Contract

Framework for the Provision of Sign Language Interpreters

  • City of Glasgow College

F03: Contract award notice

Notice identifier: 2025/S 000-041030

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

Published 17 July 2025, 3:26pm



Section one: Contracting authority

one.1) Name and addresses

City of Glasgow College

190 Cathedral Street

Glasgow

G4 0RF

Contact

Christopher Lawal

Email

christopher.lawal@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

Framework for the Provision of Sign Language Interpreters

Reference number

CS/CoGC/25/12

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 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.

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.2.3) Place of performance

NUTS codes
  • UKM82 - Glasgow City
Main site or place of performance

City of Glasgow College

two.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.

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.1.3) 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 000-019432


Section five. Award of contract

Contract No

CS/CoGC/25/12

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

7 July 2025

five.2.2) Information about tenders

Number of tenders received: 5

Number of tenders received from SMEs: 5

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

Number of tenders received from tenderers from non-EU Member States: 5

Number of tenders received by electronic means: 5

The contract has been awarded to a group of economic operators: Yes

five.2.3) Name and address of the contractor

Topp Language Solutions

Suite 3, Park House Business Centre, Clayton Wood Close,, PARK HOUSE

Leeds

LS16 6QE

Telephone

+44 1135120350

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Just Sign Limited

7 The Greens, Maddiston

Falkirk

FK2 0FN

Telephone

+44 7778733981

Country

United Kingdom

NUTS code
  • UKM - Scotland
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

SIGNIFICAN'T (UK) LIMITED t/a Sign Language Interactions Ltd

Unit 4, 39 Durham St, Kinning Park,

Glasgow

G41 1BS

Telephone

+44 7946570394

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Sign Solutions

First Floor, Ipsley Barn,, Berrington Close

Redditch

B98 0TJ

Telephone

+44 1214479620

Country

United Kingdom

NUTS code
  • UK - United Kingdom
The contractor is an SME

Yes

five.2.3) Name and address of the contractor

Deaf Action

49 Albany Street

Edinburgh

EH13QY

Telephone

+44 01315563128

Country

United Kingdom

NUTS code
  • UKM82 - Glasgow City
The contractor is an SME

No

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_29155

For more information see:

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

(SC Ref:804739)

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