ProcurementLabs, Engineering

Agreements in place for Labs, Engineering

3D Printers, 3D Scanners and Associated Equipment
Reference LAB1043 AP
Expiry date 9th January 2029
Procurement contact
Scope

The main scope of this Framework agreement will remain the provision of the supply and servicing of 3D Printers, 3D Scanners and associated equipment plus related consumables and accessories used in research, teaching, and medical applications across the UK Public Sector.

Lots include:

Lot 1 - Stereolithography Printers

Lot 2 - Fused Deposition Modelling Printers

Lot 3 - High Value Specialist

Lot 4 - Electron Beam Melting Printers

Lot 5 - 3D Scanners
Call off Method

- Direct Award

- Desktop Evaluation

- Mini Competition

Responsible Procurement

Responsible Procurement.

- Take back programmes including recycling of packaging

- Development of modularity to increase product life cycles

- Reduction in energy consumption of equipment providing reduced life cycle costs

- Social, equality and/or environmental improvements.

- All suppliers on the framework agreement pay the Living Wage but are not Living Wage accredited.

Community Benefits.

- Studentships and placements

- Working with institutes to provide access and content for the broader community

- Sponsorship of events

- Support to the local economy

- Career support to STEM students

Added Value

- Provision of staff and student training opportunities with the purchase of systems from certain suppliers

- Opportunities for assistance with technological development and realisation of research projects.

Lot

Suppliers

Lot 1: Stereolithography Printers

Central Scanning

Concurrent Design Limited

CREAT3D Ltd

EVO 3D LTD

Lot 2: Fused Deposition Modelling Printers

Central Scanning

Concurrent Design Limited

CREAT3D Ltd

EVO 3D LTD

MARK3D UK LIMITED

Lot 3: High Value Specialist

Concurrent Design Limited

CREAT3D Ltd

EVO 3D LTD

SPEE3D

UpNano GmbH

Lot 4: Electron Beam Melting Printers

Freemelt AB

Lot 5: 3D Scanners

Central Scanning

Concurrent Design Limited

CREAT3D Ltd

EVO 3D LTD

ID Loop GmbH

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 (HVLE)
Reference LAB3162 NW
Expiry date 31st July 2026
Procurement contact
Scope

Lot 1 – Magnetic Resonance Equipment including Associated Equipment, Accessories, Consumables, Maintenance and Servicing of Equipment.

 

Lot 2 – X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments including Associated Equipment, Accessories, Consumables, Maintenance and Servicing of Equipment. Items covered by the Microscopy and Imaging Equipment Framework Agreement

Number: LAB1028 AP shall be excluded from this lot. This includes compound, stereo, zoom, confocal, spinning disc, super and enhanced resolution microscopes.

 

Lot 3 – Spectroscopy Equipment including Associated Equipment, Accessories, Consumables, Maintenance and Servicing of Equipment. Items covered by the Mass Spectrometry and Chromatography Equipment Framework Agreement Number: LAB1029 AP shall be excluded from this lot. This includes mass spectrometers, gas chromatographs, gas chromatographs with mass spectrometers, liquid chromatographs and liquid chromatographs coupled with mass spectrometers.

N.B. You will note that ICP-MS is available under both HVLE LAB3162 NW and the APUC Mass Spectrometry and Chromatography Equipment Framework Agreement Number: LAB1029 AP. It is for stakeholders to determine which route to market is most appropriate for them.

 

Lot 4 – Mechanical, Thermal and Physical Testing Equipment including Associated Equipment, Accessories, Consumables, Maintenance and Servicing of Equipment.

 

Lot 5 – Radiation Safety & Detection Equipment including Associated Equipment, Accessories, Consumables, Maintenance and Servicing of Equipment.

Further information on the scope of the above areas can be found in Appendix 1 – Specification of Requirements.

Call off Method

This Framework Agreement allows you to buy through 3 options. You should choose the option most appropriate to your purchase taking into consideration; your Organisational Procurement Guidance and Financial Regulations, the product/service you wish to purchase and the specific requirements of your organisation.

