Award

High Pressure Vitreous Freezer

UNIVERSITY OF EDINBURGH

This public procurement record has 2 releases in its history.

Award

02 Feb 2026 at 10:37

Tender

05 Jun 2025 at 10:54

Summary of the contracting process

The University of Edinburgh, acting as the contracting authority, is involved in a procurement process for a "High Pressure Vitreous Freezer," pivotal in the freezing equipment industry category. This equipment is intended for use within the School of Physics and Astronomy in Edinburgh, City of Edinburgh (UKM75 region). The current procurement phase has moved beyond the award stage, with the contract being signed on 5th January 2026. The competitive procedure employed for this procurement includes a negotiation method, initially announced with an Invitation to Tender (ITT) that proceeded through multiple stages. The anticipated delivery and installation deadline for this equipment is set for the end of June 2026, reflecting an organised timeline and clear operational expectations.

This procurement presents a unique opportunity for businesses specialising in manufacturing and supplying scientific freezing equipment. Companies capable of meeting the stringent technical specifications and warranty requirements could significantly benefit from engaging in such contracts. The criteria for supplier selection include technical compliance and cost-effectiveness, offering equal weight to both aspects. Small and medium-sized enterprises (SMEs), particularly those skilled in delivering complex laboratory equipment, may find this project particularly lucrative, especially given the potential for long-term service agreements and related purchases. Moreover, businesses proficient in navigating the procurement frameworks and possessing innovative technical solutions stand a good chance of enhancing their market presence through this high-profile contract with a notable institution like the University of Edinburgh.

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

Notice Title

High Pressure Vitreous Freezer

Notice Description

The School of Physics and Astronomy has a requirement for a 'High Pressure Vitreous Freezer' (HPVF); this is a device that freezes samples to extreme low temperature at an exceptionally high rate to essentially 'freeze a sample in time'. If a sample is cooled at a slower rate ice may form within/on fragile samples (for example cells), which would swell/crystalise and destroy the nano/microstructure of the sample. Freezing at an exceptionally high rate freezes the sample faster than ice can form, avoiding this issue. This machine will be used for experimental sample preparation.

Lot Information

Lot 1

DETAILED SPECIFICATION ESSENTIAL: - The ability to vitreously freeze small volumes (specimen carriers described later) of soft and liquid samples by using a combination of high pressures and liquid nitrogen - Must achieve a minimum cooling rate of 2000K/s - Must be able to exert pressures on the sample in the range of 1900 - 2200 bar during the freezing process to inhibit ice nucleation - Use 3mm and 6mm diameter planchette specimen carriers to hold the sample during freezing - Output freezing parameters after the freezing process - Vitreously freeze non-biological and biological samples up to 200 um thick - Use mains electricity in the lab and conform to UK/CE electrical safety standards. - Installation, commissioning and testing of the equipment. - User Training provided. - Access requirements for the lab: Fire exit width: 139cm. Lab door width: 130cm(W) * 210cm(H); Corridor: 159cm(min width); Weight: Passes through corridors with areas of possible max weight "not exceeding 580kg per square metre". - 1 year manufacturer's parts and labour warranty - Basic level of service contract(extended warranty) + Support helpline and troubleshooting for 3 years post initial warranty period. - Device should be reliable and have a long supported life (ideally not less than 10 years) - Product must fit within available lab space; floor plan max area 2m x 2m OPTIONAL/DESIRABLE: - The ability to also use other types of "standard" HPF specimen carriers, such as copper tubes (0.4-0.9 mm diameter), sapphire disks, other, etc. - Able to fit into or Retrofittable into a Correlative Light-Electron Microscopy (CLEM) workflow and/or employ the "Waffle" method for a cryo on-grid thinning workflow. Live cell imaging is not needed (freezing sample seconds after an "event") as part of the initial requirement. In the future we may want to freeze a sample and observe it with light and electron microscopy but freezing the sample at a specific time is likely not needed. - Reliable stock of consumables/specimen carriers for purchase AWARD The University anticipates initially awarding for; - Device manufactured, delivered into the lab, installed, commissioned and tested by supplier; to be in a fully operable state - User training - 1 year full parts and labour warranty - Parts and labour extended service for 3 years post warranty The University welcomes suppliers providing details of their enhanced service offerings for comparison. INSTALLATION SURVEY: - Initial measurements have been provided for entrance ways and available floor space above but these are approximations - The University will take no liability if a supplier subsequently discovers they cannot deliver or install their solution without changes to the building fabric; in such circumstances the University may at its discretion cancel the award and award to the next-ranked supplier - Giving reasonable notice (and subject to any submission deadline) suppliers may request the opportunity to conduct a single site survey prior to submitting their bid and/or finalising the contract post-award, providing the University and Supplier can agree a mutually convenient date and time. We encourage suppliers to take this opportunity. MANUFACTURING DEADLINE Unless otherwise agreed or offered by the University suppliers must meet a deadline to manufacture and deliver the winning machine, and install+ commission it, by no later than end June 2026.

