Section one: Contracting authority
one.1) Name and addresses
NHS England and NHS Improvement North East & Yorkshire
Waterfront 4, Newburn Riverside
Newcastle Upon Tyne
NE15 8NY
Country
United Kingdom
NUTS code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/nhsnecsu
one.1) Name and addresses
NHS Newcastle Gateshead Clinical Commissioning Group
Riverside House, Goldcrest Way
Newcastle upon Tyne
NE15 8NY
Country
United Kingdom
NUTS code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/nhsnecsu
one.1) Name and addresses
NHS South Tyneside CCG
Monkton Hall, Monkton Lane
Jarrow
NE32 5NN
Country
United Kingdom
NUTS code
UKC22 - Tyneside
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/nhsnecsu
one.1) Name and addresses
NHS Sunderland CCG
Pemberton House, Sunderland Enterprise Park
Sunderland
SR5 3XB
Country
United Kingdom
NUTS code
UKC23 - Sunderland
Internet address(es)
Main address
Buyer's address
https://in-tendhost.co.uk/nhsnecsu
one.2) Information about joint procurement
The contract involves joint procurement
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
NHSE619 - Regional Interpretation & Translation Services
Reference number
NHSE619
two.1.2) Main CPV code
- 79530000 - Translation services
two.1.3) Type of contract
Services
two.1.4) Short description
North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement North East, NHS Newcastle Gateshead Clinical Commissioning Group (CCG) NHS Sunderland CCG and NHS South Tyneside CCG (the Contracting Authorities) who are commissioning Regional Interpretation and Translation Services for patients of primary care services across the North East region whose first language is not English.
The Contract Term will be for 3 years with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance, with effect from 01 April 2021.
As this is a non-clinical service, the procurement of this service is subject to The European Public Contracts Directive (2014/24/EU) and the tendering process was conducted in accordance with the requirements of the Open Procedure, Regulation 27 of the Public Contracts Regulations 2015 (PCR2015) (as amended).
Bidders were tested on the capability, capacity and technical competence of their submission in accordance with The Public Contracts Regulations 2015.
Under the Public Services (Social Value) Act 2012 the Contracting Authorities must consider:
(a) How, what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract was scoped to take into account the priorities of the Contracting Authorities relating to economic, social and environmental well-being.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders were advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
NECS utilised an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, no hard copy documents were issued to potential bidders and all communications with NECS, including bidder submissions, were conducted via the in-tend portal https://in-tendhost.co.uk/nhsnecsu
Tender documentation was be available on the e-tendering portal from 07 December 2020.
The closing date for submission of tenders was 12:00 noon 11 January 2021.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £12,503,015
two.2) Description
two.2.1) Title
Lot 1 - Face to face spoken language services, telephone interpreting, video interpreting and written translation
Lot No
1
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
- 85000000 - Health and social work services
two.2.3) Place of performance
NUTS codes
- UKC - NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement North East, NHS Newcastle Gateshead Clinical Commissioning Group (CCG) NHS Sunderland CCG and NHS South Tyneside CCG (the Contracting Authorities) who are commissioning Regional Interpretation and Translation Services for patients of primary care services across the North East region whose first language is not English.
The Contract Term will be for 3 years with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance, with effect from 01 April 2021.
As this is a non-clinical service, the procurement of this service was subject to The European Public Contracts Directive (2014/24/EU) and the tendering process was conducted in accordance with the requirements of the Open Procedure, Regulation 27 of the Public Contracts Regulations 2015 (PCR2015) (as amended).
Bidders were tested on the capability, capacity and technical competence of their submission in accordance with The Public Contracts Regulations 2015.
Under the Public Services (Social Value) Act 2012 the Contracting Authorities must consider:
(a) How, what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract was scoped to take into account the priorities of the Contracting Authorities relating to economic, social and environmental well-being.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders were advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
NECS utilised an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, no hard copy documents were issued to potential bidders and all communications with NECS, including bidder submissions, were conducted via the in-tend portal https://in-tendhost.co.uk/nhsnecsu
Tender documentation was be available on the e-tendering portal from 07 December 2020.
The closing date for submission of tenders was 12:00 noon 11 January 2021.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 35
Quality criterion - Name: Workforce / Weighting: 17.5
Quality criterion - Name: Communications / Weighting: 10
Quality criterion - Name: Governance / Weighting: 15
Quality criterion - Name: IM&T / Weighting: 10
Quality criterion - Name: Mobilisation / Weighting: 7.5
Price - Weighting: 5
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
two.2) Description
two.2.1) Title
Lot 2 - Face to face non-spoken language services and non-spoken video interpreting
Lot No
2
two.2.2) Additional CPV code(s)
- 85000000 - Health and social work services
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UKC - NORTH EAST (ENGLAND)
two.2.4) Description of the procurement
North of England Commissioning Support (NECS) is working for and on behalf of NHS England and NHS Improvement North East, NHS Newcastle Gateshead Clinical Commissioning Group (CCG) NHS Sunderland CCG and NHS South Tyneside CCG (the Contracting Authorities) who are commissioning Regional Interpretation and Translation Services for patients of primary care services across the North East region whose first language is not English.