Call Off Options Available:

Direct Award

Mini Competition

Desktop Exercise

Responsible Procurement

The NETpositive Supplier Engagement Tool will be used as part of contract management.

 

The UKUPC Supply Chain Code of Conduct and the Electronics Watch Contract Conditions were issued to suppliers as part of this tender.

 

At Selection Suppliers were assessed for:

• Compliance with the requirements of the Modern Slavery Act 2015

• Payment of the Real Living Wage

• Carbon Reduction Plan

Recognising both the environmental and social risks associated with in-scope products, within the award criteria, suppliers were asked questions on the following topics:

• Supply Chain Transparency & Labour Conditions

• Packaging Materials

• Re-use and Recycling Services

• Delivering Social Value - Career support to STEM students

Added Value

More advantageous pricing based on economies of scale from aggregated spend.

• Savings can be base lined by comparing prices with the prices you previously paid.

• A single exercise to establish the overarching agreement and establish the Terms and Conditions of the Framework.

• Reduced administrative effort and associated cost savings.

• The development of a longer term relationship with suppliers which is mutually beneficial.

• You have the ability to call off from the agreement as and when required rather than needing to undertake a full tender process.

• The Framework allows for the flexibility to determine specific requirements at the call off stage.

• Framework Agreements support longer term business planning as they span a period of typically four years and allow some stability from market fluctuations.

• NWUPC and your Consortium will provide contract management support to you should you experience any issues with suppliers and will act in your best interests

Lot

Suppliers

Lot 1 - Magnetic Resonance Equipment

Bruker UK Ltd

Fisher Scientific UK

Jeol (UK) Ltd.

Magritek UK

Medical Imaging Systems Limited (MIS

Healthcare)

Philips Electronics UK Limited

Siemens Healthcare Limited

Thermo Fisher Scientific

Wonderful Scientific Ltd.
Lot 2 - X-Ray, Imaging, Elemental & Micro Analysis Equipment and Microscopy Instruments

Agilent Technologies LDA UK Limited

Anton Paar Ltd

Blue Scientific Ltd.

Bruker UK Ltd

Carl Zeiss Ltd

Elementar UK Limited

EM Systems Support Ltd.

Etek Europe Ltd.

FEI UK Ltd.

Fisher Scientific UK

Hitachi High-Tech Europe GmbH

Horiba UK Ltd.

Jeol (UK) Ltd.

Kratos Anaytical Ltd.

Medical Imaging Systems Limited (MIS

Healthcare)

Philips Electronics UK Limited

Quantum Design UK and Ireland

Renishaw PLC

Revvity (UK) Limited

Rigaku Europe SE (Germany)

SciMed Ltd

Shimadzu UK Ltd

Siemens Healthcare Limited

Tescan UK Ltd.

Thermo Fisher Scientific

Wonderful Scientific Ltd.

Lot 3 - Spectroscopy Equipment

Agilent Technologies LDA UK Limited

Blue Scientific Ltd.

Bruker UK Ltd

Fisher Scientific UK

Horiba UK Ltd.

Jeol (UK) Ltd.

Metrohm UK ltd

Perkin Elmer AES (UK) Limited

Quantum Design UK and Ireland

Renishaw PLC

SciMed Ltd

Shimadzu UK Ltd

Thermo Fisher Scientific

Lot 4 - Mechanical, Thermal and Physical Testing Equipment

Anton Paar Ltd

Bruker UK Ltd

Carl Zeiss Ltd

Perkin Elmer AES (UK) Limited

Quantum Design UK and Ireland

Renishaw PLC

SciMed Ltd

Shimadzu UK Ltd

Waters Limited

Zwickroell Ltd.

Lot 5 - Radiation Safety & Detection Equipment

Fisher Scientific UK         

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.

