Contract notice
Section I: Contracting
authority
I.1) Name and addresses
Wrexham County Borough Council
Commissioning Procurement and Contract Management Unit, Lampbit Street
Wrexham
LL11 1AR
UK
Telephone: +44 1978292792
E-mail: julia.pordage-moore@wrexham.gov.uk
NUTS: UKL23
Internet address(es)
Main address: www.wrexham.gov.uk
Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0264
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/web/login.shtml
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://etenderwales.bravosolution.co.uk/web/login.shtml
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Provision of Translation and Interpretation Services
Reference number: Proc-20-30
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
Provision of Translation and Interpretation Services for clients of Wreham County Borough Council. This could include face-to-face as well as via telephone, submission of written documents or via video conferencing during times of Covid-19
II.1.5) Estimated total value
Value excluding VAT:
300 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
No
II.2) Description
II.2.3) Place of performance
NUTS code:
UKL23
II.2.4) Description of the procurement
Contract Overview
Wrexham County Borough Council is looking to establish a contract with a single Provider for the complete provision of Language Interpretation and Translation and Communication Support services only to people who wish to/need to access or use Council services in the county borough.
This will support the Council’s commitment to delivering services, fairly and equitably, to a diverse community, in line with the Equality Act 2010.
Please note that this tender does not include Welsh language translation or interpretation.
Language specialisms are likely to be required for, but not to be limited to; Social Care (children and adults), legal, medical, health, financial, IT, media, education, transportation, marketing, housing, benefits, community schools, immigration and local government.
The successful bidder shall provide Translation/Interpretation Services where communication, with or for the Council, is required to be interpreted to residents and users (also referred to as the ‘Client’), including refugees, children, and immigrant workers, whilst also making sure that we maintain the relevant safeguarding and best interests.
The complete Interpretation and Translation Services can be verbal or written on a 1-1 basis or in groups and must cover the following areas:
- Face-to-face Interpreting (including BSL)
- Telephone Interpreting
- Document translation, transcription and additional services (written)
- Easy-Read
- Braille
- Video Interpreting (including BSL)
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: 60
This contract is subject to renewal: Yes
Description of renewals:
2 years in yearly increments
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.1.2) 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
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:
22/10/2020
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
22/10/2020
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: The authority is using eTenderwales to carry out this procurement process. To obtain further information record your interest on Sell2Wales at https://www.sell2wales.gov.wales/search/search_switch.aspx?ID=104132
(WA Ref:104132)
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
18/09/2020