Contract

The Provision of Sign Language Interpreters

  • City of Glasgow College

F03: Contract award notice

Notice identifier: 2024/S 000-002747

Procurement identifier (OCID): ocds-h6vhtk-03a5a2

Published 26 January 2024, 1:54pm



Section one: Contracting authority

one.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

Email

amie.mccrudden@cityofglasgowcollege.ac.uk

Telephone

+44 1413755316

Country

United Kingdom

NUTS code

UKM82 - Glasgow City

Internet address(es)

Main address

http://www.cityofglasgowcollege.ac.uk/

Buyer's address

https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453

one.2) Information about joint procurement

The contract is awarded by a central purchasing body

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

The Provision of Sign Language Interpreters

Reference number

CS/CoGC/23/25

two.1.2) Main CPV code

  • 79540000 - Interpretation services

two.1.3) Type of contract

Services

two.1.4) Short description

City of Glasgow College will be seeking a supplier for the provision British Sign Language Interpreters for all BSL users within the College. This is inclusive of day, weekend and evening students.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.2) Additional CPV code(s)

  • 79540000 - Interpretation services

two.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City

two.2.4) Description of the procurement

All service users who use British Sign Language (BSL) at City of Glasgow College will require Sign Language Interpreters (SLI) to access the curriculum and converse with their lecturers, students, colleagues and peers in a learning environment.

City of Glasgow College may have a requirement, in certain years, for speech to text reporters (also referred to as Electronic Note Takers (ENT)). This requirement may vary from each academic year depending on service user’s needs. Over the past four years, the requirement for Speech to Text Reporters has varied from zero (0) to three (3) service users per year.

Further detailed information will be contained within the tender documentation upon release.

two.2.5) Award criteria

Quality criterion - Name: Linguist Vetting and Selection / Weighting: 10

Quality criterion - Name: Linguist Competency and Quality / Weighting: 20

Quality criterion - Name: Administration and Management / Weighting: 10

Quality criterion - Name: Monitoring and Reviewing Performance / Weighting: 10

Quality criterion - Name: Fair Work Practices / Weighting: 3

Quality criterion - Name: Business Continuity Planning / Weighting: 3

Quality criterion - Name: Equality, Diversity & Inclusion / Weighting: 2

Quality criterion - Name: Global Climate & Ecological Emergency / Weighting: 2

Price - Weighting: 40

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.1.8) 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: 2023/S 000-028989


Section five. Award of contract

Contract No

CS/CoGC/23/25

A contract/lot is awarded: No

five.1) Information on non-award

The contract/lot is not awarded

Other reasons (discontinuation of procedure)


Section six. Complementary information

six.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_25287

For more information see:

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

(SC Ref:756370)

six.4) Procedures for review

six.4.1) Review body

Glasgow Sheriff and Justice of the Peace Court

1 Carlton Place

Glasgow

G5 9DA

Country

United Kingdom