Tender

Translation and interpretation (Spoken) & (Unspoken) services

  • The North Yorkshire Council

F02: Contract notice

Notice identifier: 2023/S 000-030029

Procurement identifier (OCID): ocds-h6vhtk-040b2f

Published 11 October 2023, 4:51pm



Section one: Contracting authority

one.1) Name and addresses

The North Yorkshire Council

County Hall, Racecourse Lane,

Northallerton

DL7 8AD

Email

procurement@northyorks.gov.uk

Telephone

+44 1609533450

Country

United Kingdom

Region code

UKE2 - North Yorkshire

National registration number

8867655

Internet address(es)

Main address

https://www.northyorks.gov.uk

Buyer's address

https://uk.eu-supply.com/ctm/Company/CompanyInformation/Index/104117

one.3) Communication

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

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73774&B=UK

Additional information can be obtained from the above-mentioned address

Tenders or requests to participate must be submitted electronically via

https://uk.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=73774&B=UK

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

Translation and interpretation (Spoken) & (Unspoken) services

two.1.2) Main CPV code

  • 79530000 - Translation services

two.1.3) Type of contract

Services

two.1.4) Short description

This procurement is for translation and interpretation (spoken) and (unspoken) services for North Yorkshire Council, the purpose of the services is to support and facilitate communication between the authority and clients or customers who require communication support through interpretation or translation.

two.1.5) Estimated total value

Value excluding VAT: £998,000

two.1.6) Information about lots

This contract is divided into lots: Yes

Tenders may be submitted for all lots

two.2) Description

two.2.1) Title

Spoken Interpretation and Translation

Lot No

1

two.2.2) Additional CPV code(s)

  • 79540000 - Interpretation services
  • 79530000 - Translation services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

North Yorkshire

two.2.4) Description of the procurement

Lot 1 is specific to spoken interpretation and translation. Services include; face to face interpretation, telephone and video interpretation and written translation. There is a requirement to provide the services across the geographic area of North Yorkshire, however there may be an occasional need to provide services outside of the county. Further information can be found in Volume 1 The Specification

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £790,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 01/04/2024 – 31/03/2027

Option to extend 1: 01/04/2027 – 31/03/2028

Option to extend 2: 01/04/2028 – 31/03/2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Unspoken Interpretation and Translation

Lot No

2

two.2.2) Additional CPV code(s)

  • 79530000 - Translation services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)
Main site or place of performance

North Yorkshire

two.2.4) Description of the procurement

Lot 2 is specific to unspoken interpretation and translation. Services include; BSL face to face interpretation and BSL video interpretation. There is a requirement to provide the services across the geographic area of North Yorkshire, however there may be an occasional need to provide services outside of the county. Further information can be found in Volume 1 The Specification’

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £35,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 01/04/2024 – 31/03/2027

Option to extend 1: 01/04/2027 – 31/03/2028

Option to extend 2: 01/04/2028 – 31/03/2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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

Braille transcription and audio

Lot No

3

two.2.2) Additional CPV code(s)

  • 79530000 - Translation services

two.2.3) Place of performance

NUTS codes
  • UKE - Yorkshire and the Humber
  • UKD - North West (England)
  • UKC - North East (England)

two.2.4) Description of the procurement

Lot 3 is specific to braille transcription and audio. Further information can be found in Volume 1 The Specification

two.2.5) Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

two.2.6) Estimated value

Value excluding VAT: £20,000

two.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Start date

1 April 2024

End date

31 March 2029

This contract is subject to renewal

Yes

Description of renewals

Initial Term: 01/04/2024 – 31/03/2027

Option to extend 1: 01/04/2027 – 31/03/2028

Option to extend 2: 01/04/2028 – 31/03/2029

two.2.10) Information about variants

Variants will be accepted: No

two.2.11) Information about options

Options: No

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.1.2) 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

three.2) Conditions related to the contract

three.2.3) Information about staff responsible for the performance of the contract

Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract


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

10 November 2023

Local time

4:00pm

four.2.4) Languages in which tenders or requests to participate may be submitted

English

four.2.6) Minimum time frame during which the tenderer must maintain the tender

Tender must be valid until: 11 January 2024

four.2.7) Conditions for opening of tenders

Date

10 November 2023

Local time

4:00pm

Place

Procurement and Contract Management, North Yorkshire Council, County Hall, Northallerton, DL7 8AD

Information about authorised persons and opening procedure

An independent member of the Procurement and Contract Management section will verify the tenders through our e-tendering system (YORtender).


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

High Court of England and Wales

The Strand

London

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice

six.4.2) Body responsible for mediation procedures

N/A

N/A

Country

United Kingdom

six.4.3) Review procedure

Precise information on deadline(s) for review procedures

North Yorkshire Council shall in accordance with the Public Contracts (Amendment) Regulations 2015, incorporate a minimum 10 day standstill period commencing at the point that information on the intention to award the contract is sent to tenderers.

The Council shall, as soon as possible after the decision has been made, inform the tenderers and candidates of its decision, and shall do so by notice in writing by the most rapid means of communication practicable.

Should additional information be required, please contact the person cited in paragraph I.1) of this form. If an appeal regarding the award of a contract has not been successfully resolved, Public Contracts Regulations2015 (SI 2015 No 6) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (England and Wales).

Any such action must be started within 30 days beginning with the date when the aggrieved party first knew or ought to have known that grounds for starting the proceedings had arisen. Where a contract has not been entered into the Court may order the setting aside of the award decision or order the authority to amend any document and may award damages. Following the 10 day standstill period, if no further debriefing has been requested, the Court may only award damages once the contract has been entered into.’

six.4.4) Service from which information about the review procedure may be obtained

The Royal Courts of Justice

The Strand

London

WC2A 2LL

Telephone

+44 2079476000

Country

United Kingdom

Internet address

https://courttribunalfinder.service.gov.uk/courts/royal-courts-of-justice