- Scope of the procurement
- Lot 1 Face to Face and Video Interpreting Services
- Lot 2 Telephone Interpreting Services
- Lot 3.1 Sign Language (BSL, ISL and VRI)
- Lot 3.2 Lip Speakers
- Lot 3.3 Electronic and manual note takers
- Lot 3.4 Makaton
- Lot 4 Translation and Transcription Services
- Lot 5.1 Braille
- Lot 5.2 Audio
- Lot 5.3 Large Print
- Lot 5.4 Easy Read
- Lot 5.5 DAISY
Section one: Contracting authority
one.1) Name and addresses
Department for Communities DfC
Causeway Exchange, 1-7 Bedford Street
BELFAST
BT2 7EG
Country
United Kingdom
NUTS code
UK - United Kingdom
Internet address(es)
Main address
https://www.communities-ni.gov.uk/
Buyer's address
https://www.finance-ni.gov.uk/topics/procurement/
one.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://etendersni.gov.uk/epps
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Body governed by public law
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
ID2665864 Collaborative Framework for the Provision of Interpreting and Translation Services
Reference number
ID2665864
two.1.2) Main CPV code
- 79530000 - Translation services
two.1.3) Type of contract
Services
two.1.4) Short description
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.1.5) Estimated total value
Value excluding VAT: £10,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for maximum number of lots
12
two.2) Description
two.2.1) Title
Lot 1 Face to Face and Video Interpreting Services
Lot No
1
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 Telephone Interpreting Services
Lot No
2
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 3.1 Sign Language (BSL, ISL and VRI)
Lot No
3
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 3.2 Lip Speakers
Lot No
4
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 3.3 Electronic and manual note takers
Lot No
5
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 3.4 Makaton
Lot No
6
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 4 Translation and Transcription Services
Lot No
7
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 5.1 Braille
Lot No
8
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 5.2 Audio
Lot No
9
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 5.3 Large Print
Lot No
10
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 5.4 Easy Read
Lot No
11
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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 5.5 DAISY
Lot No
12
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UKN - Northern Ireland
two.2.4) Description of the procurement
This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- • Lot 1 Face to Face and Video Interpreting Services • Lot 2 Telephone Interpreting Services • Lot 3.1 Sign Language (BSL, ISL and VRI) • Lot 3.2 Lip Speakers • Lot 3.3 Electronic and manual note takers • Lot 3.4 Makaton; • Lot 4 Translation and Transcription Services • Lot 5.1 Braille • Lot 5.2 Audio • Lot 5.3 Large Print • Lot 5.4 Easy Read; and • Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.
two.2.7) Duration of the contract or the framework agreement
Duration in months
48
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.1.4) Objective rules and criteria for participation
List and brief description of rules and criteria
As per Tender documentation
Section four. Procedure
four.1) Description
four.1.1) Form of procedure
Open procedure
four.1.3) Information about a framework agreement
The procurement involves the establishment of a framework agreement
In the case of framework agreements, provide justification for any duration exceeding 4 years:
N/A The framework duration is four years.
All bodied named within Annex B of the tender documentation may use the framework.
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
6 September 2021
Local time
3:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
Section six. Complementary information
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
The Framework Agreement is being let by Construction and Procurement Delivery (CPD) on behalf of Department for. Communities (DfC) and wider Northern Ireland Public sector. A list of potential organisations is included within Annex B of the tender documents. . . The successful contractor’s performance on the contract will be regularly monitored in line with PGN 01/12. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.
six.4) Procedures for review
six.4.1) Review body
The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 (as amended).
Belfast
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into.