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