UK Public Sector Language Services Framework
6 Lots. National Managed Service – Lot No: 1.
United Kingdom-Liverpool: Interpretation services
2020/S 188-455090
Contract notice
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Language Services
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service (CCS), as the authority, is seeking to establish a framework contract with multiple suppliers for the provision of language services including translation, transcription and ancillary services, telephone and video interpreting services, non spoken and spoken face to face interpreting services and a quality assurance service, for use by the UK Public Sector Buyers identified at VI.3).
The services within the scope of this framework have been divided into 6 lots, with lots 4 and 5 being broken down into regional sub-lots:
Lot 1: National Managed Service;
Lot 2: Translation, Transcription and Ancillary Services;
Lot 3: Telephone and Video Interpretation;
Lots 4a: to 4l Non Spoken Languages Services*;
Lots 5a: to 5m Regional Managed Service*;
Lot 6 Quality Assurance Provision.
* Please note, lots 4a-4l provide UK regional coverage and lots 5a-5m provide UK and overseas coverage.
The full specification is set out in Attachment 1a — framework schedule 1 (Specification).
II.1.5)Estimated total value
II.1.6)Information about lots
Bidders have the opportunity to submit a bid for all or any combination of lots.
In order to ensure that the competition is not distorted, bidders will not be awarded a framework contract for lot 6 and any other lot (lots 1 to 5).
If a bidder submit a bid for lot 1, 2, 3, 4 or 5, and lot 6, they will be required to inform CCS of their preference should they be successful in this competition.
II.2.1)Title:
National Managed Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a managed service throughout the United Kingdom of Great Britain and Northern Ireland.
This provision will enable one, some or all services to be called off which will be delivered via a supplier awarded onto lot 1. Suppliers must provide a tailored solution that covers advisory services, administrative support and efficient business processes through the delivery of the buyers language service requirements.
— Spoken and Non-Spoken Translation, Transcription and Ancillary Services;
— Spoken Telephone & Spoken and Non-Spoken Video Interpreting;
— Spoken and Non-Spoken Face to Face Interpreting.
The supplier must be able to provide all the mandatory requirements set out in section 3 and the services described in Appendix 1 of Attachment 1a – Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to 6 bidders for this lot. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Translation, Transcription and Ancillary Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of translation, transcription and ancillary services throughout the United Kingdom of Great Britain and Northern Ireland.
— translation: the conversion of written documents into another language as text;
— transcription: the conversion of written documents into alternative formats such as Print, Audio, Video or normal print or vice versa;
— ancillary services: additional services which support the translation/transcription service.
Please note this lot will not support any non-spoken elements such as Braille or In-vision British Sign Language (BSL). Please refer to lot 4 for these services.
The supplier must be able to provide all the mandatory requirements set out in Section 3 and the services described in Appendix 2 of Attachment 1a: Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to 6 bidders for this lot. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Telephone and Spoken Video Interpreting
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a telephone interpreting and spoken video language services throughout the United Kingdom of Great Britain and Northern Ireland.
This includes the provision of a consecutive and simultaneous interpreting either by telephone or video technology. The interpreter in all cases must convert the spoken language from one language to another enabling listeners and speakers to understand each other.
The services which shall be provided under this lot include:
— a scheduled telephone/video interpreting service for customers who prefer to book an interpreter in advance of an assignment,
— on demand Telephone Interpreting for non-English speakers who need to use an Interpreter immediately over the telephone,
— in some instances it may be possible to provide an on demand video interpreting service but this will be agreed between the supplier and buyer at call-off.
The supplier must be able to provide all the mandatory requirements set out in Section 3 and the services described in Appendix 3 of Attachment 1a: Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to 3 bidders for this lot. The maximum number of bidders may increase where 2 or more bidders have tied scores in last position. We also reserve the right to award to any bidder whose final score is within 1 % of the last position of this lot.
II.2.1)Title:
Non Spoken Language Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of non spoken face to face interpreters, video, translation and transcription services throughout the United Kingdom of Great Britain and Northern Ireland (see Annex 4).
