Section one: Contracting authority
one.1) Name and addresses
The North Yorkshire Council
County Hall, Racecourse Lane,
Northallerton
DL7 8AD
Telephone
+44 1609533450
Country
United Kingdom
Region code
UKE2 - North Yorkshire
National registration number
8867655
Internet address(es)
Main address
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