ProcurementLabs, Engineering

Agreements in place for Labs, Engineering

3D printers, 3D scanners and associated equipment agreement.
Reference LAB1023 AP
Expiry date Extended for a further 2 years until 9th January 2026
Procurement contact
Scope
  • Stereolithography printers:
    • accessories
    • materials
    • software and support/servicing
  • Fused Deposition Modelling printers:
    • accessories
    • materials
    • software and support/servicing
  • Selective Laser Sintering printers:
    • accessories
    • materials
    • software and support/servicing
  • PolyJet printers:
    • accessories
    • materials
    • software and support/servicing
  • Digital Light Processing printers:
    • accessories
    • materials
    • software and support/servicing
  • Multi Jet Fusion printers:
    • accessories
    • materials
    • software and support/ servicing
  • Direct Metal Laser Sintering printers:
    • accessories
    • materials
    • software and support/servicing
  • Electron Beam Melting printers:
    • accessories
    • materials
    • software
    • support/servicing
  • 3D Scanners including optical scanners
  • structured light scanners
  • laser scanners and LIDAR, as well as accessories, software and support/servicing
Suppliers
  • Abergower Ltd
  • Additive-X Ltd (formerly Express Group Ltd)
  • Central Scanning Ltd
  • Concurrent Design Ltd
  • CREAT3D Ltd
  • CREATE Education Project Ltd
  • Instant Makr Ltd
  • Laser Lines Ltd
  • RS Components Ltd
  • TechSoft UK Ltd
  • Vantage UAV Ltd - Trading as Aetha
  • SYS Systems ltd

For more information on how to call off from this Agreement, please contact Procurement.

Electronic components
Reference LAB3152 NW
Expiry date 30 June 2026
Procurement contact
Scope:

– Electronic Components including Development Boards and Associated products

includes, but is not limited to, the following scope; diodes, cables, capacitors, resistors, switches, transistors, voltage regulators, fuses, jack plugs, circuit boards and components, development boards, bulbs, silicone, grease, pastes, robotics components, student kits, programmable devices, integrated circuits (both digital and analogue types), single board computers, microcontrollers, LED’s, custom printed circuit boards . This list is not exhaustive.

 Tools and Fixings includes, but is not limited to, the following scope; hand tools and electrical tools including but not limited to saws, jigsaws, drills, drill bits, soldering irons, pliers, screwdrivers, spanners, socket sets, bradawl, hammers and mallets, tape measures, circular saws, routing tools, ladders, files, chisel, clamps, vice, wrench, bolt cutters, allen keys, leve planes, tool boxes, knifes, work benches, sanders, hot air guns, glue guns, consumables for tools, blades, discs, nuts and bolts, tools powered by rechargeable batteries. Fixings including but not limited to glues, adhesives, screws and nails. This list is not exhaustive.

 Test and Measurement Equipment includes, but is not limited to, the following scope; digital storage scopes, oscilloscopes, power supply units, probes, test kits, microwave leakage detectors, probes, thermal imagers, spectrum analysers, software defined test and measurement equipment, benchtop environmental test chambers, multi-meters, test and measurement associated software, support and warranty packages. This list is not exhaustive

 Rechargeable & Single Use Batteries includes, but is not limited to, the following scope; non-rechargeable and rechargeable batteries and accessories (AAA, AA, C, D, PP3), coin cells, button cells, lead acid batteries, camera, laptop and phone batteries, emergency light batteries, tool batteries, chargers for aforementioned batteries. This list is not exhaustive.

 Multi-Purpose Lot covers a combined requirement for two or more of the following categories of product: Electronic Components including Development Boards and Associated products, Tools and Fixings, Test and Measurement Equipment; and Rechargeable & Single Use Batteries. Where Member Institutions have a requirement for the supply of products under two or more of the above categories, they may call off separately from the relevant lots of lots 1-4 they may use the multi-purpose lot 5 via a single call-off. Lot 5 should not be used to call off requirements relating only to a single category.

Purchase method:

This Framework includes a number of suppliers across a number of product Lots (in line with the scope noted above). Users within UOS can direct award equipment up to the value of £25,000 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier ID as provided.

 For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

 All orders issued to the supplier via direct award MUST reference the Framework reference number LAB3152 NW together with the UOS contract reference number if applicable.

Delivery timescales:

 

Sustainability:

Suppliers are required to sign up to the NETpositive Supplier Engagement Tool which will be used to feed into review meetings and provide feedback to suppliers regarding responsible procurement. As part of the framework Customers can seek the following, but it is not a mandatory requirement that Suppliers are able to offer these option • Refurbished equipment and goods to support the circular economy. • Equipment rental services.

Where such services are availed of under the agreement, terms and conditions that govern the service will be established at call-off with the Customer -WEEE RegulationsThe UK Waste Electrical and Electronic Equipment (WEEE) Regulations were first introduced 2007 with the aim of reducing the amount of electrical and electronic equipment (EEE) ending up in landfill. Many of the awarded suppliers are able to offer WEEE take away schemes.

Pricing

The pricing is fixed for a 12-month period. Pricing is based on products or packs in isolation and is the maximum price to be charged through the Framework. Pricing can be reduced for bulk orders.

 

 

 

1st Ranked Supplier

Discount from list

Supplier contact details

Lot 1 – Electronic Components including Development Boards and Associated Products

Rapid Electronics Limited (FMS ID 4000937)

 

Becky.raymond@rapidonline.com

07785692622

Lot 2 – Tools and Fixings

Rexel UK Ltd (FMS ID 4001349)

 

tom.norris@rexel.co.uk

07741291484

Lot 3 – Test and Measurement Equipment

Telonic Instruments Ltd (FMS ID 4005885)

 

karen@telonic.co.uk

01189 786911

Lot 4 – Rechargeable & Single Use Batteries

City Electrical Factors Limited (FMS ID 4000262)

 

dean.thomas@cef.co.uk

07875273729

Lot 5 – Multi-Purpose Lot

Rapid Electronics (FMS ID 4000937)

 

Becky.raymond@rapidonline.com

07785692622

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or another route should be used to make a purchase, please contact Procurement enquiries.

General Laboratory Equipment- Supply and Maintenance
Reference LAB1037  AP
Expiry date 30 September 2027
Procurement contact
Scope:

The main scope of this Framework Agreement is the supply and installation of general laboratory equipment used in research, teaching, and medical applications across the Scottish public sector.

Purchase method:

This Framework includes a number of suppliers across a number of product Lots (in line with the scope noted above). Users within UOS can direct award equipment up to the value of £25,000 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier ID as provided.

 For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

 All orders issued to the supplier via direct award MUST reference the Framework reference number LAB3152 NW together with the UOS contract reference number if applicable.

Delivery timescales:  
Sustainability:

All contractors on the Framework Agreement have demonstrated a commitment to Sustainable Procurement. Sustainability Benefits for this Framework Agreement will be recorded on Hunter under BT14. Aspects of Sustainable Procurement assessed in the ITT included:

·      Adherence to the Sustain Supply Chain Code of Conduct,

·      Adherence and use of SCM Section 1,

·      Ethically and Sustainably Sourced Products (commitment to ethical and sustainable sourcing throughout the life of the Framework Agreement including approach to suppliers’ current effort and commitments, credentials and future planned developments in relation to the transition to net zero and a circular economy and the wider sustainability of goods and services provided under the Framework Agreement),

·      Circular Economy (including the supply of refurbished or remanufactured products; modularisation and upgradeability of systems; maximising packaging take back/ reusable systems, maximising the recycled content/ sustainable materials within packaging, while ensuring packaging is, as much as is possible, fully recyclable)

·      Community Benefits and Value-added Services (commitment to provide strong core community benefits and value-added services, which are specific to the Institutions, throughout the life of the Framework Agreement).

