Tender

DMARINE - Marine Operations - Protection Vessels - PPE & Uniform Framework Agreement

  • Scottish Government

F02: Contract notice

Notice identifier: 2026/S 000-011632

Procurement identifier (OCID): ocds-h6vhtk-058aaf

Published 10 February 2026, 9:07am



Section one: Contracting authority

one.1) Name and addresses

Scottish Government

5 Atlantic Quay, 150 Broomielaw

Glasgow

G2 8LU

Contact

Gary Crombie

Email

Gary.Crombie@gov.scot

Telephone

+44 7392287522

Country

United Kingdom

NUTS code

UKM - Scotland

Internet address(es)

Main address

http://www.scotland.gov.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482

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/esop/pts-host/public/pts/web/login.html

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/esop/pts-host/public/pts/web/login.html

one.4) Type of the contracting authority

Ministry or any other national or federal authority

one.5) Main activity

General public services


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

DMARINE - Marine Operations - Protection Vessels - PPE & Uniform Framework Agreement

Reference number

792703

two.1.2) Main CPV code

  • 35113400 - Protective and safety clothing

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Scottish Government, on behalf of the Scottish Ministers, has a requirement for an external service provider to provide Personal Protective Equipment and Uniform for the Marine Directorate staff on board its protection and research vessels.

two.1.5) Estimated total value

Value excluding VAT: £700,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 35113400 - Protective and safety clothing
  • 37412250 - Masks, fins or snorkels
  • 18424300 - Disposable gloves
  • 18141000 - Work gloves
  • 18440000 - Hats and headgear
  • 18444000 - Protective headgear
  • 18444100 - Safety headgear
  • 18142000 - Safety visors

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland

two.2.4) Description of the procurement

The Marine directorate, part of the Scottish Government, owns and runs a fleet of Marine protection and research vessels that operate in the seas around Scotland, The crews onboard are covered by the relevant Marine legislation, including the Merchant Shipping and Fishing Vessels (Personal Protective Equipment) Regulations 1999 (S.I. 1999/2205), as such there is a statutory requirement for the Directorate to provide suitable and sufficient PPE to all of its crews.

The Marine crews are expected to wear uniforms and the correct uniform must also be available and supplied.

two.2.5) Award criteria

Quality criterion - Name: Understanding the Requirement / Weighting: 25

Quality criterion - Name: Staff Capability and Knowledge Skills / Weighting: 20

Quality criterion - Name: Mobilisation / Weighting: 15

Quality criterion - Name: Performance Management / Weighting: 15

Quality criterion - Name: Climate Emergency / Weighting: 5

Quality criterion - Name: Community Benefits / Weighting: 5

Quality criterion - Name: Fair Work First / Weighting: 5

Quality criterion - Name: Business Continuity and Disaster Recovery / Weighting: 10

Price - Weighting: 30

two.2.6) Estimated value

Value excluding VAT: £700,000

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

This framework is subject to an optional 2 x 12 months extension at Scottish Ministers discretion after the initial core 24 months

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

as set out in the specification additional products may be required in the event of another pandemic or similar global disaster.

two.2.13) Information about European Union Funds

The procurement is related to a project and/or programme financed by European Union funds: No


Section three. Legal, economic, financial and technical information

three.1) Conditions for participation

three.1.2) Economic and financial standing

List and brief description of selection criteria

Financial Ratios Bidders must demonstrate a Current Ratio of 1 (one) or more. Current Ratio will be calculated as follows:

net current assets divided by net current liabilities.

Minimum level(s) of standards required:

Bidders must have in place the following minimum insurance levels

- Public Liability Insurance - 10,000,000 GBP

- Professional Indemnity Insurance - 1,000,000 GBP

- Employer’s Liability Insurance - 5,000,000 GBP

- Product liability insurance in the sum of not less than 10,000,000 GBP

Such insurances must be maintained for the duration of the Contract and for a minimum of 5 years following the expiry or termination of the Contract as appropriate.

In respect any other economic or financial requirements: there must be no qualification or no contra-indication from any evidence provided

in support of the bidder’s economic and financial standing.

three.2) Conditions related to the contract

three.2.2) Contract performance conditions

It may be necessary for bidder to provide a Parent Company Guarantee as set out in the Terms and Conditions


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 a single operator

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 000-049897

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

Date

25 March 2026

Local time

12:00pm

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

25 March 2026

Local time

12:30pm


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: No

six.2) Information about electronic workflows

Electronic ordering will be used

six.3) Additional information

The purpose is to put in place a single supplier Framework to Provide Marine Vessels with PPE and Uniforms

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30908. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

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:

An evaluation question weighted at 5% will be included in the Evaluation and Award document.

(SC Ref:819938)

six.4) Procedures for review

six.4.1) Review body

Edinburgh Sheriff Court

Chamber Street

Edinburgh

Country

United Kingdom