- Scope of the procurement
- Lot 1. Face to face Interpreting Services
- Lot 2. Telephone & Video Interpreting Services
- Lot 3. Face-to-Face Non-spoken Interpreting Services for People with Sensory Impairment
- Lot 4. Video Interpreting for British Sign language Users
- Lot 5. Translation, Transcription and Ancillary Services
- Lot 6. Bi-lingual Advocacy Support Services
Section one: Contracting authority
one.1) Name and addresses
East Sussex County Council
County Hall, St Annes Crescent
Lewes
BN7 1UE
Contact
James Cooper
james.cooper@eastsussex.gov.uk
Country
United Kingdom
NUTS code
UKJ22 - East Sussex CC
Internet address(es)
Main address
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/sesharedservices/aspx/Home
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Regional or local authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ESCC JC Translation and Interpreting Framework
Reference number
ESCC - 032576
two.1.2) Main CPV code
- 79540000 - Interpretation services
two.1.3) Type of contract
Services
two.1.4) Short description
East Sussex County Council (‘ESCC’) is acting as lead authority for a multi-supplier framework to provide community interpreting, translation and bi-lingual advocacy services, enabling public sector bodies to meet their commitment to delivering accessible services to the communities of East Sussex, West Sussex, Brighton and Hove and Surrey (the ‘Framework’). The services will be split into 6 Lots and will be available to use by the authorities listed under Section VI.3 (Additional Information) of this Contract Notice and Schedule 6 of the Framework Agreement.
two.1.5) Estimated total value
Value excluding VAT: £15,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Face to face Interpreting Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Telephone & Video Interpreting Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Face-to-Face Non-spoken Interpreting Services for People with Sensory Impairment
Lot No
3
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Video Interpreting for British Sign language Users
Lot No
4
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Translation, Transcription and Ancillary Services
Lot No
5
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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
Bi-lingual Advocacy Support Services
Lot No
6
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
- 85000000 - Health and social work services
- 85312300 - Guidance and counselling services
two.2.3) Place of performance
NUTS codes
- UKJ28 - West Sussex (North East)
- UKJ27 - West Sussex (South West)
- UKJ26 - East Surrey
- UKJ25 - West Surrey
- UKJ22 - East Sussex CC
- UKJ21 - Brighton and Hove
two.2.4) Description of the procurement
As detailed in the procurement documents
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
1 January 2022
End date
31 December 2026
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
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 three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions
As detailed in the procurement documents
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
three.2) Conditions related to the contract
three.2.2) Contract performance conditions
As detailed in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Restricted procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 22
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
9 June 2021
Local time
1:00pm
four.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates
19 July 2021
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 6 (from the date stated for receipt of tender)
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: Yes
six.3) Additional information
The Lead Authority for the purposes of this procurement is East Sussex County Council. The framework will also be available to use by the following authorities at their discretion upon completion of an Access Agreement:• Surrey County Council, West Sussex County Council and Brighton and Hove City Councils • All District and Borough Councils in the regions covered by NUTS Codes UKJ21, UKJ22, UKJ25, UKJ26, UKJ27, UKJ28.(https://en.wikipedia.org/wiki/NUTS_statistical_regions_of_the_United_Kingdom)• All Health Authorities, National Health Service Trusts and Primary Care Trusts, social care organisations, Clinical Commissioning Groups and any other person (s) or body established or financed under the National Health Service Act 1977 as amended and future bodies (e.g. Foundation Trusts and Clinical Commissioning Groups) associated with the delivery of healthcare, within East Sussex, Surrey, Brighton and Hove and West Sussex• Sussex Police Authority, Surrey Police Authority• East Sussex Fire and Rescue Service, West Sussex Fire and Rescue Service, Surrey Fire and Rescue Service• South East Coast Ambulance Service• Voluntary and Community Organisations (including Third Sector Organisations) with a presence in East Sussex, Surrey, Brighton and Hove and West Sussex as described in: http://www.charitycommission.gov.uk/Showcharity/RegisterOfCharities/AdvancedSearch.aspx• Housing Associations with a presence in East Sussex, Surrey, Brighton & Hove and West Sussex as described in:https://www.gov.uk/government/publications/current-registered-providers-of-social-housingThe attention of the Bidders is drawn to the fact that the Council reserves the right, acting in accordance with the Regulations to review on a regular basis the Service elements to capture, for example, changes to the relevant legislation or new needs and priorities, or improvement in practices and this may result in some modification to the contract specification. The Council reserves the right to procure from the successful tenderer services consisting of the repetition of similar services entrusted to the successful tenderer in conformity with the terms of the original contract and as indicated in it, acting in accordance with Regulation 32(9) and (10).In addition, the Council reserves the right to procure additional services by the successful tenderer that have become necessary and were not included in the initial procurement, where a change of service provider (i) cannot be made for economic or technical reasons such as requirements of interchangeability or interoperability with existing equipment, services or installations procured under the initial procurement, or (ii) it would cause significant inconvenience or substantial duplication of costs for the Council authority, provided that any increase in costs to the authority as a result on them does not exceed 50% of the value of the original contract.Furthermore, the Council reserves the right to make changes to the contract to be concluded which are not "substantial" for the purposes of Regulation 72 of PCR2015, and where (i) the need for changes has been brought about by circumstances which a diligent contracting authority could not have foreseen; and (ii) the change does not alter the overall nature of the contract; and in so far that (iii) any increase in costs to the authority as a result does not exceed 50% of the value of the original contract.
six.4) Procedures for review
six.4.1) Review body
East Sussex County Council
Lewes
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
East Sussex County Council will incorporate a minimum of 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. This period allows unsuccessful tenderers to seek further debriefing from the contracting authority or the lodging of an appeal before the contract is entered into. Such additional information should be requested from the contact point referenced in part 1.1) of the contract notice.