The successful suppliers offered a range of community benefits and added value services including, but not limited to: 

·         Trainings and seminars for staff and students

·         Research programmes

·         Graduate, undergraduate and internships programmes

·         Apprenticeships

·         Work placement and work experiences

·         Charitable donations

·         Tailored demonstrations

·         Software support

·         STEM engagement including career-based activities for local communities

·         Careers Events and Site Visits

·         Support to SMEs and local supply chain

·         Additional consumables at no additional cost

·         Extended warranties

·         Upgrades and trade-ins

·         Volunteering

Please ensure that any additional local savings at an Institution are identified and recorded on your local contract register (Hunter or equivalent) as a local record. Please contact your local Procurement team for guidance on how to calculate and record these savings based on the UKUPC Benefits Methodology

Pricing

The pricing is fixed for a 12-month period. Pricing is based on products or packs in isolation and is the maximum price to be charged through the Framework. Pricing can be reduced for bulk orders.

 

 

 

1st Ranked Supplier

Discount from list

Supplier contact details

Lot 1- Centrifuges

SLS

   

Lot 2- Environmental Control Equipment

Wolf Laboratories

   

Lot 3- Safety Equipment

Wolf Laboratories

   

Lot 4- Measurement Equipment

SciQuip

   

Lot 5- Environmental Storage- Fridge and Freezers

SciQuip

 

 

Lot 6- Environmental Storage- Other

VWR International

   

Lot 7 – General Miscellaneous

VWR International

   

Lot 8 – Water Purification Equipment for Laboratories

Appleton Woods

   

Lot 9- Environmental Monitoring Systems

SLS

   

Lot 10 – Gas Monitoring and Detection Equipment

SciQuip

 

 

Lot 11 – One Stop Shop

Wolf Laboratories

   

Lot 12 – Liquid Handling Robotics and Laboratory Automation Systems

Waters

   

Lot 13- Refurbished Equipment

Agilent

 

 

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or another route should be used to make a purchase, please contact Procurement enquiries.

Healthcare student uniforms framework agreement.
Reference MED1002 NH
Expiry date 30 November 2027
Procurement contact
Scope

Core garments of trousers, tunics, polo shirts and 5 in 1 jacket (SAS)

Lot 1 consists of tunics, trousers and polo shirts. Other items supplied:

  • ladies and gents fleece
  • shirt/blouse
  • tailored trousers
  • ladies’ cardigan
  • short sleeve dress
  • various maternity wear items
  • water-proof jackets

Lot 2 consists of:

  • unisex dark green cargo shirt
  • polo shirt
  • men’s and women’s dark green combat trousers
  • 5 in 1 jacket
Lot 1 - NHS Scotland National Uniform suppliers MI Hub Ltd t/a Dimensions
Lot 2 - Scottish Ambulance Service suppliers Alsico Laucuba t/a Meltemi

For more information on how to call off from this Framework, please contact Procurement.

High value laboratory equipment framework agreement.
Reference LAB3162 NW
Expiry date 31 July 2025
Procurement contact
Scope
  • Magnetic Resonance Equipment including Associated Equipment
  • Accessories
  • Consumables
  • Maintenance and Servicing of Equipment
  • X-Ray
  • Imaging
  • Elemental & Micro Analysis Equipment and Microscopy Instruments including Associated Equipment
  • Accessories
  • Consumables
  • Maintenance and Servicing of Equipment
  • Spectroscopy Equipment including Associated Equipment
  • Accessories
  • Consumables
  • Maintenance and Servicing of Equipment
  • Mechanical, Thermal and Physical Testing Equipment including Associated Equipment
  • Accessories
  • Consumables
  • Maintenance and Servicing of Equipment
  • Radiation Safety & Detection Equipment including Associated Equipment
  • Accessories
  • Consumables
  • Maintenance and Servicing of Equipment
Lot 1 - Magnetic Resonance Equipment
  • Bruker UK Limited
  • Fisher Scientific UK Ltd
  • JEOL (UK) Ltd
  • Magritek UK
  • Medical Imaging Systems Ltd (MIS Healthcare)
  • MR Solutions Ltd
  • Philips Electronics UK Limited
  • PhoenixNMR, LLC
  • Siemens Healthcare Limited
  • Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
  • Wonderful Scientific Limited
Lot 2 - X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments
  • Agilent Technologies LDA UK Ltd
  • Ametek GB t/a Gatan
  • Anton Paar Ltd
  • BlueScientific Ltd
  • Bruker UK limited
  • Carl Zeiss Ltd
  • Elementar UK Ltd
  • EM Systems Support Ltd
  • Etek Europe Limited
  • FEI UK Ltd
  • Fisher Scientific UK Ltd
  • Hitachi High-Tech Analytical Science Limited
  • Hitachi High-Tech Europe GmbH
  • Horiba UK Limited
  • JEOL (UK) Ltd
  • Kratos Analytical Ltd
  • Malvern Pananalytical Limited
  • Medical Imaging Systems Ltd (MIS Healthcare)
  • MR Solutions Ltd
  • Philips Electronics UK Limited
  • Quantum Design UK and Ireland Limited
  • Renishaw UK Sales Ltd
  • Revvity (UK) Limited
  • Rigaku Europe SE
  • SciMed Limited
  • Shimadzu UK Limited
  • Siemens Healthcare Limited
  • TESCAN-UK Ltd
  • Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
  • Wonderful Scientific Limited
Lot 3 - Spectroscopy Equipment

 

  • Agilent Technologies LDA UK Ltd
  • BlueScientific Ltd
  • Bruker UK limited
  • Fisher Scientific UK Ltd
  • Horiba UK Limited
  • JEOL (UK) Ltd
  • Metrohm UK Limited
  • PerkinElmer AES (UK) Limited
  • Quantum Design UK and Ireland Limited
  • Renishaw UK Sales Ltd
  • SciMed Limited
  • Shimadzu UK Limited
  • Thermo Electron Manufacturing Limited t/a Thermo Fisher Scientific
Lot 4 - Mechanical, Thermal and Physical Testing Equipment
  • Anton Paar Ltd
  • Bruker UK Limited
  • Carl Zeiss Ltd
  • Hitachi High-Tech Analytical Science Limited
  • PerkinElmer AES (UK) Limited
  • Quantum Design UK and Ireland Limited
  • Renishaw UK Sales Ltd
  • SciMed Limited
  • Shimadzu UK Limited
  • Waters Limited (TA Instruments)
  • ZwickRoell Limited
Lot 5 - Radiation Safety & Detection Equipment
  • Fisher Scientific UK Ltd

For more information on how to call off from this Framework, please contact Procurement.

Laboratory consumables and chemicals

Reference

LAB1024 AP

Expiry date

31 January 2026

Procurement Contact

Scope:

Supply of laboratory PPE, glassware, filtration plastics, molecular biology plastics, tissue cultu plastics, non-serological pipettes and tips, gloves and general laboratory sundries.

