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

Provision of Student Communication Support Services

  • First published: 11 March 2026
  • Last modified: 11 March 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-051fdc
Published by:
University of Strathclyde
Authority ID:
AA20484
Publication date:
11 March 2026
Deadline date:
08 April 2026
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The University’s Disability and Wellbeing Services requires the establishment of a Framework for various forms of Student Communication Support Services to support students who are Deaf or have hearing loss.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

University of Strathclyde

Learning & Teaching Building, 49 Richmond Street

Glasgow

G1 1XU

UK

Contact person: Paula Hirschganger

E-mail: paula.l.hirschganger@strath.ac.uk

NUTS: UKM82

Internet address(es)

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

Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00113

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/


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/


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

Provision of Student Communication Support Services

Reference number: UOS-35855-2025

II.1.2) Main CPV code

79540000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The University’s Disability and Wellbeing Services requires the establishment of a Framework for various forms of Student Communication Support Services to support students who are Deaf or have hearing loss.

II.1.5) Estimated total value

Value excluding VAT: 800 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.2) Additional CPV code(s)

79530000

80340000

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

University of Strathclyde

II.2.4) Description of the procurement

The University’s Disability and Wellbeing Services requires the establishment of a Framework for various forms of Student Communication Support Services to support students who are Deaf or have hearing loss. The Framework will comprise of two main elements.

British Sign Language (BSL) interpreters are required to provide communication support to Deaf students during planned teaching activity such as lectures, labs and tutorials and to enable them to access all aspects of the wider University social experience outside of formal teaching sessions. Where necessary, they are also required to provide translation support outside of lectures and classes, both online or in-person, to aid Deaf students with direct study which can include podcasts, pre-recorded lectures and readings.

Electronic notetakers (ENT) are required to provide a set of notes for Deaf or hard of hearing students who cannot take their own notes because they are either lipreading or watching a sign language interpreter. They are required to provide a summary of what is being said rather than a word-for-word account.

All personnel delivering these services must be appropriately qualified, experienced, and trained in supporting disabled students within higher education settings. This contract requires the provision of band 1 and band 2 BSL Interpreters holding registration with the appropriate membership bodies and Electronic Notetakers holding signature level 3 and signature level 4 certification.

The number of students that require these services varies from year to year and is not finalised until the start of each semester.

II.2.5) Award criteria

Criteria below:

Quality criterion: Quality / Weighting: 50

Price / Weighting:  50

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 contract is subject to two up to 12-month extensions. Any extension is to be exercised at the University's entire discretion and will only be valid upon written notification to the Tenderer no later than 30 days prior to the expiry of the preceding term.

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:

In line with Regulation 72 - Modification of Contracts During their Term, of the Public Contracts (Scotland) Regulations 2015, this Contract may be modified without a new procurement procedure in accordance with this Part in some cases.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

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:

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Professional Risk Indemnity Insurance).

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Employer’s (Compulsory) Liability Insurance).

The bidder confirms they already have or can commit to obtain, prior to the commencement of the contract, the levels of insurance cover indicated in the relevant Contract Notice (Public Liability Insurance).


Minimum level(s) of standards required:

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 bidder shall maintain in force with reputable insurers employer’s liability insurance and public liability insurance in the sum of not less than GBP10,000,000 in respect of any one incident and unlimited as to numbers of claims. The bidder shall maintain in force with reputable insurers professional liability insurance in the sum of not less than GBP2,000,000 in respect of any one incident and unlimited as to numbers of claims.

III.1.3) Technical and professional ability

List and brief description of selection criteria:

Please provide relevant examples of supplies and/or services carried out during the last three years as specified.


Minimum level(s) of standards required:

Bidders will be required to provide three examples that demonstrate that they have the relevant experience to deliver the services/supplies as described in part II.2.4 of the Contract Notice or the relevant section of the Site Notice. Examples provided should be relevant and proportionate to the procurement exercise.

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 several operators.

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 000-025502

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

Date: 08/04/2026

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: 3 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 08/04/2026

Local time: 12:00

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

February 2030

VI.2) Information about electronic workflows

Electronic invoicing will be accepted

Electronic payment will be used

VI.3) Additional information

Communications will only be conducted through the PCS-T messaging facility. No discussion on the contract will be undertaken with any supplier outwith the messaging facility. Bidders should not approach any University contact they may have in relation to the scope of the tender.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29462. 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:

Please see Procurement documents for full details.

(SC Ref:824102)

VI.4) Procedures for review

VI.4.1) Review body

Glasgow Sheriff Court

1 Carlton Place

Glasgow

G5 9DA

UK

VI.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 Contract (Scotland) Regulations 2015 (SSI2015/446) (as amended) may bring proceedings to the Sheriff Court or the Court of Session.

VI.5) Date of dispatch of this notice

10/03/2026

Coding

Commodity categories

ID Title Parent category
79540000 Interpretation services Office-support services
80340000 Special education services Higher education services
79530000 Translation services Office-support services

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:
paula.l.hirschganger@strath.ac.uk
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.