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

Mobile Client Devices Framework

  • First published: 07 April 2025
  • Last modified: 07 April 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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-049b1f
Published by:
Scottish Government
Authority ID:
AA26920
Publication date:
07 April 2025
Deadline date:
14 May 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

Scottish Ministers are seeking to appoint a single supplier for a national collaborative arrangement for the provision of Mobile Client Devices.

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: Dawn Swan

Telephone: +44 7407196860

E-mail: dawn.swan@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

Mobile Client Devices Framework

Reference number: SP-24-008

II.1.2) Main CPV code

30200000

 

II.1.3) Type of contract

Supplies

II.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.

II.1.5) Estimated total value

Value excluding VAT: 175 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

30213100

72500000

30237000

42962300

30237100

30237200

30237270

30237300

30237410

30237460

72600000

72610000

30214000

30231000

II.2.3) Place of performance

NUTS code:

UKM

II.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.

II.2.5) Award criteria

Criteria below:

Quality criterion: Technical / Weighting: 60

Price / Weighting:  40

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:

The initial duration of the framework agreement will be 24 months with the option to extend for a further 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: No

II.2.12) Information about electronic catalogues

Tenders must be presented in the form of electronic catalogues or include an electronic catalogue

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:

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 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

III.2) Conditions related to the contract

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:

2024/S 000-029540

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

Date: 14/05/2025

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: 14/05/2025

Local time: 13:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

4 years

VI.2) Information about electronic workflows

Electronic ordering will be used

Electronic invoicing will be accepted

Electronic payment will be used

VI.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)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

Sheriff Clerk's Office, PO Box 23, 1 Carlton Place

Glasgow

G5 9DA

UK

VI.5) Date of dispatch of this notice

03/04/2025

Coding

Commodity categories

ID Title Parent category
30237200 Computer accessories Parts, accessories and supplies for computers
30200000 Computer equipment and supplies Office and computing machinery, equipment and supplies except furniture and software packages
30237460 Computer keyboards Parts, accessories and supplies for computers
30237410 Computer mouse Parts, accessories and supplies for computers
30231000 Computer screens and consoles Computer-related equipment
30237300 Computer supplies Parts, accessories and supplies for computers
72600000 Computer support and consultancy services IT services: consulting, software development, Internet and support
72610000 Computer support services Computer support and consultancy services
72500000 Computer-related services IT services: consulting, software development, Internet and support
42962300 Graphics workstations Printing and graphics equipment
30237100 Parts of computers Parts, accessories and supplies for computers
30237000 Parts, accessories and supplies for computers Computer-related equipment
30237270 Portable computer carrying cases Parts, accessories and supplies for computers
30213100 Portable computers Personal computers
30214000 Workstations Data-processing machines (hardware)

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:
dawn.swan@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.