Tender

Laboratory Consumables and Chemicals

  • APUC Limited

F02: Contract notice

Notice identifier: 2025/S 000-070465

Procurement identifier (OCID): ocds-h6vhtk-04d071 (view related notices)

Published 3 November 2025, 1:56pm



Section one: Contracting authority

one.1) Name and addresses

APUC Limited

Unit 27, Stirling Business Centre, Wellgreen

Stirling

FK8 2DZ

Contact

Ola McIntyre

Email

omcintyre@apuc-scot.ac.uk

Telephone

+44 1314428930

Country

United Kingdom

NUTS code

UKM77 - Perth & Kinross and Stirling

Internet address(es)

Main address

http://www.apuc-scot.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10402

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.publictendersscotland.publiccontractsscotland.gov.uk

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://www.publictendersscotland.publiccontractsscotland.gov.uk

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Laboratory Consumables and Chemicals

Reference number

LAB1034 AP

two.1.2) Main CPV code

  • 33793000 - Laboratory glassware

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Authority is seeking Contractor(s) for the supply of those laboratory consumables and chemicals required for the efficient functioning of laboratories in the Scottish HE/FE sector, NHS Scotland and other Scottish public sector organisations. For the purposes of this exercise, consumables and chemicals include but are not limited to Personal Protective Equipment (PPE), glassware, filtration plastics, molecular biology plastics, tissue culture plastics, pipette tips and pipettors, gloves, solvents, fine chemicals, alcohol and acids, bio-chemicals, inorganic chemicals and salts and green chemicals. The supply of all products should include a provision for take-back schemes where possible.

The Authority is seeking Contractor(s) for the provision of supply of laboratory consumables and chemicals required for the efficient functioning of laboratories across the further and higher education sector, NHS Scotland and other public bodies in Scotland. This includes Full and Associate Members, and future members of APUC Ltd.(Advanced Procurement for Universities & Colleges): https://www.apuc-scot.ac.uk/?#!/members. Other participating bodies include:

- NHS National Procurement and its members

- East Dunbartonshire Council

- Fife Council,

- East Ayrshire Council,

- City of Edinburgh Council

- Science and Advice for Scottish Agriculture – SASA

- National Galleries of Scotland

- National Records of Scotland

- Marine Directorate.

two.1.5) Estimated total value

Value excluding VAT: £40,000,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Glassware

Lot No

1

two.2.2) Additional CPV code(s)

  • 33793000 - Laboratory glassware

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of laboratory glassware including, but not limited to: autoclavable accessories, beakers, centrifuge tubes, microscope slides, flasks, funnels, petri dishes, test tubes.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Filtration Plastics

Lot No

2

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of filtration plastics including, but not limited to: bottle top filters, cell strainers, vacuum filters, funnels.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions' requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Pipettes and Tips

Lot No

4

two.2.2) Additional CPV code(s)

  • 38437000 - Laboratory pipettes and accessories
  • 38437100 - Pipettes
  • 38437110 - Pipette tips
  • 38437120 - Pipette stands

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of Pipettes and Tips including, but not limited to: filter membranes, micropipettes, pipettor controllers, mechanical pipettors.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions' requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Bio-Chemicals

Lot No

7

two.2.2) Additional CPV code(s)

  • 24320000 - Basic organic chemicals
  • 24327000 - Miscellaneous organic chemicals

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland.

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of Bio-chemicals including, but not limited to: a variety of bio-chemicals such as Organic Compounds, Alkane, Antibiotics, Buffers and Supplements suitable for a range of laboratory applications.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

One-Stop Shop Consumables and Chemicals

Lot No

9

two.2.2) Additional CPV code(s)

  • 38000000 - Laboratory, optical and precision equipments (excl. glasses)
  • 18424300 - Disposable gloves
  • 18424000 - Gloves
  • 33696500 - Laboratory reagents
  • 33793000 - Laboratory glassware
  • 38437000 - Laboratory pipettes and accessories
  • 35113400 - Protective and safety clothing
  • 33141310 - Syringes
  • 24300000 - Basic inorganic and organic chemicals
  • 24310000 - Basic inorganic chemicals
  • 24320000 - Basic organic chemicals
  • 24327000 - Miscellaneous organic chemicals
  • 24322500 - Alcohol
  • 44832000 - Solvents

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland

two.2.4) Description of the procurement

This lot will cover all types of consumables and chemicals commonly used in laboratories including those detailed in the Lot descriptions for Lots 1-8. This lot will also include laboratory PPE products (lab coats, sleeve protectors, eye care supplies, head protection, safety glasses and eye protection, protective aprons, respirators, face masks, footwear), gloves (nitrile, vinyl, latex, rubber, neoprene, safety) and general laboratory consumables (cleaning cloths, wipes, lab trays, spatulas, histological blades, tools, stir bars, syringes, labels, racks, stoppers, tubing, vial caps).

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Molecular Biology and Tissue Culture Plastics

Lot No

3

two.2.2) Additional CPV code(s)

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

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland.

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of plastic consumables including, but not limited to: bacteria testing supplies, microcentrifuge tubes, test tubes, culture tubes, vacutainers, cell scrapers, tubes, dishes, plates, media bottles, inserts.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions' requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Solvents, Alcohol and Acids

Lot No

5

two.2.2) Additional CPV code(s)

  • 44832000 - Solvents
  • 33696500 - Laboratory reagents
  • 24311000 - Chemical elements, inorganic acids and compounds
  • 24322500 - Alcohol

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of a variety of standard solvents, alcohols and acids suitable for a range of laboratory applications.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Fine Chemicals and Deuterated Solvents

Lot No

6

two.2.2) Additional CPV code(s)

  • 24315000 - Miscellaneous inorganic chemicals
  • 24327000 - Miscellaneous organic chemicals
  • 44832000 - Solvents

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland.