Options: Purchase of sundries, additional service and machine extensions may be undertaken with the winning bidder via the Negotiated Procedure Without Prior Call For Competition

Renewal: Duration estimate reflects; Initial term consisting of 1 year warranty and 3 years extended service (4 years) + the option to extend service for a further 4 years, to give a total potential term of approximately 8 years post-device delivery

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-054368
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/008824-2026
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Competitive procedure with negotiation
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

38 - Laboratory, optical and precision equipments (excl. glasses)

42 - Industrial machinery


CPV Codes

38600000 - Optical instruments

42000000 - Industrial machinery

42513100 - Freezing equipment

Notice Value(s)

Tender Value
£361,000 £100K-£500K
Lots Value
£361,000 £100K-£500K
Awards Value
Not specified
Contracts Value
£267,160 £100K-£500K

Notice Dates

Publication Date
2 Feb 20263 months ago
Submission Deadline
7 Jul 2025Expired
Future Notice Date
Not specified
Award Date
5 Jan 20264 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
UNIVERSITY OF EDINBURGH
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
EH1 1HT
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

Supplier Information

Number of Suppliers
1
Supplier Name

SCIQUIP

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-h6vhtk-054368-2026-02-02T10:37:05Z",
    "date": "2026-02-02T10:37:05Z",
    "ocid": "ocds-h6vhtk-054368",
    "description": "Awarded following a stand-still as specified in the regulations (SC Ref:819561)",
    "initiationType": "tender",
    "tender": {
        "id": "EC1055",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "High Pressure Vitreous Freezer",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "42513100",
            "description": "Freezing equipment"
        },
        "mainProcurementCategory": "goods",
        "description": "The School of Physics and Astronomy has a requirement for a 'High Pressure Vitreous Freezer' (HPVF); this is a device that freezes samples to extreme low temperature at an exceptionally high rate to essentially 'freeze a sample in time'. If a sample is cooled at a slower rate ice may form within/on fragile samples (for example cells), which would swell/crystalise and destroy the nano/microstructure of the sample. Freezing at an exceptionally high rate freezes the sample faster than ice can form, avoiding this issue. This machine will be used for experimental sample preparation.",
        "value": {
            "amount": 361000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "DETAILED SPECIFICATION ESSENTIAL: - The ability to vitreously freeze small volumes (specimen carriers described later) of soft and liquid samples by using a combination of high pressures and liquid nitrogen - Must achieve a minimum cooling rate of 2000K/s - Must be able to exert pressures on the sample in the range of 1900 - 2200 bar during the freezing process to inhibit ice nucleation - Use 3mm and 6mm diameter planchette specimen carriers to hold the sample during freezing - Output freezing parameters after the freezing process - Vitreously freeze non-biological and biological samples up to 200 um thick - Use mains electricity in the lab and conform to UK/CE electrical safety standards. - Installation, commissioning and testing of the equipment. - User Training provided. - Access requirements for the lab: Fire exit width: 139cm. Lab door width: 130cm(W) * 210cm(H); Corridor: 159cm(min width); Weight: Passes through corridors with areas of possible max weight \"not exceeding 580kg per square metre\". - 1 year manufacturer's parts and labour warranty - Basic level of service contract(extended warranty) + Support helpline and troubleshooting for 3 years post initial warranty period. - Device should be reliable and have a long supported life (ideally not less than 10 years) - Product must fit within available lab space; floor plan max area 2m x 2m OPTIONAL/DESIRABLE: - The ability to also use other types of \"standard\" HPF specimen carriers, such as copper tubes (0.4-0.9 mm diameter), sapphire disks, other, etc. - Able to fit into or Retrofittable into a Correlative Light-Electron Microscopy (CLEM) workflow and/or employ the \"Waffle\" method for a cryo on-grid thinning workflow. Live cell imaging is not needed (freezing sample seconds after an \"event\") as part of the initial requirement. In the future we may want to freeze a sample and observe it with light and electron microscopy but freezing the sample at a specific time is likely not needed. - Reliable stock of consumables/specimen carriers for purchase AWARD The University anticipates initially awarding for; - Device manufactured, delivered into the lab, installed, commissioned and tested by supplier; to be in a fully operable state - User training - 1 year full parts and labour warranty - Parts and labour extended service for 3 years post warranty The University welcomes suppliers providing details of their enhanced service offerings for comparison. INSTALLATION SURVEY: - Initial measurements have been provided for entrance ways and available floor space above but these are approximations - The University will take no liability if a supplier subsequently discovers they cannot deliver or install their solution without changes to the building fabric; in such circumstances the University may at its discretion cancel the award and award to the next-ranked supplier - Giving reasonable notice (and subject to any submission deadline) suppliers may request the opportunity to conduct a single site survey prior to submitting their bid and/or finalising the contract post-award, providing the University and Supplier can agree a mutually convenient date and time. We encourage suppliers to take this opportunity. MANUFACTURING DEADLINE Unless otherwise agreed or offered by the University suppliers must meet a deadline to manufacture and deliver the winning machine, and install+ commission it, by no later than end June 2026.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical requirement",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Total cost for initial term",
                            "type": "cost",
                            "description": "50"
                        },
                        {
                            "name": "Technical requirement",
