Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Transport for Wales
3 Llys Cadwyn, Taff Street
Pontypridd
CF37 4TH
UK
Contact person: Nikolaos Filippis
Telephone: +44 2921673434
E-mail: procurement@tfw.wales
NUTS: UKL
Internet address(es)
Main address: http://tfw.wales
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA50685
I.2) Joint procurement
The contract is awarded by a central purchasing body
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://etenderwales.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at:
https://etenderwales.bravosolution.co.uk
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Other: Transport related services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
TfW Translation Management System (TMS)
Reference number: C000641.00
II.1.2) Main CPV code
48100000
II.1.3) Type of contract
Supplies
II.1.4) Short description
The opportunity is for the procurement of a new translation management system (TMS) and the provision of implementation and support services.
II.1.5) Estimated total value
Value excluding VAT:
135 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.2) Additional CPV code(s)
48000000
48100000
72212740
48740000
II.2.3) Place of performance
NUTS code:
UKL
II.2.4) Description of the procurement
The objective of this requirement is to drive greater efficiencies through the TfW group Welsh Language compliance through streamlining business process, building a reusable translation memory, providing traceability on requests, implementing translation automation and review.
The solution will enable translation efficiencies using Machine translation technologies, and the ability to leverage previously translated content using translation history/machine learning or similar.
The solution will reduce translation volume over time through being able to detect content changes, identify previously translated content, and apply learned translations to identical/similar content before seeking translation on new/unseen content.
The solution will reduce turnaround times on translation through integration to our Drupal website CMS platform allowing for content created in our CMS to be automatically sent for translation from within our CMS, and subsequently for translated content to be pushed back to our CMS once translation is complete.
The solution will enable timely translation outside of office hours using machine translation to ensure we are able to translate content in a timely manner 24 x 7 x 365.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 12
This contract is subject to renewal: Yes
Description of renewals:
Option to extend for up to two (2) period(s) of 12 months each
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
Please refer to ITT tender documentation
III.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.2.2) Contract performance conditions
Please refer to ITT tender documentation
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
29/06/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 36 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
29/06/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
Yes
Estimated timing for further notices to be published:
If the solution is required for a longer period, a new procurement is anticipated to take place in 2025.
VI.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
VI.3) Additional information
Tender documents will be available via eTenderWales at:
https://etenderwales.bravosolution.co.uk/esop/guest/login.do
Please refer to project_50469 and ITT_95169 - TfW Translation Management System (TMS) to obtain the tender documentation.
Any tenderer queries and responses and any circulars that may be issued during the tender period are to be communicated exclusively via the eTenderWales portal only. All responses will be shared with all tenderers unless the query is deemed confidential or commercially sensitive.
Please ensure that any enquiries/clarifications raised via eTenderWales are free of any identifiable information, such as their name or the name of their company.
NOTE: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at http://www.sell2wales.gov.wales/search/search_switch.aspx?ID=121640
(WA Ref:121640)
The buyer considers that this contract is suitable for consortia.
VI.4) Procedures for review
VI.4.1) Review body
High Court
Royal Courts of Justice, The Strand
London
WC2A 2LL
UK
Telephone: +44 2079477501
VI.5) Date of dispatch of this notice
26/05/2022