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