Hysbysiad contract
Adran I:
Endid
contractio
I.1) Enw a chyfeiriad
City of Glasgow College
190 Cathedral Street
Glasgow
G4 0RF
UK
Person cyswllt: Christopher Lawal
Ffôn: +44 1413755316
E-bost: christopher.lawal@cityofglasgowcollege.ac.uk
NUTS: UKM82
Cyfeiriad(au) rhyngrwyd
Prif gyfeiriad: http://www.cityofglasgowcollege.ac.uk/
Cyfeiriad proffil y prynwr: https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA00453
I.2) Caffael ar y cyd
Caiff y contract ei ddyfarnu gan gorff prynu canolog
I.3) Cyfathrebu
Mae'r dogfennau caffael ar gael ar gyfer mynediad uniongyrchol anghyfyngedig a llawn, yn rhad ac am ddim ar:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
Gellir cael gwybodaeth ychwanegol o'r cyfeiriad uchod
Rhaid anfon tendrau neu geisiadau i gymryd rhan yn electronig at:
https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html
I.4) Y math o awdurdod contractio
Corff a lywodraethir gan gyfraith gyhoeddus
I.5) Prif weithgaredd
Addysg
Adran II: Gwrthrych
II.1) Cwmpas y caffaeliad
II.1.1) Teitl
Framework for the Provision of Sign Language Interpreters
Cyfeirnod: CS/CoGC/25/12
II.1.2) Prif god CPV
79540000
II.1.3) Y math o gontract
Gwasanaethau
II.1.4) Disgrifiad byr
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.
II.1.5) Cyfanswm gwerth amcangyfrifedig
Gwerth heb gynnwys TAW: 480 000.00 GBP
II.1.6) Gwybodaeth am lotiau
Mae’r contract hwn wedi’i rannu’n lotiau:
Na
II.2) Disgrifiad
II.2.3) Man cyflawni
Cod NUTS:
UKM82
Prif safle neu fan cyflawni:
City of Glasgow College
II.2.4) Disgrifiad o’r caffaeliad
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.
II.2.5) Meini prawf dyfarnu
Maen prawf isod:
Maes prawf ansawdd: Linguist Vetting and Selection
/ Pwysoliad: 10
Maes prawf ansawdd: Linguist Competency and Quality
/ Pwysoliad: 20
Maes prawf ansawdd: Administration and Management
/ Pwysoliad: 10
Maes prawf ansawdd: Monitoring and Reviewing Performance
/ Pwysoliad: 10
Maes prawf ansawdd: Fair Work Practices
/ Pwysoliad: 3
Maes prawf ansawdd: Business Continuity Planning
/ Pwysoliad: 3
Maes prawf ansawdd: Equality, Diversity & Inclusion
/ Pwysoliad: 2
Maes prawf ansawdd: Global Climate & Ecological Emergency
/ Pwysoliad: 2
Price
/ Pwysoliad:
40
II.2.7) Hyd y contract, y cytundeb fframwaith neu’r system brynu ddynamig
Hyd mewn misoedd: 24
Gall y contract hwn gael ei adnewyddu: Ydy
Disgrifiad o’r adnewyddiadau:
2 x 12 months
II.2.9) Gwybodaeth am y cyfyngiadau ar nifer yr ymgeiswyr a gaiff eu gwahodd
II.2.10) Gwybodaeth am amrywiadau
Derbynnir amrywiadau:
Na
II.2.11) Gwybodaeth am opsiynau
Opsiynau:
Na
II.2.12) Gwybodaeth am gatalogau electronig
Rhaid i dendrau gael eu cyflwyno ar ffurf catalogau electronig neu gynnwys catalog electronig
II.2.13) Gwybodaeth am Gronfeydd yr Undeb Ewropeaidd
Mae'r broses gaffael yn gysylltiedig â phrosiect a/neu raglen a ariennir gan gronfeydd yr Undeb Ewropeaidd:
Na
Section III: Gwybodaeth gyfreithiol, economaidd, ariannol a thechnegol
III.1) Amodau ar gyfer cymryd rhan
III.1.1) Addasrwydd i ymgymryd â’r gweithgaredd proffesiynol, gan gynnwys gofynion mewn perthynas â chofrestru ar gofrestri proffesiynol neu gofrestri masnach
Rhestr a disgrifiad byr o’r amodau:
Bidders must be able to demonstrate that they are suitably qualified and authorised to provide Sign Language Interpreting services within the UK. All interpreters delivering services under this contract must act in accordance with the Code of Conduct relevant to the Services they are undertaking. This includes (but is not limited to):
- National Registers of Communication Professionals working with Deaf and Deafblind People (NRCPD) (see their website for more information)
- Sign Language Interpreters Registered with RBSLI (Register of British Sign Language Interpreters)
Interpreters must hold current, valid registration and adhere to the professional codes of conduct of their registering body. The College reserves the right to request evidence of qualifications and professional registration for all interpreters assigned under this contract.
III.1.2) Statws economaidd ac ariannol
Rhestr a disgrifiad byr o’r meini prawf dethol:
Please refer to Part 4 B Economic and Financial Standing of the SPD
The College will use the following ratios to evaluate a bidder's financial status.