Lots include:

Lot 1 - Personal Protective Equipment

Lot 2 - Glassware

Lot 3 - Filtration Plastics

Lot 4 - Molecular Biology Plastics

Lot 5 - Tissue Culture Plastics

Lot 6 - Pipettes and Tips

Lot 7 - Gloves

Lot 8 - General Laboratory Consumables

Lot 9 - Solvents

Lot 10 - Fine Chemicals

Lot 11 - Alcohol and Acids

Lot 12 - Bio-chemicals

Lot 13 - In-organic chemicals and salts

Lot 14 - Green chemicals

Lot 15 - One-stop-shop for Laboratory Consumables

Lot 16 - One-stop-shop for Laboratory Chemicals

Lot 17 - One-stop-shop for Laboratory Consumables and Chemicals

Lot 18 - Deuterated Solvents

Purchase method:

This Framework includes a number of suppliers across a number of product Lots (in line with the scope noted above). Users within UOS can direct award equipment up to the value of £25,000 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier ID as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework reference number LAB3152 NW together with the UOS contract reference number if applicable.

Delivery timescale:

 

Sustainability

Responsible Procurement. - Reduction in waste – packaging and/or further use of residue from processes etc. - Reduction in consumption – use of raw materials (consumables, utilities etc.) - Recycling and/or reuse of products. - Enhanced Reputation and/or marketing opportunities. - Carbon Reduction - Social, equality and/or environmental improvements. - Fair Work i.e. Contractors paying Living Wage/accredited Community Benefit Can be achieved at call off stage

Pricing

The pricing is fixed for a 12-month period. Pricing is based on products or packs in isolation and is the maximum price to be charged through the Framework. Pricing can be reduced for bulk orders.

 

Laboratory consumables and chemicals suppliers.
OP 1st Ranked Supplier Discount from List  Supplier Contact Details
Lot 1 - PPE Lion Safety  

wade.lewis@lionsafety.co.uk

01324 474744

Lot 2 - Glassware SLS  

Jedmunds@scientific-labs.com

07920 721655

Lot 3 - Filtration Plastics  VWR   

Luke.Waghorn@avantorsciences.com

uksales@vwr.com

01455 207 155

Lot 4 - Molecular Biology Plastics

Lot 5 - Tissue Culture Plastics

Lot 6 - Pipette and Tips

Greiner  

contracts.uk@gbo.com

01452 825255

Lot 7 - Gloves Lion Safety  

wade.lewis@lionsafety.co.uk

01324 474744

Lot 8 - General Laboratory Consumables  SLS  

Jedmunds@scientific-labs.com

07920 721655

Lot 9 - Solvents Merck  

alistair.walker@merckgroup.com

07584 886 566

Lot 10 - Fine Chemicals

Lot 11 - Alcohol and Acids

Fisher Scientific  

FisherUK.CustomerService@thermofisher.com

01509 555 000

Lot 12 - Bio-chemical

VWR  

Luke.Waghorn@avantorsciences.com

uksales@vwr.com

01455 207 155

Lot 13 - In-organic Chemicals and Salts

Lot 14 - Green Chemicals

Fisher Scientific  

FisherUK.CustomerService@thermofisher.com

01509 555 000

Lot 15 - One-stop-shop Consumables

Lot 16 - One-stop-shop Chemicals

Lot 17 - One- Stop- Shop Consumables and Chemicals

VWR  

Luke.Waghorn@avantorsciences.com

uksales@vwr.com

01455 207 155

Lot 18 - Deuterated Solvents

Merk  

alistair.walker@merckgroup.com

07584 886 566

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or another route should be used to make a purchase, please contact Procurement enquiries.

Laboratory and other gases, associated equipment and services

Reference

LAB4041 SU

Expiry date

31 October 2025

Procurement contact

Scope:

  • Compressed Industrial Gases
  • Compressed Medical Gases
  • Compressed Research/Special Gases and Gas Mixtures
  • Solid Carbon Dioxide (CO2, ‘Dry Ice’)
  • Liquid Helium
  • Liquid Nitrogen and other Cryo Liquids in Small Vessels
  • Liquid Nitrogen in Bulb Gas Regulators and Handling Equipment
  • Assorted Fixtures and Fittings including Inspection and Maintenance
  • Dispensing Gases and Associated Systems
  • Gas Safety Training Courses
  • Manifold Services including annual servicing and maintenance
  • Tanks – including annual servicing maintenance (Liquid Nitrogen, Oxygen, Argon)

Purchase method:

This Framework includes a number of suppliers across a number of product Lots (in line with the scope noted above). Users within UOS can direct award supplies up to the value of £25,000 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier ID as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework reference number LAB4041 SU together with the UOS contract reference number if applicable.

Pricing:

The pricing for the Framework can be found on HE Contracts in the individual supplier price files.

The prices shown are the maximum that the suppliers will charge you at call-off stage. Should you go to mini-competition with a commitment to spend or volumes, the suppliers may price accordingly for that piece of business and better value may be obtained.

There is a range of set pricing available, if you have requirements within the Framework that require different pricing, you should stipulate this at mini-competition stage giving all the suppliers equal opportunity to price on the work.

Sustainability:

All contractors on the Framework Agreement have demonstrated a commitment to Sustainable Procurement. Sustainability Benefits for this Framework Agreement will be recorded on Hunter under BT14. Aspects of Sustainable Procurement assessed in the ITT included:

·      Adherence to the Sustain Supply Chain Code of Conduct,

·      Adherence and use of SCM Section 1,

·      Ethically and Sustainably Sourced Products (commitment to ethical and sustainable sourcing throughout the life of the Framework Agreement including approach to suppliers’ current effort and commitments, credentials and future planned developments in relation to the transition to net zero and a circular economy and the wider sustainability of goods and services provided under the Framework Agreement),

·      Circular Economy (including the supply of refurbished or remanufactured products; modularisation and upgradeability of systems; maximising packaging take back/ reusable systems, maximising the recycled content/ sustainable materials within packaging, while ensuring packaging is, as much as is possible, fully recyclable)

·      Community Benefits and Value-added Services (commitment to provide strong core community benefits and value-added services, which are specific to the Institutions, throughout the life of the Framework Agreement).

The successful suppliers offered a range of community benefits and added value services including, but not limited to: 

·         Trainings and seminars for staff and students

·         Research programmes

·         Graduate, undergraduate and internships programmes

·         Apprenticeships

·         Work placement and work experiences

·         Charitable donations

·         Tailored demonstrations

·         Software support

·         STEM engagement including career-based activities for local communities

·         Careers Events and Site Visits

·         Support to SMEs and local supply chain

·         Additional consumables at no additional cost

·         Extended warranties

·         Upgrades and trade-ins

·         Volunteering

 Please ensure that any additional local savings at an Institution are identified and recorded on your local contract register (Hunter or equivalent) as a local record. Please contact your local Procurement team for guidance on how to calculate and record these savings based on the UKUPC Benefits Methodology

Pricing:

The pricing is fixed for a 12-month period. Pricing is based on products or packs in isolation and is the maximum price to be charged through the Framework. Pricing can be reduced for bulk orders.

Lots

 
OP 1st ranked supplier Supplier contact details
Lot 1 - Compressed natural gases BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 2 - Compressed medical gases BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 3 - Compressed research/special gases and gas mixtures BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 4 - Solid carbon dioxide (CO2, 'dry ice')

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 5 - Liquid helium BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 6 - Liquid nitrogen and other cryo liquids in small vessels BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 7 - Liquid nitrogen in bulk BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 8 - Gas regulators and handling equipment BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 9 - Assorted fixtures and fittings including inspection and maintenance London Fluid System Technologies (Swagelock) (FMS ID 4009231)

Taybe Clarke-Earnscliffe:

Taybe.Clarke-Earnscliffe@swagelok.com

Lot 10 - Dispensing gases and associated systems BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 11 - Gas safety training courses BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 12 - Manifold services including annual servicing and maintenance Medical Industrial Gas Services

Alex Mitchell: alex.mitchell@migsltd.co.uk

Lot 13 - Tanks including annual servicing and maintenance (liquid nitrogen, oxygen argon) Air Liquide

Emma Ainsworth: emma.ainsworth@airliquide.com

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or another route should be used to make a purchase, please contact Procurement enquiries.