Lab Gases

Reference

LAB4060 SU

Expiry date

31st October 2029

Procurement contact

Scope:

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

Lots include:

Lot 1 Compressed Industrial Gases

Lot 2 Compressed Medical Gases

Lot 3 Compressed Research/Special Gases and Gas Mixtures

Lot 4 Solid Carbon Dioxide (CO2, ‘Dry Ice’)

Lot 5 Liquid Helium

Lot 6 Liquid Nitrogen and other Cryo Liquids in Small vessels

Lot 7 Liquid Nitrogen in Bulk

Lot 8 Gas Regulators and Handling Equipment

Lot 9 Assorted Fixtures and Fittings

Lot 10 Dispensing Gases and Associated Systems

Lot 11 Gas Safety Training Courses

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 LAB4060 SU together with the UOS contract reference number if applicable.

Pricing:

Pricing is managed by the SUPC Category Manager and will be reviewed annually with the first change commencing from 1st January 2027. A robust and evidence-based methodology is employed during the pricing review process to ensure that supplier pricing is fair and can be correctly attributed to specific economic and market factors.

Sustainability:

Responsible Procurement.

A total of 20% was allocated to the tender covering Sustainability and Social Value.

Pricing:

Pricing is managed by the SUPC Category Manager and will be reviewed annually with the first change commencing from 1st January 2027. A robust and evidence-based methodology is employed during the pricing review process to ensure that supplier pricing is fair and can be correctly attributed to specific economic and market factors.

Added Value

Robust tendering and evaluation process along with dedicated category manager oversight for a complex commodity area.

Lots

 
  1st ranked supplier Supplier contact details
Lot 1 - Compressed Industrial Gases BOC (FMS ID 4000154)

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

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

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

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

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

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

BOC (FMS ID 4000154)

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

Lot 5 - Liquid helium BOC (FMS ID 4000154)

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

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

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

Lot 7 - Liquid nitrogen in bulk Buse Gases Limited

Debbie Gray - debbie.gray@buse-group.uk

0121 5241111

Lot 8 - Gas regulators and handling equipment Unranked Lot. Successful bidders are: BOC Ltd, Buse Gases Ltd, Medical & Industrial Gas Services Ltd

BOC - Jessica Thorpe -jessica.thorpe@boc.com

Buse - Debbie Gray - debbie.gray@buse-group.uk 0121 5241111

MIGS – Alex Mitchell - alex.mitchell@migsltd.co.uk

07425801114

Lot 9 - Assorted fixtures and fittings Unraked Lot. Medical & Industrial Gas Services Ltd are the only bidder awarded to this lot.

MIGS – Alex Mitchell - alex.mitchell@migsltd.co.uk

07425801114

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

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

Lot 11 - Gas safety training courses Unranked Lot. Successful bidders are: BOC Ltd, Medical & Industrial Gas Services Ltd

Jessica Thorpe - jessica.thorpe@boc.com

07909848864

MIGS – Alex Mitchell - alex.mitchell@migsltd.co.uk 07425801114

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

LAB1032 AP

Expiry date

30th July 2026

Procurement contact

Scope:

The main scope of this Framework agreement will remain the provision of the supply and servicing of lasers and associated equipment plus related consumables and accessories used in research, teaching, and medical applications across the UK Public Sector. 

Lot 1 – Lasers and Coherent Sources (Femtosecond Lasers, Picosecond Lasers, Nanosecond Pulsed Lasers, Pulsed Lasers, Continuous Wave Diode Pumped Solid State (DPSS) Lasers, Fibre Lasers, Tunable Lasers, Fibre Coupled Laser Sources, Compact Laser Modules, Helium Neon Lasers, Optical Amplifiers, Argon Ion Lasers, Nitrogen Lasers, Nitrogen DPSS & SLM Lasers)

Lot 2 – Optical Spectrometers and Cameras

Lot 3 - Particle Image Velocimetry (PIV) Lasers and LED Systems

Lot 4 - Laser Micromachining Systems

Lot 5 - Laser Safety Products and Protective Equipment

Lot 6 - Optomechanical Equipment and Accessories

Lot 7 - Flow Cytometry Lasers and Associated Equipment

Lot 8 - Laser Spare Parts and Associated Equipment

Lot 9 - Maintenance, Service and Upgrade of Lasers and Associated Systems

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 LAB1032 AP 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:

