Tender

Lancashire Refugee Interpretation & Translation Services

  • Lancashire County Council

F02: Contract notice

Notice identifier: 2024/S 000-016275

Procurement identifier (OCID): ocds-h6vhtk-0469ef

Published 23 May 2024, 10:09am



Section one: Contracting authority

one.1) Name and addresses

Lancashire County Council

Fishergate

Preston

PR18XJ

Contact

Procurement Care-Health

Email

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