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of fine chemicals including, but not limited to: chemical substances prepared to a high degree of purity for use in research. The lot is including chemicals such as 4-fluorophenylacetylene and Dess-Martin Periodinane, and a variety of deuterated solvents suitable for a range of laboratory applications.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.

two.2) Description

two.2.1) Title

Inorganic Chemicals and Salts

Lot No

8

two.2.2) Additional CPV code(s)

  • 24300000 - Basic inorganic and organic chemicals
  • 24310000 - Basic inorganic chemicals

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
Main site or place of performance

Across Scotland

two.2.4) Description of the procurement

The Authority is seeking Contractor(s) for the supply of inorganic chemicals and salts including, but not limited to: a variety of in-organic chemicals and salts such as Ammonium Nitrate, Magnesium Sulfate and Sodium Chloride suitable for a range of laboratory applications.

two.2.5) Award criteria

Quality criterion - Name: Quality / Weighting: 40%

Price - Weighting: 60%

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months

24

This contract is subject to renewal

Yes

Description of renewals

The Authority reserves the right to extend the Framework Agreement for a period of up to 2 x 12 months subject to satisfactory performance and continued Institutions requirements.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: Yes

Identification of the project

Potential EU funding may be used to procure under this Framework Agreement.


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

Minimum level(s) of standards possibly required

Please refer to Question 4B.5 of the SPD and Economic and Financial Standing section of the Contract Notice. Tenderers must confirm that they can provide the following supporting evidence prior to award:

Employer's (Compulsory) Liability Insurance = 5 Million GBP

Public Liability Insurance = 5 Million GBP

Product Liability Insurance = 5 Million GBP

To demonstrate and evidence suitable economic standing, successful Contractors will be required to provide 2 years audited accounts, or equivalent if awarded to the Framework Agreement. Alternatively, if the Contractor is unable to provide the required accounting information, e.g. due to being a new business, then they will be required to provide a banker's letter demonstrating their willingness to the support the Contractor's organisation over the term of the framework agreement.

Please refer to 4B.6 of the SPD.

three.1.3) Technical and professional ability

Minimum level(s) of standards possibly required

Tenderers must confirm they have (or have access to) the relevant supply chain management and tracking systems to ensure a resilient and sustainable supply chain. This includes confirmation that they have the systems in place to pay subcontractors through the supply chain promptly (i.e. no later than 30 days after the invoice (or similar claim) relating to the payment is presented) and effectively, and provide evidence when requested of:

a) their standard payment terms

b) ≥95% of all supply chain invoices being paid on time (in accordance with the terms of contract) in the last financial year.

If the bidder is unable to confirm (b) they must provide an improvement plan, signed by their Director, which improves the payment performance.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

Submission of Management Information Following commencement of the Framework Agreement, the Contractor will provide a performance report to the Authority on a quarterly basis to include spend by Institution under the Framework Agreement for the reporting period. Contractors must provide the information on a quarterly basis, within 10 working days following the start of each quarter. Data must be uploaded to the website: http://ucsp.ac.uk.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

Framework agreement with several operators

Envisaged maximum number of participants to the framework agreement: 54

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-001444

four.2.2) Time limit for receipt of tenders or requests to participate

Date

19 December 2025

Local time

2:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

19 December 2025

Local time

3:00pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published: November 2029

six.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Suppliers should confirm they will be in a position to complete (at point of award) the following:

Appendix A Form of Tender

Appendix B Freedom of Information

Appendix D APUC Sustain Supply Chain Code of Conduct

Appendix H Declaration of Non-involvement in Serious Organised Crime

Appendix I Declaration of Non- Involvement in Human Trafficking and Labour Exploitation

Tenderers must be able to supply, as a minimum, 50% of the core basket of goods per each lot they are bidding for. Where a Tenderer is not able to supply a minimum of 50% of the core basket of goods, the Authority reserves the right not to award a Tenderer a place on the Framework Agreement.

WHERE TENDERER’S TECHNICAL RESPONSE ACHIEVES LESS THAN 50% OF FULL MARKS AVAILABLE FOR THE TECHNICAL ENVELOPE/QUESTIONNAIRE (TECHNICAL ENVELOPE’S FULL MARKS = 40), THEN THE AUTHORITY RESERVES THE RIGHT NOT TO AWARD A TENDERER A PLACE ON THE FRAMEWORK AGREEMENT.DETAILED EVALUATION CRITERIA AND THEIR WEIGHTINGS WITHIN THE TECHNICAL ENVELOPE, ARE INCLUDED IN THE SECTION 1 OF THE ITT (PAGES 11-12).

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29679. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

The Contracting Authority does not intend to include a sub-contract clause as part of community benefits (as per Section 25 of the Procurement Reform (Scotland) Act 2014) in this contract for the following reason:

Sub-Contracting is not a significant part of the overall anticipated contract spend.

Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/

A summary of the expected community benefits has been provided as follows:

The Contractor will work with the Authority to deliver Community Benefits or social value where they are identifiable throughout the term of the Framework Agreement. Examples of Community Benefits or social value are providing training opportunities to staff and students, graduate placements and supply chain development in the local community.

(SC Ref:804318)

six.4) Procedures for review

six.4.1) Review body

Sheriff Court House

Viewfield Place

Stirling

FK8 1NH

Country

United Kingdom