Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Gary Crombie
Telephone
+44 7392287522
Country
United Kingdom
NUTS code
UKM - Scotland
Internet address(es)
Main address
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
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
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