Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Forth Valley College
Grangemouth Road
Falkirk
FK2 9AD
UK
Contact person: Ester Vasallo
Telephone: +44 1324403000
E-mail: procurement@forthvalley.ac.uk
NUTS: UKM76
Internet address(es)
Main address: http://www.forthvalley.ac.uk
Address of the buyer profile: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451
I.3) Communication
Access to the procurement documents is restricted. Further information can be obtained at:
www.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
www.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
www.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
Communication Support Services
Reference number: ISS-2025-03
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
The Authority is seeking Contractor(s) for Communication Support Services.
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKM76
UKM72
UKM77
Main site or place of performance:
Forth Valley College campus in Falkirk, Stirling and Alloa.
II.2.4) Description of the procurement
The required services include, but are not limited to:
Communication Support Workers (CSWs) to provide accurate interpretation for students using British Sign Language (BSL) and to provide appropriate communication strategies to enable deaf students to integrate into their peer group and engage with their learning (Student Award Agency Scotland (SAAS) Definition: Sign Language Interpreter).
BSL Interpreters to provide BSL interpreting for students in and outwith the classroom.
II.2.5) Award criteria
Criteria below:
Quality criterion: Service Delivery
/ Weighting: 20
Quality criterion: Relationships and Delivering Outcomes
/ Weighting: 15
Quality criterion: Service Delivery Resources
/ Weighting: 13
Quality criterion: Data Protection and Cyber Security Risks
/ Weighting: 7
Quality criterion: Community and Added Value Services
/ Weighting: 5
Quality criterion: Fair Work Practices
/ Weighting: 5
Quality criterion: Sustainability
/ Weighting: 5
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
The Authority reserves the right to extend the Agreement for 3 further period of 12 months subject to satisfactory performance and continued Authority requirements.
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.2.13) 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:
As stated in Invitation to Tender.
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
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.
Envisaged maximum number of participants to the framework agreement: 6
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
17/06/2025
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
Tender must be valid until:
23/10/2025
IV.2.7) Conditions for opening of tenders
Date:
17/06/2025
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:
May 2029
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
As a minimum Tenderers must complete and submit the following:
SPD Response on PCS
Appendix A - Form of Tender
Appendix D - Sustain Supply Chain Code of Conduct
Appendix E - Pricing Schedule
Appendix F - SCM RP: Section 1
Appendix G - Technical Questionnaire
NOTE: To register your interest in this notice and obtain any additional information please visit the Public Contracts Scotland Web Site at https://www.publiccontractsscotland.gov.uk/Search/Search_Switch.aspx?ID=799031.
The buyer has indicated that it will accept electronic responses to this notice via the Postbox facility. A user guide is available at https://www.publiccontractsscotland.gov.uk/sitehelp/help_guides.aspx.
Suppliers are advised to allow adequate time for uploading documents and to dispatch the electronic response well in advance of the closing time to avoid any last minute problems.
(SC Ref:799031)
Download the ESPD document here: https://www.publiccontractsscotland.gov.uk/ESPD/ESPD_Download.aspx?id=799031
VI.4) Procedures for review
VI.4.1) Review body
Camelon Sheriff Court
Main St, Camelon
Falkirk
FK1 4AR
UK
VI.5) Date of dispatch of this notice
15/05/2025