Laboratory equipment and associated post installation services framework agreement.

Reference

LAB5061 LU

Expiry date

14 June 2024  extended until 15th September 2024

Procurement contact

Scope

Centrifuges:

  • Evaporator
  • Centrifugal evaporator
  • microcentrifuge refrigerated
  • microcentrifuge non-refrigerated
  • low speed refrigerated
  • low speed non-refrigerated
  • medium speed refrigerated
  • medium speed non-refrigerated
  • high speed non-refrigerated
  • high speed Refrigerated
  • Analytica ultra non-refrigerated

Environmental control:

  • Circulators (cooled)
  • Circulators (heated)
  • Dry Block Heaters
  • Drying Cabinet
  • Freeze Dryer
  • Furnaces
  • Heating Mantles
  • Hotplates
  • Hybridisation Ovens
  • Incubator
  • Incubator Shaking
  • sub-ambient Incubator Shaking
  • above ambient
  • Incubator Standard
  • Incubator Sub-Ambient
  • Laboratory Ovens
  • Laboratory Ovens (Vacuum)
  • Plasma Thawer
  • Shakers (benchtop)
  • Thermal cycler
  • Water Baths

Safety:

  • Small Autoclaves - Bench Top
  • Floor-Standing Autoclave - Front Loader
  • Floor-Standing Autoclave - Top Loader
  • Glass washing
  • Fume Cupboard (non - ducted)
  • Fume Cupboard (ducted)
  • Safety Cabinet Class 1
  • Safety Cabinet Class 2
  • Safety Cabinet Class 3
  • Laminar Flow Cabinets

Measurement:

  • Laboratory Balances
  • Chart Recorders
  • Chloride Meters
  • Colony Counters
  • Colorimeters
  • Conductivity Meters
  • Dissolved Oxygen Meters
  • Flame Photometers
  • Fluorimeters
  • Melting Point Apparatus
  • Microplate reader
  • pH Meters
  • Spectrophotometer (UV & Vis)
  • Thermo hygrometers
  • Viscometer
  • Combustion Elemental Analyser
  • Nitric Oxide Analyser
  • Micro Gas Analysers
  • Total Organic Halides (TOX)/ Adsorbable Organic Halides (AOX)
  • Mercury Analysers
  • Analyser Alkalinity System
  • Potentiometric Titration
  • Coulometric and Volumetric Titrator Karl Fischer

Environmental storage fridge and freezers:

  • Laboratory Refrigerator +4oC
  • Freezers -20oC: upright
  • Freezers -20oC: chest
  • Freezers -40oC upright
  • Freezers -40oC upright chest
  • Ultra Low Temperature Freezer -80oc upright
  • Ultra Low Temperature Freezer -80oc chest
  • Rapid Plasma Freezers
  • Laboratory Refrigerator +4oC low energy
  • Freezers -20oC: low energy upright
  • Freezers -20oC: low energy chest
  • Freezers -40oC low energy upright
  • Freezers -40oC low energy chest
  • Ultra Low Temperature Freezer -80oc low energy upright
  • Ultra Low Temperature Freezer -80oc low energy chest

Environmental storage other:

  • Cryogenic Conservation Vessels
  • Cryostats
  • Ice Maker
  • Liquid Nitrogen Dewars
  • Cryostorage Freezer System-150°c, chest

General (miscellaneous):

  • Electrophoresis Blotters & Dryers
  • Electrophoresis Gel Tanks & Gel Units
  • Electrophoresis Power Packs
  • Gel Documentation system
  • Gel Dryer (vacuum)
  • Heat Sealers
  • Inverted Microscopes
  • Laboratory Benches & Chairs
  • Mixers (vortex)
  • Pulveriser
  • Pumps
  • peristaltic
  • Pumps
  • vacuum
  • Rotary Evaporators
  • Sonicator
  • Standard Microscopes
  • Stereo Microscopes
  • Stirrers

Water purification equipment for laboratories:

  • Type 1 (for ISO Grade 1 water)
  • Type 2 (for ISO Grade 2 water)
  • Type 3 1 (for ISO Grade 3 water) water purification systems

Environmental monitoring systems:

  • Monitoring Sensors
  • Monitoring Infrastructure
  • Online Software Platform

Gas monitoring and detection equipment:

  • O2 gas monitor portable
  • O2 gas monitor wall mounted
  • O2 gas monitor clip
  • CO2 gas monitor portable
  • CO2 gas monitor wall mounted
  • CO2 gas monitor clip

One stop shop

Liquid Handling Robotics and Laboratory Automation Systems

Lot 1 – Centrifuges suppliers 
  • SciQuip
  • Wolflabs
  • Hawksley
  • SLS
  • Appleton Woods
  • VWR
  • Fisher Scientific
  • LABMODE LTD 
Lot 2 – Environmental Control suppliers 
  • SciQuip
  • Wolflabs
  • Appleton Woods
  • SLS
  • VWR 
Lot 3 – Safety suppliers 
  • Wolflabs
  • Appleton Woods
  • Avidity
  • SLS
  • VWR
  • Fisher Scientific
  • Medline Scientific
  • LABMODE LTD 
Lot 4 – Measurement suppliers 
  • SciQuip
  • Wolflabs
  • Appleton Woods
  • SLS
  • VWR
  • Fisher Scientific 
Lot 5 – Environmental Storage Fridge and Freezers suppliers 
  • SciQuip
  • Wolflabs
  • Cool Repair Scientific UK Ltd
  • VWR
  • SLS
  • Appleton Woods
  • Scientific and Chemical Supplies Ltd
  • Fisher Scientific 
Lot 6 – Environmental Storage Other suppliers 
  • SciQuip
  • Wolflabs
  • Appleton Woods
  • VWR
  • Cool Repair Scientific UK Ltd
  • LABMODE LTD 
Lot 7 – General (Miscellaneous) suppliers 
  • SciQuip
  • SLS
  • Appleton Woods
  • Wolflabs
  • VWR
  • Fisher Scientific 
Lot 8 – Water Purification Equipment for laboratories suppliers 
  • Wolflabs
  • Avidity
  • Appleton Woods
  • VWR
  • Merck Life Science
  • Scientific and Chemical Supplies Ltd 
Lot 9 – Environmental Monitoring Systems suppliers 
  • SciQuip
  • GPE Scientific Limited
  • SLS
  • VWR
  • Wolflabs 
Lot 10 – Gas Monitoring and Detection Equipment suppliers 
  • Wolflabs
  • SciQuip
  • Crowcon Detection Instruments Ltd
  • SLS
  • LABMODE LTD 
Lot 11 – One Stop Shop suppliers 
  • SciQuip
  • Wolflabs
  • SLS
  • Appleton Woods
  • VWR 
Lot 12 – Liquid Handling Robotics and Laboratory Automation Systems suppliers 
  • Wolflabs
  • SLS
  • Appleton Woods
  • Agilent Technologies
  • Tecan UK Ltd 

For more information on how to call off from this Framework, please contact Procurement.

Lasers and associated equipment

Reference

LAB1022 AP

Expiry date

31 October 2025

Procurement contact

Scope:

  • Compressed Industrial Gases
  • Compressed Medical Gases
  • Compressed Research/Special Gases and Gas Mixtures
  • Solid Carbon Dioxide (CO2, ‘Dry Ice’)
  • Liquid Helium
  • Liquid Nitrogen and other Cryo Liquids in Small Vessels
  • Liquid Nitrogen in Bulb Gas Regulators and Handling Equipment
  • Assorted Fixtures and Fittings including Inspection and Maintenance
  • Dispensing Gases and Associated Systems
  • Gas Safety Training Courses
  • Manifold Services including annual servicing and maintenance
  • Tanks – including annual servicing maintenance (Liquid Nitrogen, Oxygen, Argon)

Purchasing Method:

This Framework includes a number of suppliers across a number of product Lots (in line with the scope noted above). Users within UOS can direct award equipment up to the value of £25,000 with the suppliers noted below. Please ensure you choose the correct supplier from FMS using their supplier ID as provided.

For higher value, more complex requirements or where the supplier noted below is unable to provide the required equipment, please contact the procurement team who will advise on the appropriate route.

All orders issued to the supplier via direct award MUST reference the Framework reference number LAB4041 SU together with the UOS contract reference number if applicable.

Pricing:

The pricing for the Framework can be found on HE Contracts in the individual supplier price files. Contact procurement if you require this information.

The prices shown are the maximum that the suppliers will charge you at call-off stage. Should you go to mini-competition with a commitment to spend or volumes, the suppliers may price accordingly for that piece of business and better value may be obtained.

There is a range of set pricing available, if you have requirements within the Framework that require different pricing, you should stipulate this at mini-competition stage giving all the suppliers equal opportunity to price on the work.

Sustainability:

All contractors on the Framework Agreement have demonstrated a commitment to Sustainable Procurement. Sustainability Benefits for this Framework Agreement will be recorded on Hunter under BT14. Aspects of Sustainable Procurement assessed in the ITT included:

·      Adherence to the Sustain Supply Chain Code of Conduct,

·      Adherence and use of SCM Section 1,

·      Ethically and Sustainably Sourced Products (commitment to ethical and sustainable sourcing throughout the life of the Framework Agreement including approach to suppliers’ current effort and commitments, credentials and future planned developments in relation to the transition to net zero and a circular economy and the wider sustainability of goods and services provided under the Framework Agreement),

·      Circular Economy (including the supply of refurbished or remanufactured products; modularisation and upgradeability of systems; maximising packaging take back/ reusable systems, maximising the recycled content/ sustainable materials within packaging, while ensuring packaging is, as much as is possible, fully recyclable)

·      Community Benefits and Value-added Services (commitment to provide strong core community benefits and value-added services, which are specific to the Institutions, throughout the life of the Framework Agreement).

 

 The successful suppliers offered a range of community benefits and added value services including, but not limited to: 

·         Trainings and seminars for staff and students

·         Research programmes

·         Graduate, undergraduate and internships programmes

·         Apprenticeships

·         Work placement and work experiences

·         Charitable donations

·         Tailored demonstrations

·         Software support

·         STEM engagement including career-based activities for local        communities

·         Careers Events and Site Visits

·         Support to SMEs and local supply chain

·         Additional consumables at no additional cost

·         Extended warranties

·         Upgrades and trade-ins

·         Volunteering

Please ensure that any additional local savings at an Institution are identified and recorded on your local contract register (Hunter or equivalent) as a local record. Please contact your local Procurement team for guidance on how to calculate and record these savings based on the UKUPC Benefits Methodology

Pricing:

The pricing is fixed for a 12-month period. Pricing is based on products or packs in isolation and is the maximum price to be charged through the Framework. Pricing can be reduced for bulk orders.

 

 

1st Ranked Supplier

Supplier Contact Details 

Lot 1 - Compressed natural gases

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 2 - Compressed medical gases

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 3 - Compressed research/special gases and gas mixtures

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 4 - Solid carbon dioxide (CO2, 'dry ice')

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 5 - Liquid helium

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 6 - Liquid nitrogen and other cryo liquids in small vessels

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 7 - Liquid nitrogen in bulk

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 8 - Gas regulators and handling equipment

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 9 - Assorted fixtures and fittings including inspection and maintenance

London Fluid System Technologies (Swagelock) (FMS ID 4009231)

Taybe Clarke-Earnscliffe: 

Taybe.Clarke-Earnscliffe@swagelok.com

Lot 10 - Dispensing gases and associated systems

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 11 - Gas safety training courses

BOC (FMS ID 4000154)

Colin Middleton: colin.middleton@boc.com

Lot 12 - Manifold services including annual servicing and maintenance

Medical Industrial Gas Services

Alex Mitchell: alex.mitchell@migsltd.co.uk

Lot 13 - Tanks including annual servicing and maintenance (liquid nitrogen, oxygen argon)

Air Liquide

Emma Ainsworth emma.ainsworth@airliquide.com

Should users wish to be provided with all suppliers included within all Lots to make an assessment on whether a direct award or other route should be used to make a purchase, please contact procurement enquiries.

Life sciences equipment, materials and services framework agreement.

Reference

LAB2010 NE

Expiry date

10 April 2026

Procurement contact

Scope

Equipment:

  • Sequencers
  • Micro array systems
  • Flow cytometers
  • Microplate readers
  • cell counters

Materials:

  • Reagents
  • Kits
  • Antibodies
  • Assays
  • Sera
  • Enzymes
  • Mixes

Services:

  • Next Generation Sequencing
  • Sanger Sequencing
  • Genotyping

Purchase Method:

For any requirements valued at £24,999 a quotation in consultation with UP via Public Contracts Scotland is required.

 

Option One - Ranked

Institutions are able to contract directly with the first-ranked supplier, unless:

  • The first ranked supplier confirms that they do not have capacity to undertake the work; or,
  • Cannot respond within the required timescales as detailed in the specification of requirements; or,
  • There are other relevant issues such as conflict of interest.

 

If any of these criteria are applicable, then the second ranked supplier should be appointed. If the second ranked supplier cannot meet the need (by reason of issues detailed above), the third ranked supplier should be approached and so on.

 N.B. Please note that any direct award is at the discretion and risk of the member institution.

This award of a contract will take place after the institution has discussed its specific requirements with the supplier and agreement has been reached as to timescales, methodology/approach, specific service requirements and key milestones and performance indicators to be met.  The Standard Terms and Conditions of any call-off contract shall be as those stated in the Call-Off Terms and Conditions and only minor points can be amended with the consent of the supplier and the institution such as Payment Terms.  For individual assignments under longer term call-off contracts, instruction will be given and received as per the Specification of Requirements section of the ITT.

 

Option Two - Desktop Exercise

 If time is of the essence and institutions are comfortable with the terms of the proposed contract, and these do not require amendment or supplementary conditions then institutions may amend the criterion to reflect their local requirements. This can be done by utilising the Desk Top Calculator provided on HE Contracts.

Once complete, you should place your contract with the highest scoring supplier.

 

Option Three – Further competition

Institutions wishing to undertake a further competition may do so. A further competition may apply to a selection of equipment, materials or services or may be for the purposes of selecting a single source supplier for a fixed period of time.  All capable supplier(s) appointed must be invited to submit responses to the institution’s further competition tender document.

(This should be done in consultation with UP)

 

All orders issued to the supplier via direct award MUST reference the Framework reference number LAB1030 AP together with the UOS contract reference number if applicable.

 

Pricing:

Prices are applicable from 11th April 2023 and remain current for 12 (twelve) months until 10th April 2024.

Dedicated price lists apply for each and every supplier and category area and are available for viewing on the HE Contracts database (HEC). For use in eMarketplace platforms, price lists MUST be reviewed by NEUPC and then in turn accepted by the member institutions when sent by the supplier in order to receive Framework pricing.

Consult UP for pricing lists, or any updates to pricing.

Lot 1 - equipment - Sequencers, Micro array systems, Flow cytometers, Microplate readers, cell counters suppliers

  • Fisher Scientific UK Ltd
  • SciQuip Ltd
  • Eurobio Scientific UK Limited
  • Bio-Rad Laboratories Limited
  • Life Technologies Ltd
  • Promega UK Ltd
  • VWR International
  • PerkinElmer Life and Analytical Sciences
  • Edinburgh Genetics Limited
  • QIAGEN LTD
  • Illumina Cambridge Ltd
  • Enzo Life Sciences (UK) LTD
  • Scientific Laboratory Supplies Limited
  • Randox Laboratories Ltd
  • Global Life Sciences Solutions Operations UK Ltd
  • Mornington 2000 LLP t/a Sterilab
  • Wolf Laboratories Limited
  • MP Biomedicals
  • Agilent Technologies LDA UK Ltd
  • Miltenyi Biotec Ltd
Lot 2 - materials - Reagents, Kits, Antibodies, Assays, Sera, Enzymes, Mixes suppliers
  • Fisher Scientific UK Ltd
  • Antibodies.com
  • Bio-Rad Laboratories Limited
  • BioservUK
  • VWR International
  • New England Biolabs
  • Proteintech Europe Ltd
  • Edinburgh Genetics Limited
  • QIAGEN LTD
  • Enzo Life Sciences (UK) LTD
  • Stratech Scientific Ltd
  • Abcam
  • Merck Life Science UK Limited
  • Scientific Laboratory Supplies Limited
  • Illumina Cambridge Ltd
  • MedChemtronica AB
  • Promega UK Ltd
  • MP Biomedicals
  • Life Science Group Ltd
  • Cambridge Bioscience
  • Randox Laboratories Ltd
  • Miltenyi Biotec Ltd
  • Mornington 2000 LLP t/a Sterilab
  • Insight Health Limited
  • Agilent Technologies LDA UK Ltd 
Lot 3 - services - Next Generation Sequencing, Sanger Sequencing, Genotyping suppliers
  • GENEWIZ UK Ltd
  • Randox Laboratories Ltd
  • Edinburgh Genetics Limited
  • QIAGEN LTD
  • PerkinElmer Life and Analytical Sciences
  • Health in Code SL 

For more information on how to call off from this Framework, please contact Procurement.

Microscopes and imaging equipment framework agreement.

Reference

LAB1028 AP

Expiry date

30 May 2025

Procurement contact

Scope

  • Optical Microscopes
  • New technologies including, but not limited to non-traditional microscopes and imaging equipment
  • Laser-based Imaging Systems and Laser Components
  • Super Resolution and Enhanced Resolution Microscopes
  • Cameras
  • Software
  • Light Sources
  • General Accessories and Consumables
  • Servicing, Maintenance and Repairs – Low End Equipment
  • Servicing, Maintenance and Repairs – High End Equipment

Lot 1 – Optical Microscopes

  • Nikon UK Ltd
  • Appleton Woods Ltd
  • Carl Zeiss Ltd
  • VWR International Ltd
  • Leica Microsystems (UK) Ltd
  • Fisher Scientific UK
  • Cairn Research Ltd
  • GT Vision Ltd
  • K-Tec Microscope Services Ltd
  • Intelligent Imaging Innovations Ltd
  • Best Scientific
  • microscopy supplies and consultants ltd
  • Evident Europe GmbH - UK Branch
  • DP MEDICAL SYSTEMS LTD
  • Metprep Limited 

Lot 2 – New technologies including, but not limited to, non-traditional microscopes and imaging equipment

  • Nikon UK Ltd
  • Carl Zeiss Ltd
  • VWR International Ltd
  • Leica Microsystems (UK) Ltd
  • HORIBA JOBIN YVON LTD
  • Fisher Scientific UK
  • Cairn Research Ltd
  • Intelligent Imaging Innovations Ltd
  • GT Vision Ltd
  • Best Scientific
  • Evident Europe GmbH - UK Branch
  • Scientifica
  • Molecular Devices (UK) Limited
  • Miltenyi Biotec Ltd
  • Metprep Limited 

Lot 3 – Laser-based Imaging Systems and Laser Components

  • Nikon UK Ltd
  • Carl Zeiss Ltd
  • HORIBA JOBIN YVON LTD
  • Leica Microsystems (UK) Ltd
  • Fisher Scientific UK
  • Cairn Research Ltd
  • Intelligent Imaging Innovations Ltd
  • Sysmex UK Ltd
  • Evident Europe GmbH - UK Branch
  • Molecular Devices (UK) Limited
  • Photon Lines UK
  • Metprep Limited
  • Scientifica
  • Miltenyi Biotec Ltd 

Lot 4 – Super Resolution and Enhanced Resolution Microscopes

  • Nikon UK Ltd
  • Leica Microsystems (UK) Ltd
  • Carl Zeiss Ltd
  • Cairn Research Ltd
  • Evident Europe GmbH - UK Branch
  • Intelligent Imaging Innovations Ltd
  • Photon Lines UK 

Lot 5 – Cameras

  • Appleton Woods Ltd
  • Nikon UK Ltd
  • Carl Zeiss Ltd
  • VWR International Ltd
  • Leica Microsystems (UK) Ltd
  • Fisher Scientific UK
  • K-Tec Microscope Services Ltd
  • HORIBA JOBIN YVON LTD
  • GT Vision Ltd
  • microscopy supplies and consultants ltd
  • Cairn Research Ltd
  • Intelligent Imaging Innovations Ltd
  • Best Scientific
  • Photon Lines UK
  • Metprep Limited 

Lot 6 – Software

  • Appleton Woods Ltd
  • Nikon UK Ltd
  • VWR International Ltd
  • Leica Microsystems (UK) Ltd
  • Carl Zeiss Ltd
  • Fisher Scientific UK
  • Cairn Research Ltd
  • Intelligent Imaging Innovations Ltd
  • Best Scientific
  • Photon Lines UK
  • Metprep Limited
  • Evident Europe GmbH - UK Branch
  • Scientifica
  • Miltenyi Biotec Ltd
  • DP MEDICAL SYSTEMS LTD 

Lot 7 – Light Sources

  • Appleton Woods Ltd
  • Nikon UK Ltd
  • VWR International Ltd
  • Carl Zeiss Ltd
  • Leica Microsystems (UK) Ltd
  • K-Tec Microscope Services Ltd
  • Fisher Scientific UK
  • Cairn Research Ltd
  • GT Vision Ltd
  • Intelligent Imaging Innovations Ltd
  • microscopy supplies and consultants ltd
  • Best Scientific
  • Photon Lines UK
  • Evident Europe GmbH - UK Branch
  • Scientifica 

Lot 8 – General Accessories and Consumables

  • Appleton Woods Ltd
  • Nikon UK Ltd
  • VWR International Ltd
  • Carl Zeiss Ltd
  • Leica Microsystems (UK) Ltd
  • Fisher Scientific UK
  • Cairn Research Ltd
  • GT Vision Ltd
  • microscopy supplies and consultants ltd
  • Best Scientific
  • Photon Lines UK
  • Evident Europe GmbH - UK Branch
  • Scientifica
  • DP MEDICAL SYSTEMS LTD
  • Miltenyi Biotec Ltd 

Lot 9 – Servicing, Maintenance and Repairs – Low End Equipment

  • Cairn Research Ltd
  • Leica Microsystems (UK) Ltd
  • Carl Zeiss Ltd
  • K-Tec Microscope Services Ltd
  • Nikon UK Ltd
  • Metprep Limited
  • microscopy supplies and consultants ltd
  • GT Vision Ltd
  • Best Scientific
  • DP MEDICAL SYSTEMS LTD 

Lot 10 – Servicing, Maintenance and Repairs – High End Equipment

  • Cairn Research Ltd
  • Carl Zeiss Ltd
  • Intelligent Imaging Innovations Ltd
  • K-Tec Microscope Services Ltd
  • Nikon UK Ltd
  • Leica Microsystems (UK) Ltd
  • Metprep Limited
  • microscopy supplies and consultants ltd
  • GT Vision Ltd
  • Best Scientific
  • Photon Lines UK
  • DP MEDICAL SYSTEMS LTD
  • Miltenyi Biotec Ltd 

For more information on how to call off from this Framework, please contact Procurement.

