Award

Framework Agreement for the Provision of British Sign Language Services

SCOTTISH POLICE AUTHORITY

This public procurement record has 2 releases in its history.

Award

11 Nov 2020 at 00:00

Tender

13 May 2020 at 00:00

Summary of the contracting process

The Scottish Police Authority is currently in the procurement stage for a Framework Agreement titled "Framework Agreement for the Provision of British Sign Language Services." This procurement is classified under the services sector and is aimed at delivering essential support for Police Scotland, the Scottish Courts and Tribunals Service (SCTS), and other governmental bodies across Scotland. The submission deadline for this open procedure is set for 15th June 2020, with an award period commencing shortly after on the same day. The service will cater to both 24/7 operational areas and standard office hours, specifically within geographical divisions classified as North, East, and West Scotland.

This tender presents significant growth opportunities for businesses specialising in British Sign Language (BSL) services. Companies capable of offering 24/7 support or standard operational services during office hours should consider competing. Suitable candidates might include small and medium enterprises (SMEs) focused on accessibility services, as well as larger firms with the capacity to meet stringent qualification criteria, such as holding relevant certifications and insurance standards. Collaboration with organisations that have prior experience in public sector contracts would also enhance competitive positioning in this tender process.

Find more tenders on our Open Data Platform.
How relevant is this notice?

Notice Title

Framework Agreement for the Provision of British Sign Language Services

Notice Description

The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.

Lot Information

Services are required to be delivered 24 hours per day and 7 days per week.

The Scottish Police Authority wish to award a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Each individual Lot is detailed in the table below. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot. The North area includes Highlands and Islands (Orkney Isles, Shetland Isles and Western Isles), North East (Aberdeen City, Aberdeenshire and Moray), and Tayside (Dundee, Perth City, Perth and Kinross and Angus). The East area includes Edinburgh City, The Lothians and Border, Fife and Forth Valley (Stirling, Falkirk and Clackmannanshire). The West area includes Greater Glasgow, Ayrshire, Lanarkshire, Argyll and West Dunbartonshire (Inner Hebrides), Renfrewshire and Inverclyde and Dumfries and Galloway. Lot 1 24/7 service coverage - Services are required to be delivered 24 hours per day and 7 days per week.. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: one option to extend up to 12 months

Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.

The Scottish Police Authority wish to award a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Each individual Lot is detailed in the table below. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot. The North area includes Highlands and Islands (Orkney Isles, Shetland Isles and Western Isles), North East (Aberdeen City, Aberdeenshire and Moray), and Tayside (Dundee, Perth City, Perth and Kinross and Angus). The East area includes Edinburgh City, The Lothians and Border, Fife and Forth Valley (Stirling, Falkirk and Clackmannanshire). The West area includes Greater Glasgow, Ayrshire, Lanarkshire, Argyll and West Dunbartonshire (Inner Hebrides), Renfrewshire and Inverclyde and Dumfries and Galloway. Lot 2 Office Hours - Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: one option to extend up to 12 months

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000619579
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399633
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Large, SME

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79540000 - Interpretation services

Notice Value(s)

Tender Value
£568,000 £500K-£1M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
£568,000 £500K-£1M

Notice Dates

Publication Date
11 Nov 20205 years ago
Submission Deadline
15 Jun 2020Expired
Future Notice Date
Not specified
Award Date
30 Oct 20205 years ago
Contract Period
Not specified - Not specified
Recurrence
January 2024

Notice Status

Tender Status
Complete
Lots Status
Complete
Awards Status
Not Specified
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
SCOTTISH POLICE AUTHORITY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G51 1DZ
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM Scotland

Local Authority
Glasgow City
Electoral Ward
Govan
Westminster Constituency
Glasgow South West

