Tender

22 055 - Translation & Interpretation Services

  • Cheshire East Borough Council

F02: Contract notice

Notice identifier: 2022/S 000-025701

Procurement identifier (OCID): ocds-h6vhtk-036825

Published 13 September 2022, 4:23pm



Section one: Contracting authority

one.1) Name and addresses

Cheshire East Borough Council

Westfields, Middlewich Road

Sandbach

CW11 1HZ

Contact

Ms Tracy Roberts

Email

tracy.roberts@cheshireeast.gov.uk

Telephone

+44 1270686973

Country

United Kingdom

Region code

UKD62 - Cheshire East

Internet address(es)

Main address

http://www.cheshireeast.gov.uk/

Buyer's address

http://www.cheshireeast.gov.uk/

one.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at

https://www.the-chest.org.uk/

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://procontract.due-north.com/

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

22 055 - Translation & Interpretation Services

Reference number

DN630261

two.1.2) Main CPV code

  • 79530000 - Translation services

two.1.3) Type of contract

Services

two.1.4) Short description

The Council intends to appoint a single Provider to deliver a fully managed Translation, Interpretation and Transcription Service. The service shall include provisions for: -

• Face to Face Interpretation Services (Verbal)

• Face to Face Interpretation Services (Non-Verbal)

• Telephone Interpretation Services Scheduled

• Telephone Interpretation Services on Demand

• Video Interpretation Services (Verbal)

• Video Interpretation Services (Non-Verbal)

• Document translation, including Braille, Large Print, Easy Read and Audio Transcriptions.

two.1.5) Estimated total value

Value excluding VAT: £950,000

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKD62 - Cheshire East

two.2.4) Description of the procurement

The Council intends to appoint a single Provider to deliver a fully managed Translation, Interpretation and Transcription Service. The service shall include provisions for: -

• Face to Face Interpretation Services (Verbal)

• Face to Face Interpretation Services (Non-Verbal)

• Telephone Interpretation Services Scheduled

• Telephone Interpretation Services on Demand

• Video Interpretation Services (Verbal)

• Video Interpretation Services (Non-Verbal)

• Document translation, including Braille, Large Print, Easy Read and Audio Transcriptions.

Interpretation and translation services are required by a varied cross section of the Council but predominantly Children’s Services. The services are commissioned from all Council office locations across Cheshire East and can take place in a variety of locations, including but not limited to schools, courts, children’s centres, clients homes and hospitals across the borough.

Polish and Slovak continue to be the most popular languages requiring translation & interpretation services, occupying 68% of all Face to Face interpretations and 47% of all document translations.

Over 90% of all Face to Face interpretations concern the welfare of Children or young adults and it is expected that the same interpreter be provided on an on-going basis where possible, for this vulnerable group.

Details of volumes and languages are contained in the Appendices.

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

60

This contract is subject to renewal

Yes

Description of renewals

It will be renewed (up to 12 months prior) by the end of the initial contract period Jan 25 or by the end of the first extension period: Jan 27, or by the end of the full 5 year extended period Jan 28.

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: Yes

Description of options

The initial contract period will be for 2 years from 01/02/23 to 31/01/25

There will be 2 optional extension periods. 1 x 24 months and 1 x 12 months to be exercised at the discretion of the Council.

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 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

14 October 2022

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

14 October 2022

Local time

2:00pm

Information about authorised persons and opening procedure

The seal on any received bids regarding this tender will removed after the deadline has expired.

The seal will be broken by a senior member of the Procurement Team or a representative from the Legal Team.


Section six. Complementary information

six.1) Information about recurrence

This is a recurrent procurement: Yes

six.4) Procedures for review

six.4.1) Review body

Royal Courts of Justice

London

WC2A 2LL

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

In accordance with Regulation 86 (Notices of decisions to award a contract), Regulation 87(Standstill Period)and Regulation 91 (Enforcement of duties through the court) of the Public Contract Regulations 2015 (as amended).

Cheshire East Borough Council will incorporate a standstill period at the point information on the award of the contract is communicated to tenderers. That notification will provide full information on the award decision. The standstill period, which will be for a minimum of 10 calendar days provides time for unsuccessful tenderers to review and scrutinize the award decision before the contract is entered into.