The lots are as follows:
4a: North East,
4b: North West,
4c: Yorkshire and the Humberside,
4d: East Midlands,
4e: West Midlands,
4f: East of England,
4g: London,
4h: South East,
4i: South West,
4j: Wales,
4k: Scotland,
4l: Northern Ireland.
This lot will enable communication to take place between Deaf, Deafblind and others requiring support to access English via face to face interpretation, video technology, written translations and transcription services specific to the non-spoken community.
The supplier must be able to provide all the mandatory requirements set out in section 3 and the services described in Appendix 4 of Attachment 1a: Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to 6 bidders for each region. The maximum number of bidders may increase where 2 or more have tied scores in last position. We reserve the right to award to any bidder whose final score is within 1 % of the last position of each regional lot.
II.2.1)Title:
Regional Managed Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a managed service provision throughout the United Kingdom of Great Britain and Northern Ireland, and Overseas, broken down by region (Annex 4).
This provision will enable one, some or all services to be called off which will be delivered via Supplier awarded to the specific region. Suppliers shall provide a tailored solution that covers advisory services, administrative support and efficient business processes through the delivery of the buyers language service requirements.
The lots are as follows:
5a: North East,
5b: North West,
5c: Yorkshire and the Humberside,
5d: East Midlands,
5e: West Midlands,
5f :East of England,
5g: London,
5h: South East,
5i: South West,
5j: Wales,
5k: Scotland,
5l: Northern Ireland,
5m: Overseas and all UK regions.
The supplier must be able to provide all the mandatory requirements set out in section 3 and the services described in Appendix 5 of Attachment 1a: Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to 8 bidders for each region. The maximum number of bidders may increase where 2 or more have tied scores in last position. We reserve the right to award to any bidder whose final score is within 1 % of the last position of each regional lot.
II.2.1)Title:
Quality Assurance Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a quality assurance service for buyers of the framework.
This includes the provision of quality checks on the services provided by suppliers who are awarded a place on the framework and any interpreters/translators used to deliver a call-off contract via the framework.
The services delivered under this lot include:
— assessment of a recorded face to face booking (audio or video),
— assessment of a live booking in person (spoken and non-spoken),
— assessment of a telephone interpretation,
— assessment of a video interpretation (spoken and non-spoken),
— assessment of spoken/non spoken language interpreter via video role play,
— assessment of translated documents,
— assessment of transcriptions,
— checking that the requirements in the booking have been met by the supplier.
The supplier awarded to the quality assurance lot cannot be part of any of the other lot to prevent conflict of interests arising.
The supplier must be able to provide all the services described in Appendix 6 of Attachment 1a: Framework Schedule 1 (Specification).
II.2.5)Award criteria
II.2.6)Estimated value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
II.2.10)Information about variants
II.2.11)Information about options
II.2.13)Information about European Union funds
II.2.14)Additional information
The framework term will be for 36 months, with the option to extend for a further 12 months at the discretion of CCS.
A framework contract will be awarded to a single supplier for this lot.
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
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the Directive) on the basis of information provided in response to an Invitation to Tender (‘ITT’) registering for access.
III.1.2)Economic and financial standing
III.1.3)Technical and professional ability
Section IV: Procedure
IV.1.1)Type of procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
IV.1.6)Information about electronic auction
An electronic auction will not be used at the framework level. However, buyers reserve the right to use an electronic auction at the call-off stage.
IV.1.8)Information about the Government Procurement Agreement (GPA)
IV.2.1)Previous publication concerning this procedure
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
Section VI: Complementary information
VI.1)Information about recurrence
VI.2)Information about electronic workflows
VI.3)Additional information:
As part of this notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/126a6c13-a22c-4b66-b4a3-1ef127c2742a
1) notice authorised customer list;
2) rights reserved for CCS framework;
3) notice transparency information for the agreement.
The value provided at Section II.1.5) is only an estimate. We cannot guarantee to suppliers any business through this framework.
CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly.
On 2 April 2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Please note:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at help@eSourcingsolution.co.uk or call 0800 069 8630.
VI.4.1)Review body
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503Internet address: https://www.gov.uk/ccs
VI.5)Date of dispatch of this notice: