Section one: Contracting authority
one.1) Name and addresses
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
Contact
Rachel Park
rachel.park@cityofglasgowcollege.ac.uk
Telephone
+44 1413755108
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's award notice for CS/CoGC/23/25 - the Provision of 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.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £800,000
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
AWARD NOTICE FOR CS/CoGC/23/25.
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: 2024/S 000-002746
Section five. Award of contract
Contract No
CS/CoGC/23/25
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
4 June 2024
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 1
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
Deaf Action
Deaf Action, 49-51 Albany Street
EDINBURGH
EH1 3QY
Telephone
+44 07717792371
Country
United Kingdom
NUTS code
- UKM - Scotland
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £800,000
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:
(SC Ref:769381)
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