Responsible Procurement

·         Take back programmes including recycling of packaging

·         Development of modularity to increase product life cycles

Community Benefits

·         Traineeships

·         Work placements

·         Sponsorship of events

·         Career support to STEM students

Added Value

·         Provision of staff training opportunities and free consumables with the purchase of systems from certain suppliers

·         Remote diagnostic service procedures to reduce downtime and carbon impact of service and repairs

·         Provision of staff and student training opportunities with the purchase of systems from certain suppliers

·         Opportunities for assistance with technological development and realisation of research projects.

Pricing:

Upon Framework Agreement of price changes, pricing will be held for the following 12 months.

Upon receipt of revised fixed pricing at each 12-month anniversary of the commencement of the Framework Agreement, the Authority shall evaluate the revised price proposals from all Contractors together with each Contractors Technical score from their original bid. The Contractors shall then be subject to re-ranking accordingly. 

 

Lot Number & Description

1st Ranked Supplier

Supplier Contact Details 

Lot 1 - Lasers and Coherent Sources 

Coherent

Graham Wright graham.wright@coherent.com

01353 658800

Lot 2 - Optical Spectrometers and Cameras  

Photonics Solutions

Ben Agate ben.agate@photonicssolutions.co.uk

0131 664 8122

Lot 3 - Particle Image Velocimetry (PIV) Lasers and LED Systems 

Photonics Solutions

Ben Agate ben.agate@photonicssolutions.co.uk

0131 664 8122

Lot 4 - Laser Micromachining Systems  

Coherent

Graham Wright graham.wright@coherent.com

01353 658800

Lot 5 - Laser Safety Products and Protective Equipment  

Photonics Solutions

Ben Agate ben.agate@photonicssolutions.co.uk

0131 664 8122

Lot 6 - Optomechanical Equipment and Accessories  

Edmund Optics

Eleonora Green eleonoraG@edmundoptics.co.uk

01904 943367 ext. 5159

Lot 7 - Flow Cytometry Lasers and Associated Equipment  

Coherent

Graham Wright graham.wright@coherent.com

01353 658800

Lot 8 - Laser Spare Parts and Associated Equipment  

Coherent

Graham Wright graham.wright@coherent.com

01353 658800

Lot 9 - Maintenance, Service and Upgrade of Lasers and Associated Systems 

Coherent

Graham Wright graham.wright@coherent.com

01353 658800

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.

Microscopy & Imaging Equipment

Reference

LAB1028 AP

Expiry date

30th May 2026

Procurement contact

Scope

Supply, servicing and repair of Microscopes and imaging equipment, including: stereo and zoom, medical, compound microscopes.

Please refer to the Buyers Guide for the full scope of requirements.

Lots include:

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

Call off Method

Call Off Options Available:

- Ranked

- Desktop Evaluation

- Mini Competition

Responsible Procurement

Responsible Procurement.

- Reduced environmental impacts of service delivery and/or equipment throughout their whole lifecycle

- Increased energy efficiencies of products in use

- Increased product life, including the ability to upgrade and modularise equipment

- Removal of toxic materials within the goods manufacturing processes

- Alternatives to outright ownership of products

- Documented targets to increase the re-use and recycling of packaging and reduce the amount going to landfill

- Take-back schemes to return used equipment for refurbishment and recycling

- Use of innovation to improve the sustainability credentials of products/services

- Social, equality and/or environmental improvements.

- Fair Work i.e. Contractors paying Living Wage/accredited

Community Benefits.

- Training sessions for students

- Additional training and tech support to institutions

- PhD Student Opportunities

- STEM Student sponsorships

- School Outreach to create interest in STEM

- Internship and apprenticeship opportunities

- Career support for students

- Working with suppliers to create a greener supply chain

- Employing Locally

- Charity donations

- Work experience placements for students

- Support Students through iCase studentship

Added Value

- Build installations and delivery included in contracts

- Training for end-users (online and on-site)

- Calibrations at no extra cost

- After sale support

- Extended warranty support

- Early access to new tech

- Post training application support

- Linking institutions to industry partners for knowledge sharing

- Support in grant application process

- Take back scheme for packaging

- Demo kits available for testing to see if product is fit for purpose

- Remote technical support

Lot

Suppliers

Lot 1 – Optical Microscopes

Nikon UK, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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, Branch of Nikon Europe BV

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.

