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

Framework for the Provision of Sign Language Interpreters

  • First published: 12 May 2025
  • Last modified: 12 May 2025
  • 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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-03a5a2
Published by:
City of Glasgow College
Authority ID:
AA23484
Publication date:
12 May 2025
Deadline date:
11 June 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

City of Glasgow College is currently looking to implement a framework agreement for qualified Sign Language Interpreters to support and facilitate communication between individuals who are deaf, deaf-blind, or have a hearing loss, and hearing individuals. This will be achieved through the in-person presence of a qualified linguist, ensuring clear, effective, and accessible communication for all parties.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

UK

Contact person: Christopher Lawal

Telephone: +44 1413755316

E-mail: christopher.lawal@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.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

Body governed by public law

I.5) Main activity

Education

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Framework for the Provision of Sign Language Interpreters

Reference number: CS/CoGC/25/12

II.1.2) Main CPV code

79540000

 

II.1.3) Type of contract

Services

II.1.4) Short description

City of Glasgow College is currently looking to implement a framework agreement for qualified Sign Language Interpreters to support and facilitate communication between individuals who are deaf, deaf-blind, or have a hearing loss, and hearing individuals. This will be achieved through the in-person presence of a qualified linguist, ensuring clear, effective, and accessible communication for all parties.

II.1.5) Estimated total value

Value excluding VAT: 480 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKM82


Main site or place of performance:

City of Glasgow College

II.2.4) Description of the procurement

City of Glasgow College is currently looking to implement a framework agreement for qualified Sign Language Interpreters to support and facilitate communication between individuals who are deaf, deaf-blind, or have a hearing loss, and hearing individuals.

II.2.5) Award criteria

Criteria below:

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.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 24

This contract is subject to renewal: Yes

Description of renewals:

2 x 12 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Bidders must be able to demonstrate that they are suitably qualified and authorised to provide Sign Language Interpreting services within the UK. All interpreters delivering services under this contract must act in accordance with the Code of Conduct relevant to the Services they are undertaking. This includes (but is not limited to):

- National Registers of Communication Professionals working with Deaf and Deafblind People (NRCPD) (see their website for more information)

- Sign Language Interpreters Registered with RBSLI (Register of British Sign Language Interpreters)

Interpreters must hold current, valid registration and adhere to the professional codes of conduct of their registering body. The College reserves the right to request evidence of qualifications and professional registration for all interpreters assigned under this contract.

III.1.2) Economic and financial standing

List and brief description of selection criteria:

Please refer to Part 4 B Economic and Financial Standing of the SPD

The College will use the following ratios to evaluate a bidder's financial status.

Bidders must confirm within their response to the relevant question within the 'Qualification envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.

The 3 ratios to be evaluated are:

Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;

Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio;

Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.

Where 2 out of the 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria.

This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:

Would the bidder have passed the checks if prior year accounts had been used?

Were any of the poor appraisal outcomes 'marginal'?

Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?

Does the bidder have sufficient reserves to sustain losses for a number of years?

Does the bidder have a healthy cash-flow?

Is the bidder profitable enough to finance the interest on its debt?

Is most of the bidder's debt owed to group companies?

Is the bidder's debt due to be repaid over a number of years, and affordable?

Have the bidder's results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?

Do the bidder's auditors (where applicable) consider it to be a ‘going concern’?

Will the bidder provide a Parent Company Guarantee?

Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?

The College will obtain an Equifax Report or similar financial verification systems to validate the information provided.

Bidders must confirm they can provide the following supporting evidence prior to award:

Employer’s (Compulsory) Liability = 5m GBP

Public Liability Insurance = 10m GBP

Professional Liability Insurance = 2m GBP

Professional Risk Indemnity: 5M GBP


III.1.3) Technical and professional ability

Selection criteria as stated in the procurement documents


III.2) Conditions related to the contract

III.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing 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:

2023/S 000-004555

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

Date: 11/06/2025

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

IV.2.7) Conditions for opening of tenders

Date: 11/06/2025

Local time: 12:00

Place:

Glasgow

Section VI: Complementary information

VI.1) Information about recurrence

This is a recurrent procurement: Yes

Estimated timing for further notices to be published:

This contract will be reviewed six months prior to the contract ending.

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

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_29155

For more information see:

https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29155. 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:

City of Glasgow College is fully committed to incorporating Community Benefits through this procurement. Considerations to be given to how the economic, social and environmental wellbeing of Glasgow could be improved both during the process and on an on-going basis.

To this end, the Successful Bidder is encouraged to implement a range of initiatives to achieve the relevant improvements to include, but not limited to:

Local employment, training and apprenticeships

Bidders will make proposals around these as part of their tender submission and once agreed by City of Glasgow College, will become a contractual obligation for the Successful Bidder.

(SC Ref:753828)

(SC Ref:797620)

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

07/05/2025

Coding

Commodity categories

ID Title Parent category
79540000 Interpretation 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:
christopher.lawal@cityofglasgowcollege.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.