Supplier Information

Number of Suppliers
3
Supplier Names

DEAF ACTION

JUST SIGN

SIGN LANGUAGE INTERACTIONS

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386708
    Framework Agreement for the Provision of British Sign Language Services - The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399633
    Framework Agreement for the Provision of British Sign Language Services - The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000619579-2020-11-11T00:00:00Z",
    "date": "2020-11-11T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000619579",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-9",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "Sandie Shaw",
                "email": "sandie.shaw@scotland.pnn.police.uk",
                "telephone": "+44 1786895000",
                "url": "http://www.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "03",
                        "description": "Public order and safety",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-10",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-186",
            "name": "Scottish Police Authority",
            "identifier": {
                "legalName": "Scottish Police Authority"
            },
            "address": {
                "streetAddress": "1 Pacific Quay, 2nd Floor",
                "locality": "Glasgow",
                "region": "UKM",
                "postalCode": "G51 1DZ"
            },
            "contactPoint": {
                "name": "June Northcote",
                "email": "june.northcote@scotland.pnn.police.uk",
                "telephone": "+44 1786896109",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Body governed by public law",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).",
                        "scheme": "COFOG"
                    },
                    {
                        "id": "Police Authority for the Police Service of Scotland with functions referred to in Section 2 of the Police and Fire Reform(Scoltand).",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.spa.police.uk"
            }
        },
        {
            "id": "org-187",
            "name": "Sign Language Interactions",
            "identifier": {
                "legalName": "Sign Language Interactions"
            },
            "address": {
                "streetAddress": "112 Cornwall Street South, Kinning Park",
                "locality": "Glasgow",
                "region": "UK",
                "postalCode": "G41 1AA"
            },
            "contactPoint": {
                "telephone": "+44 7866723358"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-188",
            "name": "Just Sign Limited",
            "identifier": {
                "legalName": "Just Sign Limited"
            },
            "address": {
                "streetAddress": "7 The Greens, Maddiston",
                "locality": "Falkirk",
                "region": "UKM",
                "postalCode": "FK2 0FN"
            },
            "contactPoint": {
                "telephone": "+44 7778733981"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-189",
            "name": "Deaf Action",
            "identifier": {
                "legalName": "Deaf Action"
            },
            "address": {
                "streetAddress": "49 Albany Street",
                "locality": "Edinburgh",
                "region": "UK",
                "postalCode": "EH1 3QY"
            },
            "contactPoint": {
                "telephone": "+44 1315563128"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "large",
                "url": "http://"
            }
        },
        {
            "id": "org-4",
            "name": "Glasgow Sheriff Court and Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court and Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "Sheriff Clerk's Office, PO Box 23, 1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9DA"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "https://www.scotcourts.gov.uk/the-courts/court-locations/glasgow-sheriff-court-and-justice-of-the-peace-court"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Scottish Police Authority",
        "id": "org-186"
    },
    "tender": {
        "id": "PROC-574",
        "title": "Framework Agreement for the Provision of British Sign Language Services",
        "description": "The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79540000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "id": "79540000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Scotland"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM"
                    },
                    {
                        "region": "UKM"
                    }
                ],
                "relatedLot": "2"
            }
        ],
        "value": {
            "amount": 568000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "http://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2020-06-15T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2020-06-15T12:30:00Z"
        },
        "documents": [
            {
                "id": "MAY386708",
                "documentType": "contractNotice",
                "title": "Framework Agreement for the Provision of British Sign Language Services",
                "description": "The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=MAY386708",
                "format": "text/html"
            },
            {
                "id": "NOV399633",
                "documentType": "awardNotice",
                "title": "Framework Agreement for the Provision of British Sign Language Services",
                "description": "The Scottish Police Authority intends to establish a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=NOV399633",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "title": "Services are required to be delivered 24 hours per day and 7 days per week.",
                "description": "The Scottish Police Authority wish to award a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Each individual Lot is detailed in the table below. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot. The North area includes Highlands and Islands (Orkney Isles, Shetland Isles and Western Isles), North East (Aberdeen City, Aberdeenshire and Moray), and Tayside (Dundee, Perth City, Perth and Kinross and Angus). The East area includes Edinburgh City, The Lothians and Border, Fife and Forth Valley (Stirling, Falkirk and Clackmannanshire). The West area includes Greater Glasgow, Ayrshire, Lanarkshire, Argyll and West Dunbartonshire (Inner Hebrides), Renfrewshire and Inverclyde and Dumfries and Galloway. Lot 1 24/7 service coverage - Services are required to be delivered 24 hours per day and 7 days per week.. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Delivery of Services",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "one option to extend up to 12 months"
                }
            },
            {
                "id": "2",
                "title": "Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.",
                "description": "The Scottish Police Authority wish to award a Framework Agreement for the Provision of Services in relation to British Sign Language (BSL)on behalf of Police Scotland, the Scottish Courts and Tribunals Service (SCTS), the Scottish Legal Aid Board (SLAB), the Crown Office and Procurator Fiscal Services (COPFS), the Scottish Prison Service (SPS), the Scottish Children's Reporter Administration (SCRA), Social Security Scotland and Forestry and Land Scotland. This Framework Agreement shall be divided into two (2) individual Lots. Each individual Lot is detailed in the table below. Both Lot 1 and 2 are further divided into geographical sub-Lots- North, East and West. A maximum of three (3) Contractors shall be appointed to each Lot. The North area includes Highlands and Islands (Orkney Isles, Shetland Isles and Western Isles), North East (Aberdeen City, Aberdeenshire and Moray), and Tayside (Dundee, Perth City, Perth and Kinross and Angus). The East area includes Edinburgh City, The Lothians and Border, Fife and Forth Valley (Stirling, Falkirk and Clackmannanshire). The West area includes Greater Glasgow, Ayrshire, Lanarkshire, Argyll and West Dunbartonshire (Inner Hebrides), Renfrewshire and Inverclyde and Dumfries and Galloway. Lot 2 Office Hours - Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.. Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Delivery of Services",
                            "description": "30"
                        },
                        {
                            "type": "price",
                            "description": "40"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1080
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "one option to extend up to 12 months"
                }
            }
        ],
        "lotDetails": {
            "maximumLotsBidPerSupplier": 2
        },
        "bidOpening": {
            "date": "2020-06-15T12:30:00Z",
            "address": {
                "streetAddress": "Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "During the Framework Period, the Contractor shall monitor and measure its performance against the following Key Performance Indicators (KPIs). QUALITY - Fit for Purpose Products/Service - Contract Outcome - Continual Improvement and Innovation COST - Invoice Accuracy - Cost Reduction Initiatives SUSTAINABILITY - Sustainability (Sustainable Processes) - Community Benefits SERVICE - Complaints - Communication - Management Information"
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "The provider or agency is required to be registered with the Scottish Association of Sign Language Interpreters (SASLI) or equivalent professional registers. (The SASLI is currently undergoing a transition to become the Scottish Register of Language Professionals with the Deaf Community (SRLPDC)). Contractor Personnel must be qualified and holding full registration status with either the National Registers of Communication Professionals working with Deaf and Deafblind People (NRCPD) or the Scottish Association of Sign Language Interpreters (SASLI). Contractor Personnel must hold a valid Protecting Vulnerable Groups ('PVG') certificate from Disclosure Scotland or other required disclosure levels as detailed within the Framework Agreement."
                },
                {
                    "type": "economic",
                    "description": "It is a requirement of this Framework that Tenderers hold, or can commit to obtain prior to the commence of any subsequently awarded Contract, indicated below: ESPD Question 4B5 Insurances Employers (Compulsory) Liability Insurance = 10 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide their current Employers Liability Insurance certificate which should include name of the insurers, policy numbers, expiry date and limits for any one incident and annual aggregate caps and the excesses under the policies. Public Liability Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Public Liability Insurance certificate. Professional Indemnity Insurance = 5 million GBP in respect of each claim without limit to the number of claims. Tenderers may be required to provide a copy of their current Professional Indemnity Insurance certificate. ESPD Question 4B6 Financial Standing The Authority will access a Credit safe report for a Tenderers organisation and use the information contained within to assist with the assessment of the Tenderer's economic and financial standing. Tenders are asked to provide their company number within the ESPD to allow the Authority to access a Credit Safe Report. Within such reports, the risk of business failure is expressed as a score of 30 or below (high risk of business failure). In the event that a company is determined to have a risk failure rating of 30 and below i.e. that the company is considered to have a high risk of business failure, the submission will not be considered further. If you are successful in the award of this contract and your risk failure rating falls below 30 then the SPA reserve the right to remove you from this contract. It is the Contractor's responsibility to ensure that the information held by Credit Safe is accurate and up to date. For the avoidance of doubt, the SPA will request a report from Credit Safe following the closing date for the receipt of the Tenders to ensure that the most up to date information is used. Where you are not registered on credit safe e.g. charitable organisations or new start companies/ Sole Traders with less than 3 years trading history, discretionary powers are available to the Director of Finance to consider abbreviated accounts along with bankers references etc. Tenderers should be aware that any outstanding County Court Judgements will have a detrimental effect on the rating held by Credit Safe and it is your responsibility to ensure that the information held by Credit Safe is accurate and up to date - failure to do so will result in rejection of your submission. IMPORTANT NOTE: This requirement is not applicable to Sole Traders/ Charities. Sole Traders/ Charities may be required to provide a bankers reference if successful."
