Tender for Welsh Translation Services – Pembrokeshire
Framework Agreement for the provision of Welsh translation services.
United Kingdom-Haverfordwest: Translation services
2020/S 082-194762
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: County Hall, Pembrokeshire
Town: Haverfordwest
NUTS code: UKL14
Postal code: SA61 1TP
Country: United Kingdom
E-mail: roxanne.kehoe@pembrokeshire.gov.uk
Telephone: +44 1437775640
Address of the buyer profile: http://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0255
I.1)Name and addresses
Postal address: Carmarthenshire
Town: Carmarthen
NUTS code: UKL1
Country: United Kingdom
E-mail: admin@erw.org.ukInternet address(es):Main address: https://www.erw.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Welsh Translation Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Pembrokeshire County Council are seeking to establish a framework agreement for the provision of Welsh translation services.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
Written Translation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
To provide standard written translations – English to Welsh (with occasional Welsh to English).
Please note that lot 1 — written translations — is further broken down into sub-lots:
— lot 1a: under 200 words,
— lot 1b: 200 – 1999 words,
— lot 1c: 2000 words +,
— lot 1d: fast turnaround.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2-year framework with a 12-month extension option.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Specialist Written Translation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of specialist written translation — English to Welsh (with occasional Welsh to English).
Lot 2 is broken down into sub-lots:
— lot 2a: legal documentation,
— lot 2b: engineering/construction/planning/environmental.
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2-year contract with a 12-month extension option.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.1)Title:
Simultaneous Translation
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
Provision of simultaneous translations.
This lot is broken down into sub-lots:
— 3a: Welsh to English translation services (ad hoc),
— 3b: Welsh to English translation services — full council meetings,
— 3c: Welsh to English and English to Welsh (welfare Interviews — Welsh language standards 26 and 29).
II.2.5)Award criteria
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
2-year contract with a 12-month extension option.
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
Section III: Legal, economic, financial and technical information
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
As per tender documents.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
III.2.2)Contract performance conditions:
As per tender documents.
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.2)Time limit for receipt of tenders or requests to participate
IV.2.4)Languages in which tenders or requests to participate may be submitted:
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
IV.2.7)Conditions for opening of tenders
County Hall, Haverfordwest
To be opened by procurement service.
Section VI: Complementary information
VI.1)Information about recurrence
This is a 2-year contract with the option to extend for 12 months.
VI.3)Additional information:
Completing — itt_81342 — framework agreement for a Welsh translation service (qualification) is mandatory regardless of which lot(s) you apply for. The attachment area also contains a suite of tender documentation which must be read and understood in order to complete your bid.
To apply for individual lots, you must access and complete the technical and commercial sections of each relevant itt. The itt references and lot titles are listed below for information.
Itt_81344 — framework agreement for a Welsh translation service — lot 1A: standard documentation under 200 words,
Itt_81346 — framework agreement for a Welsh translation service — lot 1B: standard documentation 200 – 1999 words,
Itt_81347 — framework agreement for a Welsh translation service — lot 1C: standard documentation 2000+ words,
Itt_81348 — framework agreement for a Welsh translation service — lot 1D: fast turnaround,
Itt_81350 — framework agreement for a Welsh translation service — lot 2A: legal documentation,
Itt_81351 — framework agreement for a Welsh translation service — lot 2B: engineering/construction/planning/environmental,
Itt_81352 — framework agreement for a Welsh translation service — lot 3A: simultaneous translation (Welsh to English),
Itt_81353 — framework agreement for a Welsh translation service — lot 3B: Welsh to English translation: full council meetings,
Itt_81354 — framework agreement for a Welsh translation service — lot 3C: Welsh to English and English to Welsh — welfare interviews: Welsh language standards 26 and 29.
Note: the authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=100978
(WA Ref:100978).
The buyer considers that this contract is suitable for consortia.
VI.4.1)Review body
Postal address: The Royal Courts of Justice, The Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom
Telephone: +44 2079477501
VI.5)Date of dispatch of this notice: