Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Cardiff University
Procurement Services, McKenzie House, 30-36 Newport Road
Cardiff
CF24 0DE
UK
Telephone: +44 2920879648
E-mail: Hearns1@cardiff.ac.uk
NUTS: UKL22
Internet address(es)
Main address: http://www.cardiff.ac.uk/business/why-work-with-us/for-suppliers
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0258
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/cardiffuniversity/aspx/Home
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Transcription Services
Reference number: CU.713.SH
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
The desired outcome of this procurement process is to establish a two lot framework agreement that has up to 5 suppliers on each lot that can offer Transcription Services to the University.
Lot 1: English Transcription
Lot 2: Welsh Transcription Services
Both lots require academic and medical Transcription Services, utilised across many schools/departments within the University including Arts, Humanities & Social Sciences, Biosciences, Architecture, Psychology, Healthcare Sciences and Pharmacy.
II.1.5) Estimated total value
Value excluding VAT:
648 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
English Transcription Service
II.2.2) Additional CPV code(s)
79540000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The desired outcome of this procurement process is to establish a two lot framework agreement that has up to 5 suppliers on each lot that can offer Transcription Services to the University.
Lot 1: English Transcription
Lot 2: Welsh Transcription Services
Both lots require academic and medical Transcription Services, utilised across many schools/departments within the University including Arts, Humanities & Social Sciences, Biosciences, Architecture, Psychology, Healthcare Sciences and Pharmacy.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2022
End:
30/03/2024
This contract is subject to renewal: Yes
Description of renewals:
1 + 12 Month extension + 1 x 12 Month extension
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
Lot No: 2
II.2.1) Title
Welsh Transcription Services
II.2.2) Additional CPV code(s)
79540000
II.2.3) Place of performance
NUTS code:
UKL22
II.2.4) Description of the procurement
The desired outcome of this procurement process is to establish a two lot framework agreement that has up to 5 suppliers on each lot that can offer Transcription Services to the University.
Lot 1: English Transcription
Lot 2: Welsh Transcription Services
Both lots require academic and medical Transcription Services, utilised across many schools/departments within the University including Arts, Humanities & Social Sciences, Biosciences, Architecture, Psychology, Healthcare Sciences and Pharmacy.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 50%
Price
/ Weighting:
50%
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
31/03/2022
End:
30/03/2024
This contract is subject to renewal: Yes
Description of renewals:
1 x 12 Month extension + 1 x 12 Month extension
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.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
III.2) Conditions related to the contract
III.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 IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement with several operators.
Envisaged maximum number of participants to the framework agreement: 5
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:
11/01/2022
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
CY
IV.2.7) Conditions for opening of tenders
Date:
11/01/2022
Local time: 12:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
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
NOTE: To register your interest in this notice and obtain any additional information please visit the Sell2Wales Web Site at https://www.sell2wales.gov.wales/Search/Search_Switch.aspx?ID=116448.
(WA Ref:116448)
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
06/12/2021