Tender

SUMIT Project Hardware & Connectivity Services

  • University of Strathclyde

F02: Contract notice

Notice identifier: 2025/S 000-076196

Procurement identifier (OCID): ocds-h6vhtk-05e6ac

Published 21 November 2025, 4:44pm



Section one: Contracting authority

one.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

Contact

Peter Cameron

Email

peter.cameron@strath.ac.uk

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.strath.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

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

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

SUMIT Project Hardware & Connectivity Services

Reference number

UOS-38383-2025

two.1.2) Main CPV code

  • 32250000 - Mobile telephones

two.1.3) Type of contract

Supplies

two.1.4) Short description

The Digital Health & Care Innovation Centre (DHI), which is hosted at the University of Strathclyde is involved in The SUMIT (Substance Use and Mental Health Interventions using Digital Technology) Project supported by PEACEPLUS, a programme managed by the Special EU Programmes Body (SEUPB). The project is looking to procure digital hardware (smartphones, laptops and tablets) and connectivity services to enable participants in the project to access support and improve health and wellbeing.

two.1.5) Estimated total value

Value excluding VAT: £275,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 32250000 - Mobile telephones
  • 64212000 - Mobile-telephone services
  • 32581000 - Data-communications equipment
  • 32583000 - Data and voice media
  • 72300000 - Data services
  • 72318000 - Data transmission services

two.2.3) Place of performance

NUTS codes
  • UKM - Scotland
  • IE041 - Border
  • UKN0 - Northern Ireland
Main site or place of performance

North West region of Northern Ireland / Republic of Ireland (Letterkenny / Londonderry / Derry), NERDATF region (County Louth), Belfast City and Scotland (Fife).

two.2.4) Description of the procurement

The Digital Health & Care Innovation Centre (DHI), which is hosted at the University of Strathclyde is involved in The SUMIT (Substance Use and Mental Health Interventions using Digital Technology) Project supported by PEACEPLUS, a programme managed by the Special EU Programmes Body (SEUPB). The SUMIT Project will jointly develop, implement and evaluate a digitally enabled approach to enhance and inform the transformation of services within a test bed environment for 1,500 beneficiaries.

The project is looking to procure digital hardware (smartphones, laptops and tablets) and connectivity services to enable participants to access support and improve health and wellbeing.

Digital Inclusion is a key factor related factor for this procurement, ensuring there is the appropriate blend of devices, connectivity, skills and confidence, motivation and design to support someone in their journey from digital exclusion. SUMIT will provide access to devices and connectivity to those who do not have or cannot afford their own, as well as provide digital upskilling This procurement seeks to purchase the devices and data connectivity elements to support digital inclusion in local demonstrator sites.

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

33

This contract is subject to renewal

No

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The contracting authority reserves the right to make additional purchases within the scope of the awarded contract.

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

4B.1.1

Minimum Turnover

4B.5.1 – 4B.5.3

Insurances

Minimum level(s) of standards possibly required

4B.1.1

Minimum Turnover

Bidders will be required to have a general yearly turnover of a minimum of 540,000GBP for the last 3 years.

4B.5.1 – 4B.5.3 Insurances

It is a requirement of this contract that Bidders can hold or commit to obtain prior to the commencement of any subsequently awarded

contract, the types of insurance indicated below

The Contractor shall maintain in force with reputable insurers Employer’s Liability insurance in the sum of not less than 10,000,000GBP in

respect of any one incident and unlimited as to numbers of claims.

The Contractor shall maintain in force with reputable insurers Public and Product Liability insurance in the sum of not less than

5,000,000GBP in respect of any one incident and unlimited as to numbers of claims.

The Contractor shall maintain in force with reputable insurers Professional Risk Indemnity insurance in the sum of not less than

2,000,000GBP in respect of any one incident and unlimited as to numbers of claims.

three.1.3) Technical and professional ability

List and brief description of selection criteria

4C.1.2 Previous Experience

Minimum level(s) of standards possibly required

Bidders are required to provide two examples within the last 3 years of how their organisation has delivered an equivalent or greater number of mobile handsets and device connectivity.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

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

Date

6 January 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: 4 (from the date stated for receipt of tender)

four.2.7) Conditions for opening of tenders

Date

6 January 2026

Local time

1:00pm

Place

Glasgow


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

Electronic invoicing will be accepted

Electronic payment will be used

six.3) Additional information

This contract will also be available for use by SUMIT Core Partners; Queen’s University Belfast, Trinity College Dublin, University of St Andrews, Scottish Council for Voluntary Organisations and Associate Partners; Alcohol Forum Ireland, Developing Healthy Communities NI, Dundalk Institute of Technology, North Eastern Regional Drug & Alcohol Task Force (NE-RDATF)

NHS Fife, Northern Ireland Council for Voluntary Action (NICVA), Start360 and The Wheel.

University of Strathclyde closes 19 December 2025 and re-opens 05 January 2026. The Message Area on Public Contracts Scotland-Tender will not be monitored during this period.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 30538. 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:

Evaluated Approach

The Contracting Authority acknowledges that its procurement activities have a significant impact on the environment, society and the

economy.

The Contracting Authority recognises that community benefits are a key component in maximising social, economic and environmental

benefits. The achievements and delivery of community benefits can contribute to the University of Strathclyde’s Strategic Plan.

The Contracting Authority proposes to use an evaluated approach to community benefits for this requirement; this approach is to encourage

Bidders to offer community benefits post Tender Submission. Submitted community benefits will form part of the contractual obligation.

(SC Ref:815164)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9TW

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

An economic operator that suffers, or risks suffering, loss or damage attributable to a breach of duty under the Public Contracts (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.