Section one: Contracting authority
one.1) Name and addresses
THE UNIVERSITY OF BIRMINGHAM
Edgbaston
BIRMINGHAM
B152TT
Contact
Teisha Ravenscroft
Country
United Kingdom
Region code
UKG31 - Birmingham
UK Register of Learning Providers (UKPRN number)
10006840
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/universityofbirmingham/aspx/Tenders/Current
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/universityofbirmingham/aspx/Tenders/Current
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
Tender for the Supply and Installation of a Cryomagnetic System for NMR Applications
Reference number
SC13190-24
two.1.2) Main CPV code
- 38340000 - Instruments for measuring quantities
two.1.3) Type of contract
Supplies
two.1.4) Short description
The University of Birmingham invites tenders for supply and installation of a cryomagnetic system that is suitable for NMR experiments. The cryomagnetic system will form part of the Ultra-Low-Temperature NMR, i.e. facilities created with the support of an EPSRC Strategic Infrastructure award. It will be used to facilitate/support fundamental and applied science research using NMR by researchers from chemistry, physics and materials science across the UK. In this context, the system will be used to provide a wide range of sample environment including RF access to the samples at very low temperature as well as in a strong, homogenous and stable magnetic field. Therefore, it will be required as part of the project to supply modular probes that are readily modified to suit the purposes of different requirements for the sample environment. The broad user base and diverse range of materials to be characterised with the equipment means that the equipment interface should be user friendly and reliable.
The cryomagnetic system should provide a sample environment on a single platform, especially being capable of sweeping the magnetic field and temperature simultaneously and continuously. It should consist of a 'Superconducting Magnet' with a maximum field strength of 16 T or higher and two cryostats that collectively provide a sample temperature range between 20 mK and 300 K or wider. Each of the cryostats should operate in a different temperature range with some overlap, e.g., i) Variable Temperature Insert (VTI) operates at temperatures between 1.5 K and 300 K or wider and ii) Dilution Refrigerator (DR) operates for temperatures between 20 mK and 2 K or wider. Specifically, the parts of the cryomagnetic system should further satisfy the following requirements:
• Spatial field homogeneity around the maximum field position better than 10 ppm over 1cm3 diameter sphere volume (DSV).
• Temporal field stability around the maximum field position better than 10 ppm / hour.
• Maximum field ramp rate should be 1 T/min or faster.
• Liquid helium consumption when fitted with VTI should be less than 400 cc / hour under static conditions with a magnet in a persistent mode.
• Accessible sample space when using VTI should be 30 mm in diameter or larger.
• The sample space for VTI should be filled with helium gas when in operation.
• Accessible sample space when using DR should be 30 mm in diameter or larger.
• The sample space for DR should be filled with liquid helium mixture when in operation.
The cryostat options as well as probe options should be easily exchangeable and integrated with the magnet, with the entire system having a single PC-based controller capable of executing automated system setting and data collection. The instrument should connect directly with the University of Birmingham's helium liquefier system. It should be delivered, installed, and tested on site with a maintenance and service package, with provision of on-site training.
two.1.5) Estimated total value
Value excluding VAT: £1,120,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 38300000 - Measuring instruments
two.2.3) Place of performance
NUTS codes
- UKG - West Midlands (England)
two.2.4) Description of the procurement
The University of Birmingham invites tenders for supply and installation of a cryomagnetic system that is suitable for NMR experiments. The cryomagnetic system will form part of the Ultra-Low-Temperature NMR, i.e. facilities created with the support of an EPSRC Strategic Infrastructure award. It will be used to facilitate/support fundamental and applied science research using NMR by researchers from chemistry, physics and materials science across the UK. In this context, the system will be used to provide a wide range of sample environment including RF access to the samples at very low temperature as well as in a strong, homogenous and stable magnetic field. Therefore, it will be required as part of the project to supply modular probes that are readily modified to suit the purposes of different requirements for the sample environment. The broad user base and diverse range of materials to be characterised with the equipment means that the equipment interface should be user friendly and reliable.
The cryomagnetic system should provide a sample environment on a single platform, especially being capable of sweeping the magnetic field and temperature simultaneously and continuously. It should consist of a 'Superconducting Magnet' with a maximum field strength of 16 T or higher and two cryostats that collectively provide a sample temperature range between 20 mK and 300 K or wider. Each of the cryostats should operate in a different temperature range with some overlap, e.g., i) Variable Temperature Insert (VTI) operates at temperatures between 1.5 K and 300 K or wider and ii) Dilution Refrigerator (DR) operates for temperatures between 20 mK and 2 K or wider. Specifically, the parts of the cryomagnetic system should further satisfy the following requirements:
• Spatial field homogeneity around the maximum field position better than 10 ppm over 1cm3 diameter sphere volume (DSV).
• Temporal field stability around the maximum field position better than 10 ppm / hour.
• Maximum field ramp rate should be 1 T/min or faster.
• Liquid helium consumption when fitted with VTI should be less than 400 cc / hour under static conditions with a magnet in a persistent mode.
• Accessible sample space when using VTI should be 30 mm in diameter or larger.
• The sample space for VTI should be filled with helium gas when in operation.
• Accessible sample space when using DR should be 30 mm in diameter or larger.
• The sample space for DR should be filled with liquid helium mixture when in operation.
The cryostat options as well as probe options should be easily exchangeable and integrated with the magnet, with the entire system having a single PC-based controller capable of executing automated system setting and data collection. The instrument should connect directly with the University of Birmingham's helium liquefier system. It should be delivered, installed, and tested on site with a maintenance and service package, with provision of on-site training.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
2 January 2025
End date
1 March 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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.2.2) Time limit for receipt of tenders or requests to participate
Date
3 December 2025
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
4 December 2025
Local time
3:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
University of Birmingham
Edgbaston
B15 2TT
Country
United Kingdom