ProcurementLabs, Engineering
Agreements in place for Labs, Engineering
| 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.
| 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 | 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.
|
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 |
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.
|
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 |
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.
|
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 |
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.
| 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 | 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
| 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.
| 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.