Section one: Contracting authority
one.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
Contact
Dawn Swan
Telephone
+44 7407196860
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
Mobile Client Devices Framework
Reference number
SP-24-008
two.1.2) Main CPV code
- 30200000 - Computer equipment and supplies
two.1.3) Type of contract
Supplies
two.1.4) Short description
Scottish Ministers are seeking to appoint a single supplier for a national collaborative arrangement for the provision of Mobile Client Devices.
two.1.5) Estimated total value
Value excluding VAT: £175,000,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.2) Additional CPV code(s)
- 30213100 - Portable computers
- 72500000 - Computer-related services
- 30237000 - Parts, accessories and supplies for computers
- 42962300 - Graphics workstations
- 30237100 - Parts of computers
- 30237200 - Computer accessories
- 30237270 - Portable computer carrying cases
- 30237300 - Computer supplies
- 30237410 - Computer mouse
- 30237460 - Computer keyboards
- 72600000 - Computer support and consultancy services
- 72610000 - Computer support services
- 30214000 - Workstations
- 30231000 - Computer screens and consoles
two.2.3) Place of performance
NUTS codes
- UKM - Scotland
two.2.4) Description of the procurement
Scottish Procurement have a requirement for the provision of Mobile Client Devices, upgrade / downgrade options, accessories and associated deployment services to the Scottish Public Sector.
The framework is to provide of the following: Laptops, Monitors and Mobile Workstation Devices along with upgrades / downgrade options, accessories and associated deployment services.
two.2.5) Award criteria
Quality criterion - Name: Technical / Weighting: 60
Price - Weighting: 40
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 initial duration of the framework agreement will be 24 months with the option to extend for a further 24 months.
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
two.2.12) Information about electronic catalogues
Tenders must be presented in the form of electronic catalogues or include an electronic catalogue
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
Tenderers must refer to the SPD Tenderers Guidance Instructions document concerning Section B, part IV, Economic and Financial Standing selection criteria.
A form of Company Financial Assessment from each Tenderer is required. The Tenderer's failure risk will be evaluated as pass/fail.
The Authority will undertake a Company Financial Assessment for each Tenderer using Dun & Bradstreet (D&B) Failure Risk Score for the Tenderer and any consortia or reliance members, as detailed in the minimum level(s) of standards required below.
Details of the D&B ”A Guide to Dun & Bradstreet’s Predictive Indicators” – can be found using the http address below:
https://www.dnb.co.uk/about-us/our-analytics/predictors-scores-ratings/scores-ratings.html
There must be no qualification or contra-indication from any evidence provided in support of the Tenderers economic and financial standing.
The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically.
Minimum level(s) of standards possibly required
If the D&B Failure Risk Score is 51 or more you will receive a pass for this assessment.
If the D&B Failure Risk Score is less than 51 or no D&B Risk Failure score is available the Authority will contact the Tenderer and seek further information. The Authority will then use this further information to assess the Tenderer’s level of failure risk. In the event that the Tenderer does not meet the financial criteria above, they may still be considered via some form of other assurance e.g. Parent Company Guarantee (providing parent has a failure risk score of 51 or more) or a performance bond. If this assessment identifies an unmanageable risk (i.e. it is unacceptable) the Tenderer will fail this assessment.
*Note to Tenderers*
There is no action for Tenderers to undertake regarding company Financial Assessment. The Authority will undertake the action as detailed above
It is a requirement of this framework agreement that bidders hold, or can commit to obtain prior to commencement of any subsequently awarded contract, the types of and levels of insurance, as a minimum, indicated below:
Employer's (Compulsory) Liability Insurance = in accordance with any legal obligation for the time being in force
Public Liability Insurance = 2.5 million GBP
Professional Indemnity Insurance = 1 million GBP
The Authority has the right to request copies of financial accounts and insurance certificates which are not held electronically
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: 2024/S 000-029540
four.2.2) Time limit for receipt of tenders or requests to participate
Originally published as:
Date
14 May 2025
Local time
12:00pm
Changed to:
Date
28 May 2025
Local time
12:00pm
See the change notice.
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
14 May 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: 4 years
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 28841. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
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 Scottish Government is committed to contributing to the social, economic and environmental well-being of the people of Scotland, in order to create a more successful country, with opportunities for all of Scotland to flourish, through increasing sustainable economic growth. Tenderers are required to provide a community benefit proposal with their tender detailing how they will address and deliver Community Benefits in the context this Framework.
(SC Ref:795032)
six.4) Procedures for review
six.4.1) Review body
Glasgow Sheriff Court
Sheriff Clerk's Office, PO Box 23, 1 Carlton Place
Glasgow
G5 9DA
Country
United Kingdom