                },
                {
                    "type": "technical",
                    "description": "Tenderers are required to provide three examples of providing British Sign Language Services to the Scottish Criminal Justice System and/ or Public Sector organisations in the last 3 years. The examples provided must be relating to comparable tenders in value and type to the contract being procured."
                },
                {
                    "type": "technical",
                    "description": "Execution of the service is reserved to a particular profession"
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "techniques": {
            "hasFrameworkAgreement": true
        },
        "classification": {
            "id": "79540000",
            "scheme": "CPV"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "January 2024"
        },
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        }
    },
    "language": "EN",
    "description": "Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015. Assessment of Employment Status Tenderers may be asked to declare whether they intend to provide services through a Personal Service Company (PSC). From April 2017, the responsibility to pay employment taxes shifts from the PSC to public sector bodies and the Authority must be aware of any successful tenderer's detailed employment status. For further information on determining employment status the Government has published guidance on this IR35 Legislation Living Wage Tenderers will be asked to confirm if they pay all employees as a minimum the Real Living Wage as published by the Living Wage Foundation for statistical information gathering purposes only. Equality and Diversity Tenderers will be required to comply with the statutory obligations under the Equality Act 2010. Declaration of Non-Involvement in Serious Organised Crime Tenderers must complete and sign a Declaration of Non-Involvement in Serious Organised Crime form. Subcontractor Detail Tenderers will be required to provide details of the subcontractors they intend to use in their supply chain. Tenderers are required to complete this section as part of the ESPD. Data Protection Tenderers must be aware of their obligations under the Data Protection Act 2018 and the GDPR as set out in the Contract. (SC Ref:635113)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000619579"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000619579"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "PROC-574-1",
            "title": "Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.",
            "suppliers": [
                {
                    "id": "org-187",
                    "name": "Sign Language Interactions"
                },
                {
                    "id": "org-188",
                    "name": "Just Sign Limited"
                },
                {
                    "id": "org-189",
                    "name": "Deaf Action"
                }
            ],
            "relatedLots": [
                "2"
            ]
        },
        {
            "id": "PROC-574-2",
            "title": "Services are required to be delivered 24 hours per day and 7 days per week.",
            "suppliers": [
                {
                    "id": "org-189",
                    "name": "Deaf Action"
                },
                {
                    "id": "org-188",
                    "name": "Just Sign Limited"
                },
                {
                    "id": "org-187",
                    "name": "Sign Language Interactions"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "PROC-574-1",
            "awardID": "PROC-574-1",
            "title": "Services are required to be delivered during normal office hours, i.e. Monday to Friday 8am- 6pm.",
            "status": "active",
            "value": {
                "amount": 368000,
                "currency": "GBP"
            },
            "dateSigned": "2020-10-30T00:00:00Z"
        },
        {
            "id": "PROC-574-2",
            "awardID": "PROC-574-2",
            "title": "Services are required to be delivered 24 hours per day and 7 days per week.",
            "status": "active",
            "value": {
                "amount": 200000,
                "currency": "GBP"
            },
            "dateSigned": "2020-10-30T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2020/S 096-230692"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "346",
                "measure": "lowestValidBidValue",
                "value": 536000
            },
            {
                "id": "347",
                "measure": "highestValidBidValue",
                "value": 549000
            },
            {
                "id": "348",
                "measure": "bids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "349",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "2"
            },
            {
                "id": "350",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "351",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "2"
            },
            {
                "id": "352",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "2"
            },
            {
                "id": "353",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "354",
                "measure": "smeBids",
                "value": 2,
                "relatedLot": "1"
            },
            {
                "id": "355",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "356",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "357",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}