Contract award notice
Results of the procurement procedure
Section I: Contracting
entity
I.1) Name and addresses
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
UK
Contact person: Rachel Park
Telephone: +44 1413755108
E-mail: rachel.park@cityofglasgowcollege.ac.uk
NUTS: UKM82
Internet address(es)
Main address: http://www.cityofglasgowcollege.ac.uk/
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
The Provision of Sign Language Interpreters
Reference number: CS/CoGC/23/25
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
City of Glasgow College's award notice for CS/CoGC/23/25 - the Provision of British Sign Language Interpreters for all BSL users within the College. This is inclusive of day, weekend and evening students.
II.1.6) Information about lots
This contract is divided into lots:
No
II.1.7) Total value of the procurement
Value excluding VAT:
800 000.00
GBP
II.2) Description
II.2.2) Additional CPV code(s)
79540000
II.2.3) Place of performance
NUTS code:
UKM82
II.2.4) Description of the procurement
AWARD NOTICE FOR CS/CoGC/23/25.
All service users who use British Sign Language (BSL) at City of Glasgow College will require Sign Language Interpreters (SLI) to access the curriculum and converse with their lecturers, students, colleagues and peers in a learning environment.
City of Glasgow College may have a requirement, in certain years, for speech to text reporters (also referred to as Electronic Note Takers (ENT)). This requirement may vary from each academic year depending on service user’s needs. Over the past four years, the requirement for Speech to Text Reporters has varied from zero (0) to three (3) service users per year.
Further detailed information will be contained within the tender documentation upon release.
II.2.5) Award criteria
Quality criterion: Linguist Vetting and Selection
/ Weighting: 10
Quality criterion: Linguist Competency and Quality
/ Weighting: 20
Quality criterion: Administration and Management
/ Weighting: 10
Quality criterion: Monitoring and Reviewing Performance
/ Weighting: 10
Quality criterion: Fair Work Practices
/ Weighting: 3
Quality criterion: Business Continuity Planning
/ Weighting: 3
Quality criterion: Equality, Diversity & Inclusion
/ Weighting: 2
Quality criterion: Global Climate & Ecological Emergency
/ Weighting: 2
Price
/ Weighting:
40
II.2.11) Information about options
Options:
No
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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
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 000-002746
Section V: Award of contract
Contract No: CS/CoGC/23/25
A contract/lot is awarded:
Yes
V.2 Award of contract
V.2.1) Date of conclusion of the contract
04/06/2024
V.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
Number of tenders received from tenderers from EU Member States: 0
Number of tenders received from tenderers from non-EU Member States: 2
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators:
No
V.2.3) Name and address of the contractor
Deaf Action
Deaf Action, 49-51 Albany Street
EDINBURGH
EH1 3QY
UK
Telephone: +44 07717792371
NUTS: UKM
The contractor is an SME:
Yes
V.2.4) Information on value of the contract/lot (excluding VAT)
Total value of the contract/lot:
: 800 000.00
GBP
V.2.5) Information about subcontracting
Section VI: Complementary information
VI.3) Additional information
In an open tendering procedure prior to any award being made the successful bidder must provide the undernoted certificates, declarations and/or completed questionnaires to evidence their compliance with the relevant questions within the Qualification Questionnaire.
All certificates, declarations and questionnaires can be found within the Attachment area of PCS-T.
Appendix A – Form of Tender;
Appendix B – Freedom of Information;
Appendix C – SUSTAIN Supply Chain Code of Conduct;
Appendix E – PECOS Supplier Adoption Form;
Appendix G - GDPR Assurance Assessment (Processor)
Appendix N – Declaration of Conflict of Interest;
Appendix O – Declaration of Non-Involvement of Human Trafficking;
Appendix P – Declaration of Non-Involvement of Serious Organised Crime;
Appendix Q – Prompt Payment Certificate;
In the case of an open tender this information will not be required to be uploaded and submitted with the bid, but will instead be requested by the College following the conclusion of the evaluation of the Qualification, Technical and Commercial Questionnaires and prior to the award of the tender.
Failure to provide this information or in the event that the information provided does not support or evidence the statements made within the Qualification Questionnaire, will invalidate any bid. In this scenario the College will seek to obtain the relevant information and evidence from the second highest scoring bidder and so on, and upon verification will award the contract to this bidder instead.
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is project_25287
For more information see:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
(SC Ref:769381)
VI.4) Procedures for review
VI.4.1) Review body
Glasgow Sheriff and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Date of dispatch of this notice
13/06/2024