Section one: Contracting authority
one.1) Name and addresses
Lancashire County Council
Fishergate
Preston
PR18XJ
Contact
Procurement Care-Health
caphprocurement@lancashire.gov.uk
Telephone
+44 1772538206
Country
United Kingdom
Region code
UKD45 - Mid Lancashire
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.lancashire.gov.uk/isupplier/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://www.lancashire.gov.uk/isupplier/
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://www.lancashire.gov.uk/isupplier/
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
Lancashire Refugee Interpretation & Translation Services
two.1.2) Main CPV code
- 79530000 - Translation services
two.1.3) Type of contract
Services
two.1.4) Short description
1.1 Lancashire County Council (the "Authority) is commissioning language support to refugees, asylum seekers, Ukrainian guests and evacuees (the "Clients") arriving, and who have previously arrived, in Lancashire under various government-funded Resettlement Schemes and requires the Services to provide support for the provision of face to face, telephone and video interpreting and document translation services for various requirements of the Resettlement Schemes. The Interpretation and Translation Services (the "Service") must provide language support to Clients who have previously arrived in Lancashire under various resettlement schemes.
two.1.5) Estimated total value
Value excluding VAT: £720,000
two.1.6) Information about lots
This contract is divided into lots: No
two.2) Description
two.2.3) Place of performance
NUTS codes
- UKD - North West (England)
two.2.4) Description of the procurement
The Authority, working with its partners in other councils and contracted providers, will provide a range of resettlement services across all of the areas of the Specification (although, very occasionally, face to face interpreting services may be required outside of Lancashire as well, namely at entry ports such as Manchester Airport or Liverpool Airport).
The Service Provider shall ensure that the Services shall be available to the Clients for 10 hours per day, Monday to Friday during the hours of 08:00 to 18:00 excluding bank holidays.
The Service Provider shall provide the Services in the form of home visits, group sessions, meetings, appointments, telephone and text contact, and document translation.
It is anticipated that the need for these Services will be more acute in the first two weeks following Clients' arrival in Lancashire, when Clients are provided with an intensive orientation support package.
Although the Services will be required for the full 36 months of the Initial Term (plus any agreed extensions pursuant to the provisions of this Specification and Service Contract), the out of hours requirements may vary during the Term and the Service Provider will be expected to accommodate these requirements within the terms of this contract.
Should this contract be extended beyond the Initial Term, the requirements stated may change depending on the need and level of geographical dispersion across Lancashire, with more and/or other local authority areas becoming involved.
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
Duration in months
36
This contract is subject to renewal
Yes
Description of renewals
Option to extend for 3 years up to a total maximum contract period of 6 years in total
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: No
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
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
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: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
24 June 2024
Local time
2:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.2.7) Conditions for opening of tenders
Date
24 June 2024
Local time
4:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.4) Procedures for review
six.4.1) Review body
Royal Courts of Justice - The High Court
London
WC2A 2LL
Country
United Kingdom
Internet address
https://www.find-court-tribunal.service.gov.uk/courts/royal-courts-of-justice