Mass Spectrometry & Chromatography Equipment
Agreement Title The Supply of Mass Spectrometry and Chromatography Equipment
Reference LAB1029 AP
Expiry date 30th September 2026
Procurement contact
Scope

Supply and servicing of mass spectrometry and chromatography equipment plus related consumables and accessories used in research, teaching and medical applications across the UK Public Sector.

Lots include:

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

Please refer to the Buyers Guide for the full scope of requirements.

Call off Method

- Ranked

- Desktop Evaluation

- Mini Competition

Responsible Procurement

- Reduced environmental impacts of service delivery and/or equipment throughout their whole lifecycle

- Increased energy efficiencies of products in use

- Increased product life, including the ability to upgrade and modularise equipment

- Removal of toxic materials within the goods manufacturing processes

- Alternatives to outright ownership of products

- Documented targets to increase the re-use and recycling of packaging and reduce the amount going to landfill

- Take-back schemes to return used equipment for refurbishment and recycling

- Use of innovation to improve the sustainability credentials of products/services

- Social, equality and/or environmental improvements.

- Fair Work i.e. Contractors paying Living Wage/accredited

Community Benefits

- Opportunities for work placements, apprenticeships, sponsorship and other professional development for students

- Provision of staff training opportunities and free consumables with the purchase of systems from certain suppliers

- Many of the Framework suppliers are actively involved with supporting a variety of charities, both local and national.

Added Value

- Remote diagnostic service procedures to reduce downtime and carbon impact of service and repairs.

- Provision of staff training opportunities and free consumables with the purchase of systems from certain suppliers.

- Take back programmes including recycling and re-use options on unused and obsolete equipment.

 Lots

Mass Spectrometry & Chromatography Equipment
Lot Supplier
Lot 1 - Mass Spectrometers

Waters ltd.

Agilent Technologies

Sercon Ltd

PerkinElmer EAS (UK) Limited

Thermo Fisher Scientific

VWR International Ltd

Shimadzu UK Ltd.

Chirus Limited

Bruker UK Limited

Da Vinci Laboratory Solutions (prev Element)

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

Da Vinci Laboratory Solutions

(prev Element)

Lot 3 – Gas Chromatographs with Mass Spectrometers

Waters ltd.

Agilent Technologies

Sercon Ltd

Thermo Fisher Scientific

VWR International Ltd

Shimadzu UK Ltd.

PerkinElmer EAS (UK) Limited

Leco Instruments UK Ltd

Bruker UK Limited

Da Vinci Laboratory Solutions

(prev Element)

Lot 4 – Gas Generators Systems and Associated Servicing

Agilent Technologies

Thermo Fisher Scientific

VWR International Ltd

PerkinElmer EAS (UK) Limited

Da Vinci Laboratory Solutions

(prev Element)

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.

Da Vinci Laboratory Solutions

(prev Element)

Teledyne Instruments

Lot 6 – Liquid Chromatographs coupled with Mass Spectrometers

Waters ltd.

Agilent Technologies

Thermo Fisher Scientific

PerkinElmer EAS (UK) Limited

VWR International Ltd

Bruker UK Limited

Leco Instruments UK Ltd

AB Sciex UK Limited

Shimadzu UK Ltd.

Da Vinci Laboratory Solutions

(prev Element)

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

Da Vinci Laboratory Solutions

(prev Element)

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

Da Vinci Laboratory Solutions

(prev Element)

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.

Element Materials Technology Laboratory Solutions UK Limited (previously Da Vinci Laboratory Solutions)

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

Da Vinci Laboratory Solutions

(prev Element)

 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.