Provision of Language Services

  • NHS London Procurement Partnership

F14: Notice for changes or additional information

Notice identifier: 2021/S 000-026798

Procurement identifier (OCID): ocds-h6vhtk-02f01b

Published 26 October 2021, 3:44pm



Section one: Contracting authority/entity

one.1) Name and addresses

NHS London Procurement Partnership

Ground Floor, 200 Great Dover Street

London

SE1 4YB

Contact

Ms Laura Whitworth

Email

laura.whitworth@lpp.nhs.uk

Telephone

+44 2071888122

Country

United Kingdom

NUTS code

UK - United Kingdom

Internet address(es)

Main address

http://www.lpp.nhs.uk

Buyer's address

http://www.lpp.nhs.uk


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Provision of Language Services

Reference number

DN225407

two.1.2) Main CPV code

  • 79540000 - Interpretation services

two.1.3) Type of contract

Services

two.1.4) Short description

Guy's & St Thomas' NHS Foundation Trust (as host of the NHS London Procurement Partnerhip) is seeking to establish a Dynamic Purchasing System (DPS); for the provision of Language Services including Spoken Face to Face Interpretation; Non-spoken Face to Face Interpretation (including British Sign Language), Telephone & Video Interpretation & Written Translation & Transcription & Ancillary Services.

The DPS is structured to offer participating authorities flexibility & choice. It shall be a matter of judgment for the participating authorities to decide which particular lot(s) are most appropriate to meet their specific requirements, to best deliver their business needs.

The DPS shall be open to public sector organisations including but not limited to:

LPP member bodies as listed at: http://www.lpp.nhs.uk/about-lpp/our-members/ , and any additional new LPP members for the duration of the contract, plus any other Public Sector bodies located in England, subject to the approval of LPP.

This DPS will enable participating organisations to conduct futher competitions as and when their organisation's requirement arises. The Language Services are given in the Lots listed below. Lots 1-3 are divided in to regional sub-lots. Providers will submit responses based on their experience and capabilities in the individual Lots, and on the regions to be covered. It is envisaged that providers will submit their tenders in the following combinations: A Tender for only one Language Service Lot (a single Lot or sub-lot within Lots 1 through to 5),

A Tender for multiple Language Service Lots (a combination of Lots or sub-lots within Lots 1 through to 5),

A Tender for all the Language Service Lots (Lots 1 through to 5 including all sub-lots).

Providers are at liberty to tender for any or all of the Lots and/or regional sub-lots. During their decision-making process,providers should consider the following points:

— Their expertise in carrying out any / all of the listed Language Service Lots,

— The geographic areas they can cover.

Further competitions are dependant on the specific requirements of the Trusts and other DPS users within the regions, and therefore may be for any number of the Lots,

— For clarification please note that providers can only be selected for any further competitions based on the specific lots that they have expressed interest for and consequently been awarded to the DPS for, following the PQQ stage. For example, a provider who has only been awarded to Lot 5 of the DPS will not be eligible to participate in a further competitions for Lots 1 through to 4.

The language service lots to be included in the DPS are:

Lot 1 — Multidiscipline/Managed Service .

Lot 2 — Face to Face Spoken Interpretation

Lot 3 — Face to Face Non-Spoken Interpretation

Lot 4 — Telephone & Video Interpretation

Lot 5 — Written Translation, Transcription & Ancillary Services

In applying for a position on the DPS for any or all of the regional sub-lots under Lot 1, providers will need to ensure that they can provide all the services covered by Lots 2-5 (either directly or through the engagement of sub-contractors) and in all the geographic regions being applied for. For example a provider wishing to apply for Lot 1a must also be able to provide the services for Lot 2a, 3a, 4 & 5.

The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015.


Section six. Complementary information

six.6) Original notice reference

Notice number: 2015/S 149-275624


Section seven. Changes

seven.1) Information to be changed or added

seven.1.2) Text to be corrected in the original notice

Section number

DEFAULT

seven.2) Other additional information

The Dynamic Purchasing System for the Provision of Language Services, original OJEU ref 2015/S 149-275624 will now be hosted on the Atamis eTendering portal rather than ProContract (Proactis). Interested bidders should now apply to the DPS at: - https://health-family.force.com/s/Welcome (rather than www .lppsourcing.org) and apply for project reference C47234 which replaces the old ProContract project reference DN225407. Alternatively the following link can be used: - https://health-family-contract-search.secure.force.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a074J00000HPtNYQA1&searchStr=language&sortStr=Recently+Published&page=1&filters=&County

Suppliers who are already successfully awarded to the DPS will already have been contacted and do not need to reapply through Atamis.

The DPS is now live on Atamis and the ProContract portal is no longer open for new bidder applications.