Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

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

  • First published: 11 February 2026
  • Last modified: 11 February 2026
  • Version: N/A
  • Record interest

     

  • This file may not be fully accessible.

  •  

Information icon

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-058aaf
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
11 February 2026
Deadline date:
25 March 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
18424300 Disposable gloves Gloves
18440000 Hats and headgear Special clothing and accessories
37412250 Masks, fins or snorkels Water-sports equipment
35113400 Protective and safety clothing Safety equipment
18444000 Protective headgear Hats and headgear
18444100 Safety headgear Protective headgear
18142000 Safety visors Workwear accessories
18141000 Work gloves Workwear accessories

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
Gary.Crombie@gov.scot
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.