Multi-Modality Imaging Equipment and Maintenance Framework agreement.
Agreement Title Multi-Modality Imaging Equipment and Maintenance Framework
Reference LAB1036 NH / NP167/22
Expiry date 25 January 2027
Procurement contact
Scope
  • Imaging Equipment Maintenance & Installation
  • 3rd Party and Installed Base Maintenance
  • Bladder Scanner Supply and Maintenance
  • Injectors and Consumables
  • Mammography Vacuum Devices and Consumables

Lots

Multi-Modality Imaging Equipment and Maintenance Framework suppliers.
LotSuppliers
Lot 1 - Imaging Equipment Maintenance and Installation
  • Abbott Vascular (Abbott Laboratories Limited)
  • Advanced Ultrasound Electronics Limited
  • AGFA HealthCare UK Ltd
  • Ballater Medical
  • Bartec Technologies
  • Becton, Dickinson U.K. Limited
  • BK Medical UK LTD
  • Boston Scientific Ltd
  • Bracco UK
  • Canon Medical Systems Ltd
  • Carestream Dental Ltd
  • Celtic SMR Ltd
  • Cirdan Imaging Ltd
  • Esaote UK
  • FUJIFILM Healthcare UK Ltd
  • Fujifilm UK Ltd
  • GE Healthcare
  • Hologic Ltd
  • HOSPITAL SERVICES LIMITED
  • Johnson & Johnson Medical Ltd
  • Medical Imaging Systems Ltd (MIS Healthcare)
  • Med Imaging Limited
  • Medtronic Limited
  • Mindray UK Ltd
  • Orca Medical
  • Philips Electronics UK Limited
  • Probo Medical Ltd
  • Siemens Healthcare
  • SonoSite Ltd
  • Spectrum Dynamics Medical UK Limited
  • Synapse Medical
  • VERTEC SCIENTIFIC LTD
  • Xograph Healthcare Ltd.
Lot 2 – 3rd Party and Installed Base Maintenance
  • Advanced Ultrasound Electronics Limited
  • Asteral Ltd
  • Bartec Technologies
  • Bayer plc
  • Bracco UK
  • Canon Medical Systems Ltd
  • Esaote UK
  • FUJIFILM Healthcare UK Ltd
  • Fujifilm UK Ltd
  • GE Healthcare
  • Hologic Ltd
  • HOSPITAL SERVICES LIMITED
  • Medical Imaging Systems Ltd (MIS Healthcare)
  • Med Imaging Limited
  • Multimedix Ltd
  • Orca Medical
  • Philips Electronics UK Limited
  • Probo Medical Ltd
  • Siemens Healthcare
  • Verathon Medical (UK) Ltd
  • VERTEC SCIENTIFIC LTD
  • Xograph Healthcare Ltd
Lot 3 – Bladder Scanner Supply and Maintenance
  • Becton, Dickinson U.K. Limited
  • de Smit Medical Systems Ltd
  • Fujifilm UK Ltd
  • GE Healthcare
  • Laborie Medical Technologies
  • Source Medical Ltd
  • Verathon Medical (UK) Ltd
  • Win Health Medical Ltd
Lot 4 – Injectors and Consumables
  • Bayer plc
  • Bracco UK
  • Guerbet Laboratories
  • Medical Imaging Systems Ltd (MIS Healthcare)
  • Probo Medical Ltd
  • Synapse Medical
Lot 5 – Mammography Vacuum Devices and Consumables
  • Becton, Dickinson UK Limited
  • Endomagnetics Limited
  • Hologic Ltd
  • It's Interventional Limited

 For more information on how to call off from this Framework, please contact Procurement.

The Supply of Mass Spectrometry and Chromatography Equipment framework agreement.
Agreement Title The Supply of Mass Spectrometry and Chromatography Equipment
Reference LAB1029 AP
Expiry date 30 September 2025
Procurement contact
Scope
  • Mass Spectrometers
  • Gas Chromatographs
  • Gas Chromatographs with Mass Spectrometers
  • Gas Generators Systems and Associated Servicing
  • Liquid Chromatographs and Associated Modules
  • Liquid Chromatographs coupled with Mass Spectrometers
  • Forthcoming Systems and Modular/Combined Systems
  • Refurbished Equipment One Stop Shop
  • Related Consumables and Accessories
  • Equipment Servicing

 Lots

The Supply of Mass Spectrometry and Chromatography Equipment suppliers.
LotSupplier
Lot 1 - Mass Spectrometers
  • Agilent Technologies
  • Waters ltd.
  • Sercon Ltd
  • PerkinElmer EAS (UK) Limited
  • Thermo Fisher Scientific
  • VWR International Ltd
  • Shimadzu UK Ltd.
  • Chirus Limited
  • Bruker UK Limited
  • Anatune
  • Leco Instruments UK Ltd
Lot 2 - Gas Chromatographs
  • Agilent Technologies
  • Thermo Fisher Scientific
  • VWR International Ltd
  • Shimadzu UK Ltd.
  • PerkinElmer EAS (UK) Limited
  • Leco Instruments UK Ltd
  • Anatune
Lot 3 – Gas Chromatographs with Mass Spectrometers
  • Agilent Technologies
  • Waters ltd.
  • Sercon Ltd
  • Thermo Fisher Scientific
  • VWR International Ltd
  • Shimadzu UK Ltd.
  • PerkinElmer EAS (UK) Limited
  • Leco Instruments UK Ltd
  • Bruker UK Limited
  • Anatune
Lot 4 – Gas Generators Systems and Associated Servicing
  • Agilent Technologies
  • Thermo Fisher Scientific
  • VWR International Ltd
  • PerkinElmer AES (UK) Limited
  • Anatune
  • Leco Instruments UK Ltd
Lot 5 – Liquid Chromatographs and Associated Modules
  • Waters ltd.
  • Agilent Technologies
  • Thermo Fisher Scientific
  • VWR International Ltd
  • PerkinElmer EAS (UK) Limited
  • Bruker UK Limited
  • Metrohm
  • Global Life Sciences Solutions
  • Shimadzu UK Ltd
  • Anatune
  • Teledyne Instruments
Lot 6 – Liquid Chromatographs coupled with Mass Spectrometers
  • Agilent Technologies
  • Waters ltd.
  • PerkinElmer EAS (UK) Limited
  • VWR International Ltd
  • Thermo Fisher Scientific
  • Bruker UK Limited
  • Leco Instruments UK Ltd
  • AB Sciex UK Limited
  • Shimadzu UK Ltd.
  • Anatune
  • Teledyne Instruments
Lot 7 – Forthcoming Systems and Modular/Combined Systems
  • Agilent Technologies
  • Waters ltd.
  • Sercon Ltd
  • Thermo Fisher Scientific
  • PerkinElmer EAS (UK) Limited
  • VWR International Ltd
  • Bruker UK Limited
  • Spectrometrics Limited
  • Anatune
  • Shimadzu UK Ltd.
  • Leco Instruments UK Ltd
  • Teledyne Instruments
Lot 8 – Refurbished Equipment One Stop Shop
  • Agilent Technologies
  • Waters ltd.
  • Sercon Ltd
  • Thermo Fisher Scientific
  • Anatune
  • Global Life Sciences Solutions
  • Bruker UK Limited
  • Leco Instruments UK Ltd
Lot 9 – Related Consumables and Accessories
  • Sercon Ltd
  • Agilent Technologies
  • Fisher Scientific UK
  • VWR International Ltd
  • Thermo Fisher Scientific
  • Metrohm
  • Chirus Limited
  • Leco Instruments UK Ltd
  • Bruker UK Limited
  • Merck Life Science UK Limited
  • Shimadzu UK Ltd.
  • Anatune
  • Spectrometrics Limited
  • Teledyne Instruments
Lot 10 – Equipment Servicing
  • Sercon Ltd
  • Waters ltd.
  • Agilent Technologies
  • Thermo Fisher Scientific
  • PerkinElmer EAS (UK) Limited
  • Metrohm
  • VWR International Ltd
  • Shimadzu UK Ltd.
  • Bruker UK Limited
  • Global Life Sciences Solutions
  • Leco Instruments UK Ltd
  • Spectrometrics Limited
  • Anatune

 For more information on how to call off from this Framework, please contact Procurement.

Veterinary Supplies framework agreement.
Agreement Title Veterinary Supplies
Reference LAB1030 AP
Expiry date 9th February 2027 Optional 12 month ext
Procurement contact
Scope

Veterinary Pharmaceuticals - Manufacturers (pharmaceutical products licensed for use in animals supplied via licensed Manufacturers).

Veterinary Pharmaceuticals - Wholesalers (pharmaceutical products licensed for use in animals supplied via licensed Wholesalers).

Human Pharmaceuticals for Veterinary Use (supply of human crossover pharmaceutical products for use in animals).

Veterinary Pharmaceutical Specials (unlicensed pharmaceutical products in the form of a bespoke formulation for use in animals).

Veterinary Consumables (laboratory consumables, surgery consumables and oncology consumables, veterinary, PPE, hygiene, and cleaning products).

 

Wholesale Veterinary Pharmaceuticals

(veterinary medicines on a wholesale basis by licensed veterinary wholesalers).

 

Equine Farming and Large Animal Equipment

(Equine and Large Animal Equipment, including but not limited to, stabling equipment, feeding products (troughs and buckets), fencing, bedding).

General Type Animal Equipment (anaesthesia equipment, infusion equipment, dental equipment, plus other small animal pet equipment such as housing, beds, toys and other accessories).

Veterinary Imaging Systems (X-Ray, CT Scanner, Ultrasound (general and cardiac), and fluoroscopy).

Veterinary Related Software (Veterinary Practice Software and associated veterinary software products such as stock control etc).

Purchase Method:

For any requirements valued at £24,999 a quotation in consultation with UP via Public Contracts Scotland is required.

  1. Ranked Institutions are required to contract directly with the first ranked Contractor (unless the first ranked Contractor confirms that they do not have capacity to undertake the work; or cannot respond within the required timescales as detailed in the Specification of Requirements. You can contract with the Contractor for appropriate ad hoc requirements and for longer term arrangements.  There is no restriction on the length of a call off as long as it is reasonable. Please ensure you choose the correct supplier from FMS using their supplier ID as provided. Institutions will determine the correct lot to use when placing a Call-off Contract from the Framework Agreement by assessing their requirement against the available lot(s).
  2. Mini-Competition Institutions wishing to undertake a mini competition within a particular lot may do so. All the Contractor(s) appointed to the relevant lot must be invited to submit responses to the Institution’s mini-competition tender document.
  3. Desktop Evaluation The original Framework Agreement evaluation scores for technical criteria must be applied. Award Criteria and Sub-criteria weightings may be altered for both Technical and Commercial percentages in line with the Institution’s requirement, but these should be reasonable and justifiable. Both Technical and Commercial sub criteria must be used, and the overall weighting must still be equal to 100%. Framework Agreement Commercial pricing structure is not deemed to be a direct match to the Institution’s requirements then the institution may seek revised pricing. All Contractors appointed to the relevant lot must be contacted for specific pricing. Or Where a specific aspect of the technical or commercial evaluation sub criteria are deemed of significant importance to an Institutions requirement then the Institution may select the successful Contractor based on the ranking of the Framework Agreement Contractors in that specific area. If more than one criteria are of high importance, then the relevant scores from the Framework Agreement will be added together and compared to ascertain the correct Contractor to appoint.

    All orders issued to the supplier via direct award MUST reference the Framework reference number LAB1030 AP together with the UOS contract reference number if applicable.

Delivery timescales:  
Sustainability: The Framework Agreement includes BT14 Sustainability based benefits
Pricing: Charges will be fixed for the first 12 months of the Framework Agreement. At that point, the Contractors can apply to vary their charges. Standard Payment terms are 30 days from receipt of a valid invoice. However, Institutions are advised to discuss their own particular payment requirements with Contractors if these terms are not suitable. Contractors have been advised to be accommodating to any such request
Lot Suppliers
Lot 1 - Pharmaceuticals
  • KRKA UK LTD 
  • Verncare Care International  
  • Chanelle Vet UK*
Lot 2 – Veterinary Pharmaceuticals - Wholesalers 
  • AH UK Animal Health (PVT) Limited T/A Covetrus 
Lot 3 – Human Pharmaceuticals for Veterinary Use
  • AH UK Animal Health (PVT) Limited T/A Covetrus 
  • DMS Plus Ltd 
Lot 4 - Veterinary Pharmaceutical Specials 
  • No bids
Lot 5 - Veterinary Consumables 
  • Its interventional ltd 
  • Verncare International 
  • AH UK Animal Health (PVT) Limited T/A Covetrus
  • Vygon 
  • Infusion Concepts
  • Mahr Impex
  • ICU UK Medical ltd 
  • Smiths Medical international 
  • IMV Imaging 
  • Clonallan Labs ltd 
  • DMS Plus Ltd
  • Becton Dickinson U.K. Limited  
Lot 6 - Equine Farming and Large Animal Equipment
  • Infusion Concepts 
Lot 7 - General Type Veterinary Equipment 
  • Orca Medical 
  • AH UK Animal Health (PVT) Limited T/A Covetrus
  • Mindray Animal Medical Tech Netherlands*
  • Infusion Concepts 
  • Photon Surgical System 
  • ICU UK MEDICAL LIMITED
  • DMS Plus Limited
  • Casco Pet Ltd 
Lot 8 - Veterinary imaging Systems
  • Imotek International
  • Orca Medical 
  • TIC Mobile Limited
  • Medical Imaging Systems
  • Mindray Animal Medical Technology Netherlands *
  • IMV Imaging (UK) Ltd
  • Xograph Healthcare Ltd
  • Aquilant Endoscopy Ltd
  • Photon Surgical Systems 
  • Canon Medical Systems
Lot 9 - Veterinary Related Software 
  • AH UK Animal Health (PVT) Limited T/A Covetrus 

 

  • *not received final set of terms yet

 

 For more information on how to call off from this Framework, please contact Procurement.