The Contract Term will be for 3 years with the option to extend for a further 2 years, subject to satisfactory financial and contractual performance, with effect from 01 April 2021.
As this is a non-clinical service, the procurement of this service was subject to The European Public Contracts Directive (2014/24/EU) and the tendering process was conducted in accordance with the requirements of the Open Procedure, Regulation 27 of the Public Contracts Regulations 2015 (PCR2015) (as amended).
Bidders were tested on the capability, capacity and technical competence of their submission in accordance with The Public Contracts Regulations 2015.
Under the Public Services (Social Value) Act 2012 the Contracting Authorities must consider:
(a) How, what is proposed to be procured might improve the economic, social and environmental well-being of the area where it exercises its functions; and
(b) How, in conducting the process of procurement, it might act with a view to securing that improvement.
Accordingly, the subject matter of the contract was scoped to take into account the priorities of the Contracting Authorities relating to economic, social and environmental well-being.
The Transfer of Undertakings (Protection of Employment) Regulations 2006 (as amended) may apply. Bidders were advised to obtain their own legal advice and carry out due diligence including the New Fair Deal non-statutory policy setting out how pensions issues are to be dealt with when staff are compulsorily transferred from the public sector to independent providers delivering public services.
NECS utilised an electronic tendering tool to manage this procurement and communicate with potential bidders. Accordingly, no hard copy documents were issued to potential bidders and all communications with NECS, including bidder submissions, were conducted via the in-tend portal https://in-tendhost.co.uk/nhsnecsu
Tender documentation was be available on the e-tendering portal from 07 December 2020.
The closing date for submission of tenders was 12:00 noon 11 January 2021.
two.2.5) Award criteria
Quality criterion - Name: Service Delivery / Weighting: 35
Quality criterion - Name: Workforce / Weighting: 17.5
Quality criterion - Name: Communications / Weighting: 10
Quality criterion - Name: Governance / Weighting: 15
Quality criterion - Name: IM&T / Weighting: 10
Quality criterion - Name: Mobilisation / Weighting: 7.5
Price - Weighting: 5
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2020/S 240-594962
Section five. Award of contract
Lot No
1
Title
Lot 1 - Face to face spoken language services, telephone interpreting, video interpreting and written translation
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 February 2021
five.2.2) Information about tenders
Number of tenders received: 3
Number of tenders received from SMEs: 3
Number of tenders received from tenderers from other EU Member States: 3
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 3
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Language Empire Limited
Rochdale
Country
United Kingdom
NUTS code
- UKD - NORTH WEST (ENGLAND)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £10,741,625
Section five. Award of contract
Lot No
2
Title
Lot 2 - Face to face non-spoken language services and non-spoken video interpreting
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
23 February 2021
five.2.2) Information about tenders
Number of tenders received: 2
Number of tenders received from SMEs: 2
Number of tenders received from tenderers from other EU Member States: 2
Number of tenders received from tenderers from non-EU Member States: 0
Number of tenders received by electronic means: 2
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Language Empire Limited
Rochdale
Country
United Kingdom
NUTS code
- UKD - NORTH WEST (ENGLAND)
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Initial estimated total value of the contract/lot: £1,761,390
Total value of the contract/lot: £1,761,390
Section six. Complementary information
six.3) Additional information
(MT Ref:222191)
six.4) Procedures for review
six.4.1) Review body
Public Procurement Review Service
Cabinet Office
London
publicprocurementreview@cabinetoffice.gov.uk
Telephone
+44 3450103503
Country
United Kingdom
Internet address
https://www.gov.uk/government/publications/public-procurement-review-service-scope-and-remit
six.4.2) Body responsible for mediation procedures
North of England Commissioning Support Unit
Teesdale House, Westpoint Road, Thornaby
Stockton- on- Tees
TS17 6BL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
The Commissioner will act in accordance with Part 3 Chapter 5 Regulation 85 to 87 and Part 3 Chapter 6 Regulation 88 to 104 of the Public Contract Regulations 2015 (SI 2015 No 102) (PCR 2015). Part 3 of the PCR 2015 provides for appeals to be made to the High Court subject to the time limitations and other required procedural steps. The rules relating to appeal are complex and a dissatisfied tenderer is advised to take their own prompt legal advice.
six.4.4) Service from which information about the review procedure may be obtained
Royal Courts of Justice - The High Court
Strand
London
WC2A 2LL
Country
United Kingdom
Internet address
https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice