Tender

CEFAS25-115 ITT for liquid scintillation counter for Cefas laboratory

  • CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-069070

Procurement identifier (OCID): ocds-h6vhtk-05d585

Published 28 October 2025, 3:34pm



Scope

Description

The Radioanalytical team at Cefas Lowestoft has a requirement to replace some existing end-of-life equipment with a more efficient and reliable model. The Liquid Scintillation counter will be required to have an exceptionally low background count rate to enable necessary improvements to our already low Limits of Detection to support a range of programmes, including Radioactivity in Food and the Environment (RIFE), and to help Cefas develop systems approaches and tackle complex environmental challenges.

3. Scope of Requirements

The Supplier will provide an ultra-Low level Liquid Scintillation counter as follows:

3.1. with substantial passive shielding in addition to active methods of background count reduction (integral guard counter, electronic BGD reduction systems etc)

3.2. provide the lowest achievable background count rates for both alpha and beta determinations

3.3. be capable of alpha/beta discrimination and simultaneous detection and quantification of multiple radionuclides/ROI's (e.g. Plutonium alphas and Pu-241 beta emissions) at low environmental levels as well as the typical H-3, C-14, U-234/238, Ra-226, Rn-222, Y-90, Sr-89 etc

3.4. be capable of detecting beta's up to 2MeV and alpha's up to 10MeV

3.5. have beta efficiencies of at least 35% for samples with significant quench although much higher efficiencies would be anticipated for unquenched samples

3.6. have alpha efficiencies of at least 95% and Cerenkov efficiency of at least 60%

3.7. have in-built cooling to maintain appropriate, stable temperature

3.8. have internal, radioactive standard for quench correction curves

3.9. Power supply to be UK socket compatible.

It is essential that delivery is made to Cefas Lowestoft Laboratory no later than week commencing 23 March 2026.

Please refrain from bidding if you are unable to guarantee delivery by this date.

If the awarded Supplier is unable to meet the delivery date agreed in the final Contract, Cefas reserves the right to terminate the Contract as per the Conditions of Contract.

Total value (estimated)

  • £196,000 excluding VAT
  • £235,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 12 December 2025 to 31 March 2027
  • 1 year, 3 months, 20 days

Main procurement category

Goods

CPV classifications

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)

Contract locations

  • UK - United Kingdom

Participation

Legal and financial capacity conditions of participation

As per Bidder Pack

Technical ability conditions of participation

As per Bidder Pack

Particular suitability

  • Small and medium-sized enterprises (SME)
  • Voluntary, community and social enterprises (VCSE)

Submission

Enquiry deadline

17 November 2025, 5:00pm

Tender submission deadline

24 November 2025, 12:00pm

Submission address and any special instructions

https://atamis-9529.my.site.com/s/Welcome

All bids to be submitted via the above eProcurement system.

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

1 December 2025


Award criteria

This table contains award criteria for this lot
Name Type Weighting
Technical Quality 70.00%
Price Price 20.00%
Social Value Quality 10.00%

Other information

Payment terms

As per the Bidder Pack, available on eProcurement system

Description of risks to contract performance

Non-delivery of goods within the required timeframe.

Cefas requires delivery by no later than week commencing 23 March 2026 due to financial year spend requirements. Failure of the Supplier to meet this requirement will result in cancellation of the Contract and order.

Mitigation applied by informing Supplier's upfront of this requirement and stating that they should refrain from bidding if they cannot meet the timeframe.

Applicable trade agreements

  • Government Procurement Agreement (GPA)

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

The market is a very small, known market to Cefas, having purchased these goods (or similar previous iterations). Cefas has engaged with the market informally to request initial indications of costs and delivery lead times, to inform decision on Procurement route and process.


Contracting authority

CENTRE FOR ENVIRONMENT, FISHERIES AND AQUACULTURE SCIENCE

  • Public Procurement Organisation Number: PPGW-5299-JGTN

Pakefield Road

Lowestoft

NR33 0HT

United Kingdom

Region: UKH14 - Suffolk

Organisation type: Public authority - sub-central government