Bidders must confirm within their response to the relevant question within the 'Qualification envelope' that as a minimum, 2 out of the 3 ratios can be met and what the value of each ratio is.
The 3 ratios to be evaluated are:
Profitability - this is taken as profit after tax but before dividends and minority interests. If a company makes a profit then it is a pass for this ratio;
Liquidity - this is calculated as current assets less stock and work in progress, divided by current liabilities. If the answer is greater than or equal to 'one' then it is a pass for this ratio;
Gearing - this is calculated as the total external secured borrowing (short term and long term) divided by shareholder funds expressed as a percentage. If the answer is less than or equal to 100% it is considered a pass for this ratio.
Where 2 out of the 3 ratios cannot be met, the College may take the undernoted into consideration when assessing financial viability and the risk to the College, providing that the Bidder can supply evidence to substantiate any of the mitigating criteria.
This list is not exhaustive and other criteria may be considered where proposed by a bidder as mitigating factors:
Would the bidder have passed the checks if prior year accounts had been used?
Were any of the poor appraisal outcomes 'marginal'?
Does the bidder operate in a market which, traditionally, requires lower liquidity or higher debt finance?
Does the bidder have sufficient reserves to sustain losses for a number of years?
Does the bidder have a healthy cash-flow?
Is the bidder profitable enough to finance the interest on its debt?
Is most of the bidder's debt owed to group companies?
Is the bidder's debt due to be repaid over a number of years, and affordable?
Have the bidder's results been adversely affected by ‘one off costs’ and / or ‘one off accounting treatments’?
Do the bidder's auditors (where applicable) consider it to be a ‘going concern’?
Will the bidder provide a Parent Company Guarantee?
Is the bidder the single supplier/source of the Goods/Works/Services in the marketplace?
The College will obtain an Equifax Report or similar financial verification systems to validate the information provided.
Bidders must confirm they can provide the following supporting evidence prior to award:
Employer’s (Compulsory) Liability = 5m GBP
Public Liability Insurance = 10m GBP
Professional Liability Insurance = 2m GBP
Professional Risk Indemnity: 5M GBP
III.1.3) Gallu technegol a phroffesiynol
Meini prawf dethol fel y’u nodir yn y dogfennau caffael
III.2) Amodau sy’n gysylltiedig â’r contract
III.2.3) Gwybodaeth am y staff a fydd yn gyfrifol am gyflawni’r contract
Rhwymedigaeth i nodi enwau a chymwysterau proffesiynol y staff a glustnodwyd i gyflawni’r contract
Section IV: Gweithdrefn
IV.1) Disgrifiad
IV.1.1) Y math o weithdrefn
Gweithdrefn agored
IV.1.3) Gwybodaeth am gytundeb fframwaith neu system brynu ddynamig
The procurement involves the establishment of a framework agreement with several operators.
IV.1.8) Gwybodaeth am Gytundeb Caffael y Llywodraeth (GPA)
The procurement is covered by the Government Procurement Agreement:
Ydy
IV.2) Gwybodaeth weinyddol
IV.2.1) Cyhoeddiad blaenorol mewn perthynas â’r weithdrefn hon
Rhif yr hysbysiad yn OJ S:
2023/S 000-004555
IV.2.2) Terfyn amser i dendrau neu geisiadau i gymryd rhan ddod i law
Dyddiad:
11/06/2025
Amser lleol: 12:00
IV.2.4) Ym mha iaith/ieithoedd y gellir cyflwyno tendrau neu geisiadau i gymryd rhan
EN
IV.2.6) Yr isafswm cyfnod gofynnol i’r sawl sy’n tendro gynnal y tendr
Hyd mewn misoedd: 3 (o’r dyddiad a nodwyd i dendr ddod i law)
IV.2.7) Amodau ar gyfer agor tendrau
Dyddiad:
11/06/2025
Amser lleol: 12:00
Place:
Glasgow
Section VI: Gwybodaeth ategol
VI.1) Gwybodaeth am ailddigwydd
Caffaeliad cylchol yw hwn:
Ydy
Amseriad amcangyfrifedig ar gyfer cyhoeddi hysbysiadau pellach:
This contract will be reviewed six months prior to the contract ending.
VI.2) Gwybodaeth am lifau gwaith electronig
Defnyddir archebion electronig
Derbynnir anfonebau electronig
Defnyddir taliadau electronig
VI.3) Gwybodaeth ychwanegol
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
The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 29155. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343
A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363
Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/
A summary of the expected community benefits has been provided as follows:
City of Glasgow College is fully committed to incorporating Community Benefits through this procurement. Considerations to be given to how the economic, social and environmental wellbeing of Glasgow could be improved both during the process and on an on-going basis.
To this end, the Successful Bidder is encouraged to implement a range of initiatives to achieve the relevant improvements to include, but not limited to:
Local employment, training and apprenticeships
Bidders will make proposals around these as part of their tender submission and once agreed by City of Glasgow College, will become a contractual obligation for the Successful Bidder.
(SC Ref:753828)
(SC Ref:797620)
VI.4) Gweithdrefnau adolygu
VI.4.1) Corff adolygu
Glasgow Sheriff and Justice of the Peace Court
1 Carlton Place
Glasgow
G5 9DA
UK
VI.5) Dyddiad anfon yr hysbysiad hwn
07/05/2025