitability for such organisations. Companies specialising in scientific instruments, particularly those with expertise in providing gas-analysis apparatus, would find this tender ripe for competition. The detailed technical requirements, such as compatibility with existing equipment and the focus on environmental considerations, indicate opportunities for businesses offering innovative, efficient, and environmentally sustainable solutions. Furthermore, the procurement's focus on compatibility and support services positions companies well-versed in installation, software integration, and maintenance to compete effectively.

Find more tenders on our Open Data Platform.
How relevant is this notice?

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.

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

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

Supplier Information

Number of Suppliers
1
Supplier Name

ELEMENTAR

Further Information

Notice Documents

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

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"
                }
            ]
        }
    ]
}