Notice Information
Notice Title
CEFAS25-134 Request for Quotation for Acquisition of an ICP-OES
Notice Description
The Chemistry Function at the Cefas Lowestoft Laboratory has a requirement for an inductively coupled plasma optical emission spectrometer (ICP-OES) for the analysis of environmental samples. The system will be capable of analysing trace elements in diluted acid matrix solutions (HNO3, HCl and HF) formed from microwave acid digestion of marine sediment and biota samples. Ex-demonstration instruments under 3 years old may be proposed at a reduced price and provided 12 months extended warranty is offered. Where an ex-demonstration instrument is proposed, this must be clearly declared in the supplier's quotation. This purchase is being conducted under the LUPC Framework Agreement: High Value Laboratory Equipment (HVLE) - LAB3162 NW, Lot 3 - Spectroscopy Equipment. Scope of Requirements: 1. Technical Requirement The requirement is for a fully automated, bench-top ICP-OES system capable of high-throughput, multi-elemental analysis with robust performance for a wide range of sample matrices. The system must deliver high sensitivity, low detection limits, and excellent long-term stability, supporting both routine and research applications. The objective is to enhance analytical capacity, improve data quality, and ensure compliance with relevant standards (e.g., ISO 17025). The OES system must: * Have an argon gas source which it uses efficiently. * Be axial mode (or duo mode), and not purely radial mode. * Have sub-1ppb detection limits for most required elements (at optimal wavelength). * Operate under a wavelength range of approximately 180 to 850 nm or better. * Be robust and demonstrate minimal downtime due to maintenance. * Include the chiller unit. * Include an autosampler and associated paraphernalia. * Include a sample tray containing at least 150 positions (with options of rack configuration for standard and sample solutions). 2. Environmental Considerations * Unit must have an ultra-low power consumption. * Unit must be designed for reuse/remanufacture and of regenerative nature to eliminate waste where possible. * 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. * Consideration of life cycle assessment for the equipment. * Trade-in or removal of the old system will be of benefit. If a trade-in option can be provided, please include the relevant details in the Pricing Schedule 2 table of this RFQ.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-75ddf1e4-49e1-4a3d-8e79-7510420f167d
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/a474130d-ed1e-4358-bc01-f2ec810d76cf
- 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
38433000 - Spectrometers
Notice Value(s)
- Tender Value
- £51,452 Under £100K
- Lots Value
- Not specified
- Awards Value
- £51,452 Under £100K
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 10 Feb 20261 weeks ago
- Submission Deadline
- 8 Jan 2026Expired
- Future Notice Date
- Not specified
- Award Date
- 9 Feb 20262 weeks ago
- Contract Period
- 10 Feb 2026 - 10 Feb 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/a474130d-ed1e-4358-bc01-f2ec810d76cf
10th 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-b5fd17-75ddf1e4-49e1-4a3d-8e79-7510420f167d-2026-02-10T06:03:42Z",
"date": "2026-02-10T06:03:42Z",
"ocid": "ocds-b5fd17-75ddf1e4-49e1-4a3d-8e79-7510420f167d",
"language": "en",
"initiationType": "tender",
"tender": {
"id": "CF-0604800D8d000003VQwdEAG",
"title": "CEFAS25-134 Request for Quotation for Acquisition of an ICP-OES",
"description": "The Chemistry Function at the Cefas Lowestoft Laboratory has a requirement for an inductively coupled plasma optical emission spectrometer (ICP-OES) for the analysis of environmental samples. The system will be capable of analysing trace elements in diluted acid matrix solutions (HNO3, HCl and HF) formed from microwave acid digestion of marine sediment and biota samples. Ex-demonstration instruments under 3 years old may be proposed at a reduced price and provided 12 months extended warranty is offered. Where an ex-demonstration instrument is proposed, this must be clearly declared in the supplier's quotation. This purchase is being conducted under the LUPC Framework Agreement: High Value Laboratory Equipment (HVLE) - LAB3162 NW, Lot 3 - Spectroscopy Equipment. Scope of Requirements: 1. Technical Requirement The requirement is for a fully automated, bench-top ICP-OES system capable of high-throughput, multi-elemental analysis with robust performance for a wide range of sample matrices. The system must deliver high sensitivity, low detection limits, and excellent long-term stability, supporting both routine and research applications. The objective is to enhance analytical capacity, improve data quality, and ensure compliance with relevant standards (e.g., ISO 17025). The OES system must: * Have an argon gas source which it uses efficiently. * Be axial mode (or duo mode), and not purely radial mode. * Have sub-1ppb detection limits for most required elements (at optimal wavelength). * Operate under a wavelength range of approximately 180 to 850 nm or better. * Be robust and demonstrate minimal downtime due to maintenance. * Include the chiller unit. * Include an autosampler and associated paraphernalia. * Include a sample tray containing at least 150 positions (with options of rack configuration for standard and sample solutions). 2. Environmental Considerations * Unit must have an ultra-low power consumption. * Unit must be designed for reuse/remanufacture and of regenerative nature to eliminate waste where possible. * 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. * Consideration of life cycle assessment for the equipment. * Trade-in or removal of the old system will be of benefit. If a trade-in option can be provided, please include the relevant details in the Pricing Schedule 2 table of this RFQ.",
"status": "complete",
"classification": {
"scheme": "CPV",
"id": "38433000",
"description": "Spectrometers"
},
"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": 51452.52,
"currency": "GBP"
},
"procurementMethod": "selective",
"procurementMethodDetails": "Call-off from a framework agreement",
"tenderPeriod": {
"endDate": "2026-01-08T12:00:00Z"
},
"contractPeriod": {
"startDate": "2026-02-10T00:00:00Z",
"endDate": "2027-02-10T23:59:59Z"
},
"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-252358",
"name": "Thermo Fisher Scientific",
"identifier": {
"legalName": "Thermo Fisher Scientific"
},
"address": {
"streetAddress": "Wade Road | Basingstoke, Hampshire, RG24 8PW, United Kingdom rg21 6xl"
},
"roles": [
"supplier"
]
}
],
"buyer": {
"id": "GB-CFS-235542",
"name": "CEFAS"
},
"awards": [
{
"id": "ocds-b5fd17-75ddf1e4-49e1-4a3d-8e79-7510420f167d-1",
"status": "active",
"date": "2026-02-09T00:00:00Z",
"datePublished": "2026-02-10T06:03:42Z",
"value": {
"amount": 51452.52,
"currency": "GBP"
},
"suppliers": [
{
"id": "GB-CFS-252358",
"name": "Thermo Fisher Scientific"
}
],
"contractPeriod": {
"startDate": "2026-02-10T00:00:00Z",
"endDate": "2027-02-10T23:59:59Z"
},
"documents": [
{
"id": "1",
"documentType": "awardNotice",
"description": "Awarded contract notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/a474130d-ed1e-4358-bc01-f2ec810d76cf",
"datePublished": "2026-02-10T06:03:42Z",
"format": "text/html",
"language": "en"
}
]
}
]
}