Section one: Contracting authority
one.1) Name and addresses
University Of Edinburgh
Charles Stewart House, 9-16 Chambers Street
Edinburgh
EH1 1HT
Telephone
+44 1316502759
Country
United Kingdom
NUTS code
UKM75 - Edinburgh, City of
Internet address(es)
Main address
Buyer's address
https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00107
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Education
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
High Pressure Vitreous Freezer
Reference number
EC1055
two.1.2) Main CPV code
- 42513100 - Freezing equipment
two.1.3) Type of contract
Supplies
two.1.4) Short 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.
two.1.6) Information about lots
This contract is divided into lots: No
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £267,160
two.2) Description
two.2.2) Additional CPV code(s)
- 38600000 - Optical instruments
- 42000000 - Industrial machinery
two.2.3) Place of performance
NUTS codes
- UKM75 - Edinburgh, City of
Main site or place of performance
City of Edinburgh
two.2.4) Description of the procurement
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 µm 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.
two.2.5) Award criteria
Quality criterion - Name: Technical requirement / Weighting: 50
Cost criterion - Name: Total cost for initial term / Weighting: 50
two.2.11) Information about options
Options: Yes
Description of 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
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Competitive procedure with negotiation
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2025/S 000-030174
Section five. Award of contract
Contract No
EC1055
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
5 January 2026
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 1
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
SciQuip Ltd
Newtown, Wem
Shrewbury
SY4 5NU
Country
United Kingdom
NUTS code
- UKG2 - Shropshire and Staffordshire
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £267,160
Section six. Complementary information
six.3) Additional information
Awarded following a stand-still as specified in the regulations
(SC Ref:819561)
six.4) Procedures for review
six.4.1) Review body
Edinburgh Sheriff Court
Edinburgh
Country
United Kingdom