                            "type": "quality",
                            "description": "50"
                        },
                        {
                            "name": "Total cost for initial term",
                            "type": "cost",
                            "description": "50"
                        }
                    ]
                },
                "value": {
                    "amount": 361000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 2880
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "Duration estimate reflects; Initial term consisting of 1 year warranty and 3 years extended service (4 years) + the option to extend service for a further 4 years, to give a total potential term of approximately 8 years post-device delivery"
                },
                "secondStage": {
                    "minimumCandidates": 3,
                    "maximumCandidates": 3
                },
                "selectionCriteria": {
                    "description": "We are utilising our right to have a procedure where the number of candidates may be reduced phase by phase. The requirement, questions to answer and scoring methodology will be set out in the procurement documentation for each phase. This process consists of a PQQ, a two-stage ITT, and a negotiation. This notice constitutes an invitation for interested suppliers to Pre-qualify AND submit their Invitation to Tender Bid for ITT stage 1 simultaneously. The first ITT stage is intentionally light-touch to quickly confirm Tenderers who meet the requirement and cost envelope the University is seeking. ITT stage two may be more detailed, commensurate with a normal ITT process. The University at its discretion may elect to not undertake a second ITT stage but proceed immediately to negotiation with down-selected suppliers. Submissions should be via the PCST system. For avoidance of doubt, the 'Qualification' envelope shall be a Tenderers qualification stage, and the 'Technical' and 'Commercial' stage shall be their ITT stage 1. In the event a Tenderer does not pass Qualification the University may not review their ITT Stage 1 bid and may reject their tender. The details and terms of ITT Stage 1 are set out in the procurement documentation."
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "Purchase of sundries, additional service and machine extensions may be undertaken with the winning bidder via the Negotiated Procedure Without Prior Call For Competition"
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "38600000",
                        "description": "Optical instruments"
                    },
                    {
                        "scheme": "CPV",
                        "id": "42000000",
                        "description": "Industrial machinery"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    },
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "City of Edinburgh"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "contractTerms": {
            "performanceTerms": "The contract shall be negotiated with the bidders. The expectation is that the supplier delivers in line with time, cost and quality expectations",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Competitive procedure with negotiation",
        "secondStage": {
            "successiveReduction": true,
            "noNegotiationNecessary": true,
            "invitationDate": "2025-07-25T00:00:00+01:00"
        },
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-07-07T16:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 120
            }
        },
        "hasRecurrence": false
    },
    "parties": [
        {
            "id": "GB-FTS-2023",
            "name": "University Of Edinburgh",
            "identifier": {
                "legalName": "University Of Edinburgh"
            },
            "address": {
                "streetAddress": "Charles Stewart House, 9-16 Chambers Street",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH1 1HT",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1316502759",
                "email": "jpike2@ed.ac.uk",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.ed.ac.uk",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107",
                "classifications": [
                    {
                        "id": "BODY_PUBLIC",
                        "scheme": "TED_CA_TYPE",
                        "description": "Body governed by public law"
                    },
                    {
                        "id": "09",
                        "scheme": "COFOG",
                        "description": "Education"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-1033",
            "name": "Edinburgh Sheriff Court",
            "identifier": {
                "legalName": "Edinburgh Sheriff Court"
            },
            "address": {
                "locality": "Edinburgh",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-17499",
            "name": "SciQuip Ltd",
            "identifier": {
                "legalName": "SciQuip Ltd"
            },
            "address": {
                "streetAddress": "Newtown, Wem",
                "locality": "Shrewbury",
                "region": "UKG2",
                "postalCode": "SY4 5NU",
                "countryName": "United Kingdom"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-2023",
        "name": "University Of Edinburgh"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800799"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000800799"
        }
    ],
    "language": "en",
    "awards": [
        {
            "id": "008824-2026-EC1055-1",
            "relatedLots": [
                "1"
            ],
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-17499",
                    "name": "SciQuip Ltd"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "008824-2026-EC1055-1",
            "awardID": "008824-2026-EC1055-1",
            "status": "active",
            "value": {
                "amount": 267160,
                "currency": "GBP"
            },
            "dateSigned": "2026-01-05T00:00:00Z"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "1",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "2",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "3",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "4",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "5",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}