Tender

ESCC JC Translation and Interpreting Framework

  • East Sussex County Council

F02: Contract notice

Notice identifier: 2021/S 000-009387

Procurement identifier (OCID): ocds-h6vhtk-02ac1c

Published 30 April 2021, 10:52am



Section one: Contracting authority

one.1) Name and addresses

East Sussex County Council

County Hall, St Annes Crescent

Lewes

BN7 1UE

Contact

James Cooper

Email

james.cooper@eastsussex.gov.uk

Country

United Kingdom

NUTS code

UKJ22 - East Sussex CC

Internet address(es)

Main address

https://www.eastsussex.gov.uk

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

Email

philip.baker@eastssuex.gov.uk

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.