Notice Information
Notice Title
Multi collector Inductively Coupled Plasma Spectrometer MC-ICP MS
Notice Description
The requirement is for a dual beam path MC_ICPMS Thermal Coupled Mass Spectrometer, The instrument will be used for high precision isotopic analysis of Hf, U-Pb, U series, Sr, Pb and Nd in geological samples. The system must support both dry plasma and laser ablation sample introduction methods. The system will be primarily used for geological and materials applications and will be coupled to our existing 193nm and femto-second laser systems. The instrument must feature: * A dual beam path allowing bypass of the collision cell when not required. * Daly detectors for wide dynamic range in mixed isotope systems. * Upgrade pathway for Fast ion counters for single-shot analysis when available. * 36 month manufacturer warranty included. Detailed Specification: 1. General Requirements * The instrument must be a high-precision Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) designed for isotopic analysis of geological materials. * Capable of precise and accurate measurement of U-Pb-Th, Hf, K-Ca, and S isotopic systems in mineral and rock samples. * Must support both wet & dry plasma and laser ablation sample introduction methods. * Vacuum pumps must be oil free dry pumps. 2. Performance Specifications * Mass Resolution: Low, medium, and high-resolution modes (>=10,000 resolving power pseudo-high res and >=3000 true high res @ 10% valley). * Sensitivity: >=1000 V/ppm for U and Pb in dry plasma mode; >=600 V/ppm for Nd and Hf in dry plasma mode at 100ul/min uptake rate. * Precision and Accuracy: Internal precision better than 20 ppm (2s) for 143Nd/144Nd and 176Hf/177Hf; External reproducibility better than 50 ppm (2s). * Must support operation with gases such as H2, He, or NH3 (MFCs for each to be included). 3. Collector Configuration * Minimum of 9 Faraday collectors with software-switchable pre-amplifiers (1011/1012 options for each amplifier). * At least 3 ion counters, for high-sensitivity detection of low-abundance isotopes (e.g., 204Pb, 235U). * Detectors must allow simultaneous collection of all relevant isotopes of U-Pb-Th, Hf, K-Ca, and S systems. * Dynamic range: >=109. * 3 Daly detectors (to replace standard Ion Counters) for enhanced dynamic range. * Collision/reaction cell for interference removal (e.g., oxide and hydride interferences). 4. Sample Introduction System * Dry plasma introduction system with a desolvating nebulizer (e.g., Aridus or equivalent). * Compatibility with laser ablation systems for in situ analysis of mineral phases (specifically ASI Resolution and ASI J200 Tandem). * Standard nebulizer and spray chamber for routine solution-based work. 5. Software and Data Handling * Software must support real-time data acquisition and display. * Isotope ratio calculations with correction for mass bias, blank, and interference. * Export formats compatible with common geochemical software (e.g., Iolite, Isoplot, Excel). 6. Installation and Support * Full installation, calibration, and on-site training must be provided. * Minimum 24 month warranty (36 month preferred) with options for extended service contracts. * Remote diagnostics and software updates should be available. 7. Compliance and Documentation * Must comply with relevant ISO and safety standards. * Full documentation including user manuals, maintenance guides, and performance certificates must be provided. 8. Desirable * Extended warranty beyond 24 months. * Service support contract costings as options. Budget: PS450,000.00 to PS500,000.00 (ex. VAT). Offers for ex-demonstration or refurbished equipment are welcome however these will be considered from manufacturers only, not customers or third party resellers.
Planning Information
Please send information outlining how you meet the requirements to ruth.powell@port.ac.uk. This should include technical specifications, delivery arrangements and lead times, service and warranty information. Any queries can also be directed to the same contact.
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-h6vhtk-05ebd3
- Publication Source
- Find A Tender Service
- Latest Notice
- https://www.find-tender.service.gov.uk/Notice/078445-2025
- Current Stage
- Planning
- All Stages
- Planning
Procurement Classification
- Notice Type
- UK2 - Preliminary Market Engagement Notice
- Procurement Type
- Standard
- Procurement Category
- Goods
- Procurement Method
- Not Specified
- Procurement Method Details
- Not specified
- Tender Suitability
- SME
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
38 - Laboratory, optical and precision equipments (excl. glasses)
-
- CPV Codes
38000000 - Laboratory, optical and precision equipments (excl. glasses)
Notice Value(s)
- Tender Value
- £450,000 £100K-£500K
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 1 Dec 20253 days ago
- Submission Deadline
- Not specified
- Future Notice Date
- 5 Jan 20262 months to go
- Award Date
- Not specified
- Contract Period
- 6 Jan 2026 - 5 Feb 2029 3-4 years
- Recurrence
- Not specified
Notice Status
- Tender Status
- Planning
- Lots Status
- Planning
- Awards Status
- Not Specified
- Contracts Status
- Not Specified
Buyer & Supplier
Contracting Authority (Buyer)
- Main Buyer
- UNIVERSITY OF PORTSMOUTH
- Contact Name
- Sarah McGrady
- Contact Email
- sarah.mcgrady@port.ac.uk
- Contact Phone
- Not specified
Buyer Location
- Locality
- PORTSMOUTH
- Postcode
- PO1 2EG
- Post Town
- Portsmouth
- Country
- England
-
- Major Region (ITL 1)
- TLJ South East (England)
- Basic Region (ITL 2)
- TLJ3 Hampshire and Isle of Wight
- Small Region (ITL 3)
- TLJ31 Portsmouth
- Delivery Location
- TLJ31 Portsmouth
-
- Local Authority
- Portsmouth
- Electoral Ward
- St Thomas
- Westminster Constituency
- Portsmouth South
Further Information
Notice Documents
-
https://www.find-tender.service.gov.uk/Notice/078445-2025
1st December 2025 - Preliminary market engagement notice on Find a Tender -
https://www.find-tender.service.gov.uk/Notice/078436-2025
1st December 2025 - Preliminary market engagement notice on Find a Tender
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-h6vhtk-05ebd3-2025-12-01T12:06:15Z",
"date": "2025-12-01T12:06:15Z",
"ocid": "ocds-h6vhtk-05ebd3",
"initiationType": "tender",
"parties": [
{
"id": "GB-PPON-PWYV-2655-NPMQ",
"name": "University of Portsmouth",
"identifier": {
"scheme": "GB-PPON",
"id": "PWYV-2655-NPMQ"
},
"address": {
"streetAddress": "Mercantile House, Hampshire Terrace",
"locality": "Portsmouth",
"postalCode": "PO1 2EG",
"country": "GB",
"countryName": "United Kingdom",
"region": "UKJ31"
},
"contactPoint": {
"name": "Sarah McGrady",
"email": "sarah.mcgrady@port.ac.uk"
},
"roles": [
"buyer"
],
"details": {
"url": "https://www.port.ac.uk",
"classifications": [
{
"id": "publicAuthoritySubCentralGovernment",
"scheme": "UK_CA_TYPE",
"description": "Public authority - sub-central government"
}
]
}
}
],
"buyer": {
"id": "GB-PPON-PWYV-2655-NPMQ",
"name": "University of Portsmouth"
},
"planning": {
"milestones": [
{
"id": "engagement",
"type": "engagement",
"description": "Please send information outlining how you meet the requirements to ruth.powell@port.ac.uk. This should include technical specifications, delivery arrangements and lead times, service and warranty information. Any queries can also be directed to the same contact.",
"dueDate": "2025-12-14T23:59:59Z",
"status": "scheduled"
}
],
"documents": [
{
"id": "078436-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078436-2025",
"datePublished": "2025-12-01T11:55:54Z",
"format": "text/html"
},
{
"id": "078445-2025",
"documentType": "marketEngagementNotice",
"noticeType": "UK2",
"description": "Preliminary market engagement notice on Find a Tender",
"url": "https://www.find-tender.service.gov.uk/Notice/078445-2025",
"datePublished": "2025-12-01T12:06:15Z",
"format": "text/html"
}
]
},
"tender": {
"id": "25SJM343",
"legalBasis": {
"id": "2023/54",
"scheme": "UKPGA",
"uri": "https://www.legislation.gov.uk/ukpga/2023/54/contents"
},
"title": "Multi collector Inductively Coupled Plasma Spectrometer MC-ICP MS",
"description": "The requirement is for a dual beam path MC_ICPMS Thermal Coupled Mass Spectrometer, The instrument will be used for high precision isotopic analysis of Hf, U-Pb, U series, Sr, Pb and Nd in geological samples. The system must support both dry plasma and laser ablation sample introduction methods. The system will be primarily used for geological and materials applications and will be coupled to our existing 193nm and femto-second laser systems. The instrument must feature: * A dual beam path allowing bypass of the collision cell when not required. * Daly detectors for wide dynamic range in mixed isotope systems. * Upgrade pathway for Fast ion counters for single-shot analysis when available. * 36 month manufacturer warranty included. Detailed Specification: 1. General Requirements * The instrument must be a high-precision Multi-Collector Inductively Coupled Plasma Mass Spectrometer (MC-ICP-MS) designed for isotopic analysis of geological materials. * Capable of precise and accurate measurement of U-Pb-Th, Hf, K-Ca, and S isotopic systems in mineral and rock samples. * Must support both wet & dry plasma and laser ablation sample introduction methods. * Vacuum pumps must be oil free dry pumps. 2. Performance Specifications * Mass Resolution: Low, medium, and high-resolution modes (>=10,000 resolving power pseudo-high res and >=3000 true high res @ 10% valley). * Sensitivity: >=1000 V/ppm for U and Pb in dry plasma mode; >=600 V/ppm for Nd and Hf in dry plasma mode at 100ul/min uptake rate. * Precision and Accuracy: Internal precision better than 20 ppm (2s) for 143Nd/144Nd and 176Hf/177Hf; External reproducibility better than 50 ppm (2s). * Must support operation with gases such as H2, He, or NH3 (MFCs for each to be included). 3. Collector Configuration * Minimum of 9 Faraday collectors with software-switchable pre-amplifiers (1011/1012 options for each amplifier). * At least 3 ion counters, for high-sensitivity detection of low-abundance isotopes (e.g., 204Pb, 235U). * Detectors must allow simultaneous collection of all relevant isotopes of U-Pb-Th, Hf, K-Ca, and S systems. * Dynamic range: >=109. * 3 Daly detectors (to replace standard Ion Counters) for enhanced dynamic range. * Collision/reaction cell for interference removal (e.g., oxide and hydride interferences). 4. Sample Introduction System * Dry plasma introduction system with a desolvating nebulizer (e.g., Aridus or equivalent). * Compatibility with laser ablation systems for in situ analysis of mineral phases (specifically ASI Resolution and ASI J200 Tandem). * Standard nebulizer and spray chamber for routine solution-based work. 5. Software and Data Handling * Software must support real-time data acquisition and display. * Isotope ratio calculations with correction for mass bias, blank, and interference. * Export formats compatible with common geochemical software (e.g., Iolite, Isoplot, Excel). 6. Installation and Support * Full installation, calibration, and on-site training must be provided. * Minimum 24 month warranty (36 month preferred) with options for extended service contracts. * Remote diagnostics and software updates should be available. 7. Compliance and Documentation * Must comply with relevant ISO and safety standards. * Full documentation including user manuals, maintenance guides, and performance certificates must be provided. 8. Desirable * Extended warranty beyond 24 months. * Service support contract costings as options. Budget: PS450,000.00 to PS500,000.00 (ex. VAT). Offers for ex-demonstration or refurbished equipment are welcome however these will be considered from manufacturers only, not customers or third party resellers.",
"items": [
{
"id": "1",
"additionalClassifications": [
{
"scheme": "CPV",
"id": "38000000",
"description": "Laboratory, optical and precision equipments (excl. glasses)"
}
],
"deliveryAddresses": [
{
"region": "UKJ31",
"country": "GB",
"countryName": "United Kingdom"
},
{
"region": "UKJ31",
"country": "GB",
"countryName": "United Kingdom"
}
],
"relatedLot": "1"
}
],
"value": {
"amountGross": 540000,
"amount": 450000,
"currency": "GBP"
},
"mainProcurementCategory": "goods",
"aboveThreshold": true,
"lots": [
{
"id": "1",
"suitability": {
"sme": true
},
"contractPeriod": {
"startDate": "2026-01-06T00:00:00Z",
"endDate": "2029-02-05T23:59:59Z"
},
"status": "planning"
}
],
"communication": {
"futureNoticeDate": "2026-01-05T23:59:59Z"
},
"status": "planning",
"amendments": [
{
"id": "078445-2025",
"description": "edited to include detailed specification"
}
]
},
"language": "en"
}