Award

CEFAS25-134 Request for Quotation for Acquisition of an ICP-OES

CEFAS

This public procurement record has 1 release in its history.

Award

10 Feb 2026 at 06:03

Summary of the contracting process

The procurement process conducted by CEFAS, based in Lowestoft, United Kingdom, concerns the acquisition of an inductively coupled plasma optical emission spectrometer (ICP-OES). The procurement falls under the industry category of Spectrometers and forms part of the High Value Laboratory Equipment (HVLE) framework agreement, specifically Lot 3 - Spectroscopy Equipment. The tender award process has been completed, with key dates including the contract start on 10 February 2026 and end on 10 February 2027. This selective procurement, undertaken via a call-off from a framework agreement, was valued at £51,452.52 and awarded to Thermo Fisher Scientific.

This tender presents opportunities for growth, particularly for businesses specializing in high-tech analytical instruments. Small and medium-sized enterprises (SMEs) and Voluntary, Community, and Social Enterprises (VCSEs) are deemed suitable to compete in such procurement processes. Companies offering next-generation spectroscopy and spectrometer equipment with advanced features such as high-throughput, multi-elemental analysis at a competitive price point would be well-suited to explore similar opportunities in the future. Furthermore, businesses with environmental considerations in their offerings, including energy-efficient and remanufacturable equipment, align well with the tender's requirements.

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

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

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.

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

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

THERMO FISHER SCIENTIFIC

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-b5fd17-75ddf1e4-49e1-4a3d-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"
                }
            ]
        }
    ]
}