ProcurementLabs, Engineering
Agreements in place for Labs, Engineering
Reference | LAB1023 AP |
---|---|
Expiry date | Extended for a further 2 years until 9th January 2026 |
Procurement contact | |
Scope |
|
Suppliers |
|
For more information on how to call off from this Agreement, please contact Procurement.
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) |
07785692622 |
|
Lot 2 – Tools and Fixings |
Rexel UK Ltd (FMS ID 4001349) |
07741291484 |
|
Lot 3 – Test and Measurement Equipment |
Telonic Instruments Ltd (FMS ID 4005885) |
01189 786911 |
|
Lot 4 – Rechargeable & Single Use Batteries |
City Electrical Factors Limited (FMS ID 4000262) |
07875273729 |
|
Lot 5 – Multi-Purpose Lot |
Rapid Electronics (FMS ID 4000937) |
|
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.
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.
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:
Lot 2 consists of:
|
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.
Reference | LAB3162 NW |
---|---|
Expiry date | 31 July 2025 |
Procurement contact | |
Scope |
|
Lot 1 - Magnetic Resonance Equipment |
|
Lot 2 - X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments |
|
Lot 3 - Spectroscopy Equipment |
|
Lot 4 - Mechanical, Thermal and Physical Testing Equipment |
|
Lot 5 - Radiation Safety & Detection Equipment |
|
For more information on how to call off from this Framework, please contact Procurement.
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. |
OP | 1st Ranked Supplier | Discount from List | Supplier Contact Details |
---|---|---|---|
Lot 1 - PPE | Lion Safety |
01324 474744 |
|
Lot 2 - Glassware | SLS |
07920 721655 |
|
Lot 3 - Filtration Plastics | VWR |
Luke.Waghorn@avantorsciences.com 01455 207 155 |
|
Lot 4 - Molecular Biology Plastics Lot 5 - Tissue Culture Plastics Lot 6 - Pipette and Tips |
Greiner |
01452 825255 |
|
Lot 7 - Gloves | Lion Safety |
01324 474744 |
|
Lot 8 - General Laboratory Consumables | SLS |
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 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 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.
Reference |
LAB4041 SU |
---|---|
Expiry date |
31 October 2025 |
Procurement contact |
|
Scope: |
|
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: |
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.
Reference |
LAB5061 LU |
---|---|
Expiry date |
14 June 2024 extended until 15th September 2024 |
Procurement contact |
|
Scope |
Centrifuges:
Environmental control:
Safety:
Measurement:
Environmental storage fridge and freezers:
Environmental storage other:
General (miscellaneous):
Water purification equipment for laboratories:
Environmental monitoring systems:
Gas monitoring and detection equipment:
One stop shop Liquid Handling Robotics and Laboratory Automation Systems |
Lot 1 – Centrifuges suppliers |
|
Lot 2 – Environmental Control suppliers |
|
Lot 3 – Safety suppliers |
|
Lot 4 – Measurement suppliers |
|
Lot 5 – Environmental Storage Fridge and Freezers suppliers |
|
Lot 6 – Environmental Storage Other suppliers |
|
Lot 7 – General (Miscellaneous) suppliers |
|
Lot 8 – Water Purification Equipment for laboratories suppliers |
|
Lot 9 – Environmental Monitoring Systems suppliers |
|
Lot 10 – Gas Monitoring and Detection Equipment suppliers |
|
Lot 11 – One Stop Shop suppliers |
|
Lot 12 – Liquid Handling Robotics and Laboratory Automation Systems suppliers |
|
For more information on how to call off from this Framework, please contact Procurement.
Reference |
LAB1022 AP |
---|---|
Expiry date |
31 October 2025 |
Procurement contact |
|
Scope: |
|
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: |
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.
Reference |
LAB2010 NE |
---|---|
Expiry date |
10 April 2026 |
Procurement contact |
|
Scope |
Equipment:
Materials:
Services:
|
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:
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 |
|
Lot 2 - materials - Reagents, Kits, Antibodies, Assays, Sera, Enzymes, Mixes suppliers |
|
Lot 3 - services - Next Generation Sequencing, Sanger Sequencing, Genotyping suppliers |
|
For more information on how to call off from this Framework, please contact Procurement.
Reference |
LAB1028 AP |
---|---|
Expiry date |
30 May 2025 |
Procurement contact |
|
Scope |
|
Lot 1 – Optical Microscopes |
|
Lot 2 – New technologies including, but not limited to, non-traditional microscopes and imaging equipment |
|
Lot 3 – Laser-based Imaging Systems and Laser Components |
|
Lot 4 – Super Resolution and Enhanced Resolution Microscopes |
|
Lot 5 – Cameras |
|
Lot 6 – Software |
|
Lot 7 – Light Sources |
|
Lot 8 – General Accessories and Consumables |
|
Lot 9 – Servicing, Maintenance and Repairs – Low End Equipment |
|
Lot 10 – Servicing, Maintenance and Repairs – High End Equipment |
|
For more information on how to call off from this Framework, please contact Procurement.
Agreement Title | Multi-Modality Imaging Equipment and Maintenance Framework |
---|---|
Reference | LAB1036 NH / NP167/22 |
Expiry date | 25 January 2027 |
Procurement contact | |
Scope |
|
Lots
Lot | Suppliers |
---|---|
Lot 1 - Imaging Equipment Maintenance and Installation |
|
Lot 2 – 3rd Party and Installed Base Maintenance |
|
Lot 3 – Bladder Scanner Supply and Maintenance |
|
Lot 4 – Injectors and Consumables |
|
Lot 5 – Mammography Vacuum Devices and Consumables |
|
For more information on how to call off from this Framework, please contact Procurement.
Agreement Title | The Supply of Mass Spectrometry and Chromatography Equipment |
---|---|
Reference | LAB1029 AP |
Expiry date | 30 September 2025 |
Procurement contact | |
Scope |
|
Lots
Lot | Supplier |
---|---|
Lot 1 - Mass Spectrometers |
|
Lot 2 - Gas Chromatographs |
|
Lot 3 – Gas Chromatographs with Mass Spectrometers |
|
Lot 4 – Gas Generators Systems and Associated Servicing |
|
Lot 5 – Liquid Chromatographs and Associated Modules |
|
Lot 6 – Liquid Chromatographs coupled with Mass Spectrometers |
|
Lot 7 – Forthcoming Systems and Modular/Combined Systems |
|
Lot 8 – Refurbished Equipment One Stop Shop |
|
Lot 9 – Related Consumables and Accessories |
|
Lot 10 – Equipment Servicing |
|
For more information on how to call off from this Framework, please contact Procurement.
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.
|
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 |
|
Lot 2 – Veterinary Pharmaceuticals - Wholesalers |
|
Lot 3 – Human Pharmaceuticals for Veterinary Use |
|
Lot 4 - Veterinary Pharmaceutical Specials |
|
Lot 5 - Veterinary Consumables |
|
Lot 6 - Equine Farming and Large Animal Equipment |
|
Lot 7 - General Type Veterinary Equipment |
|
Lot 8 - Veterinary imaging Systems |
|
Lot 9 - Veterinary Related Software |
|
- *not received final set of terms yet
For more information on how to call off from this Framework, please contact Procurement.