Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Scottish Government
5 Atlantic Quay, 150 Broomielaw
Glasgow
G2 8LU
UK
Contact person: Gary Crombie
Telephone: +44 7392287522
E-mail: Gary.Crombie@gov.scot
NUTS: UKM
Internet address(es)
Main address: http://www.scotland.gov.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.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 abovementioned address
Tenders or requests to participate must be sent electronically to:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
DMARINE - Marine Operations - Protection Vessels - PPE & Uniform Framework Agreement
Reference number: 792703
II.1.2) Main CPV code
35113400
II.1.3) Type of contract
Supplies
II.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.
II.1.5) Estimated total value
Value excluding VAT:
700 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
35113400
37412250
18424300
18141000
18440000
18444000
18444100
18142000
II.2.3) Place of performance
NUTS code:
UKM
II.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.
II.2.5) Award criteria
Criteria below:
Quality criterion: Understanding the Requirement
/ Weighting: 25
Quality criterion: Staff Capability and Knowledge Skills
/ Weighting: 20
Quality criterion: Mobilisation
/ Weighting: 15
Quality criterion: Performance Management
/ Weighting: 15
Quality criterion: Climate Emergency
/ Weighting: 5
Quality criterion: Community Benefits
/ Weighting: 5
Quality criterion: Fair Work First
/ Weighting: 5
Quality criterion: Business Continuity and Disaster Recovery
/ Weighting: 10
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
700 000.00
GBP
II.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
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.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.
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.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.
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with a single operator.
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.1) Previous publication concerning this procedure
Notice number in the OJ S:
2025/S 000-049897
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
25/03/2026
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.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)
IV.2.7) Conditions for opening of tenders
Date:
25/03/2026
Local time: 12:30
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic ordering will be used
VI.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)
VI.4) Procedures for review
VI.4.1) Review body
Edinburgh Sheriff Court
Chamber Street
Edinburgh
UK
VI.5) Date of dispatch of this notice
10/02/2026