Contract

Communication Support Services

  • Forth Valley College

F03: Contract award notice

Notice identifier: 2026/S 000-001782

Procurement identifier (OCID): ocds-h6vhtk-0514ff

Published 9 January 2026, 11:49am



Section one: Contracting authority

one.1) Name and addresses

Forth Valley College

Grangemouth Road

Falkirk

FK2 9AD

Contact

Ester Vasallo

Email

procurement@forthvalley.ac.uk

Telephone

+44 1324403000

Country

United Kingdom

NUTS code

UKM76 - Falkirk

Internet address(es)

Main address

http://www.forthvalley.ac.uk

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00451

one.4) Type of the contracting authority

Body governed by public law

one.5) Main activity

Education


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Communication Support Services

Reference number

ISS-2025-03

two.1.2) Main CPV code

  • 79540000 - Interpretation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Authority is seeking Contractor(s) for Communication Support Services.

two.1.6) Information about lots

This contract is divided into lots: No

two.1.7) Total value of the procurement (excluding VAT)

Value excluding VAT: £308,107

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKM76 - Falkirk
  • UKM72 - Clackmannanshire and Fife
  • UKM77 - Perth & Kinross and Stirling
Main site or place of performance

Forth Valley College campuses in Falkirk, Stirling and Alloa.

two.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.

two.2.5) Award criteria

Quality criterion - Name: Service Delivery / Weighting: 20

Quality criterion - Name: Relationships and Delivering Outcomes / Weighting: 15

Quality criterion - Name: Service Delivery Resources / Weighting: 13

Quality criterion - Name: Data Protection and Cyber Security Risks / Weighting: 7

Quality criterion - Name: Community and Added Value Services / Weighting: 5

Quality criterion - Name: Fair Work Practices / Weighting: 5

Quality criterion - Name: Sustainability / Weighting: 5

Price - Weighting: 30

two.2.11) Information about options

Options: No

two.2.13) Information about European Union Funds

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


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Open procedure

four.1.3) Information about a framework agreement or a dynamic purchasing system

The procurement involves the establishment of a framework agreement

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2025/S 000-021942


Section five. Award of contract

Contract No

ISS-2025-03

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

20 August 2025

five.2.2) Information about tenders

Number of tenders received: 2

Number of tenders received from SMEs: 2

Number of tenders received from tenderers from other EU Member States: 0

Number of tenders received from tenderers from non-EU Member States: 2

Number of tenders received by electronic means: 2

The contract has been awarded to a group of economic operators: No

five.2.3) Name and address of the contractor

Prestige Network Limited

Park View House, 65 London Road

Newbury

RG14 1LA

Country

United Kingdom

NUTS code
  • UKJ11 - Berkshire
The contractor is an SME

Yes

five.2.4) Information on value of contract/lot (excluding VAT)

Total value of the contract/lot: £308,107


Section six. Complementary information

six.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

The Agreement is for a period of 1 year. The Authority reserves the right to extend the Agreement for 3 further period of 12 months subject to satisfactory performance and continued requirements.

The total value of the contract has been calculated for a period of 4 years including optional extensions.

(SC Ref:820155)

six.4) Procedures for review

six.4.1) Review body

Camelon Sheriff Court

Main St, Camelon

Falkirk

FK1 4AR

Country

United Kingdom