Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

02 Contract Notice

Gwasanaethau Cyfieithu a Chyfieithu ar y Pryd / Welsh Translation & Simultaneous Interpretation Services

  • First published: 16 December 2022
  • Last modified: 19 January 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-kuma6s-127441
Published by:
Llywodraeth Cymru / Welsh Government
Authority ID:
AA0007
Publication date:
16 December 2022
Deadline date:
28 February 2023
Notice type:
02 Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
No

Abstract

Cynhelir yr ymarfer caffael hwn ar ran Gweinidogion Cymru (a elwir o hyn allan yn "y Cleient") i sefydlu Cytundeb Fframwaith ar gyfer darparu Gwasanaethau Cyfieithu a Chyfieithu ar y Pryd. Diben y Gwahoddiad i Dendro hwn yw rhoi digon o wybodaeth i Gynigwyr i'w galluogi i lunio cynnig cynhwysfawr sy’n bodloni’r gofynion caffael i ddarparu’r Gwasanaethau a nodir yn y Fanyleb yn Adran 2 y Gwahoddiad i Dendro hwn. Mae Cynigwyr yn cytuno i gadw’n gyfrinachol yr wybodaeth sydd i’w chael yn y Gwahoddiad i Dendro hwn, neu a anfonir gydag ef, neu a fydd ar gael mewn cysylltiad ag unrhyw ymholiadau pellach ynghylch y pwnc dan sylw. Bydd contractau yn ôl y gofyn a wneir o dan y Fframwaith yn agored i'r Cleient a'r is-gwmnïau sy'n eiddo yn llwyr i Lywodraeth Cymru a’r cyrff a noddir gan Lywodraeth Cymru fel y nodwyd yn hysbysiad Cyfnodolyn Swyddogol yr Undeb Ewropeaidd (OJEU) ac Atodiad 1 y Gwahoddiad i Dendro fel Sefydliadau Sy'n Cymryd Rhan. Cyhoeddwyd y Gwahoddiad i Dendro hwn mewn cysylltiad â’r Weithdrefn Agor Tendrau sydd i’w chynnal yn unol â Rheoliadau Contractau Cyhoeddus 2015 (fel y’u diwygiwyd) (PCR 2015) ar gyfer caffael Darparwyr Gwasanaethau / Cyflenwyr ar gyfer y Contract. Dylai Cynigwyr gyfeirio at yr hysbysiad dyfarnu contract a gyhoeddir yn FTS*/GwerthwchiGymru. Bydd y Fframwaith yn cael ei rannu yn bum lot, fel a ganlyn: Lot 1 – Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau yn ôl y gofyn gyda chyfanswm gwerth y contract hyd at 50,000GBP – Cyfieithu Cyffredinol Lot 2 – Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau yn ôl y gofyn gyda chyfanswm gwerth y contract yn 50,000GBP a mwy – Cyfieithu cyffredinol fesul maes pwnc Lot 3 – Cyfieithu o'r Gymraeg i'r Saesneg – Cyfieithu Cyffredinol Lot 4 – Cyfieithu ar y pryd o'r Saesneg i'r Gymraeg – Cyfieithu Cyffredinol Lot 5 – Cyfieithu ar y pryd o'r Gymraeg i'r Saesneg – Cyfieithu Cyffredinol Mae dogfennau tendro dwyieithog ar gael trwy e-tenderWales. This procurement exercise is being conducted on behalf of the Welsh Ministers (hereinafter referred to as the “The Client”) to establish a Framework Agreement for the provision of Welsh Translation and Simultaneous Interpretation Services. The purpose of this Invitation to Tender (ITT) is to provide Bidders with sufficient information to enable them to compile a comprehensive bid that meets the requirements of the procurement for the delivery of the Services set out in the Specification at Section 2 Specification of this ITT. Bidders agree to keep confidential information contained within the ITT or sent with it or made available in connection with any further enquiries about its subject matter. Call off contracts from the Framework will be open to the Client and the wholly owned subsidiary companies and sponsored bodies of the Welsh Government set out in the OJEU notice and annex 1 of the ITT as Participating Organisations. This ITT has been issued in connection with the Open Procedure to be conducted in accordance with the Public Contracts Regulations 2015 (as amended) (PCR 2015) for the procurement of the Contract. Bidders should refer to the contract notice dispatched for publication in the FTS*/ Sell2Wales. The Framework will consist of five lots set out as follows: Lot 1 – Translation from English into Welsh for call off contracts with a total contract value up to 50,000GBP – General Translation Lot 2 – Translation from English into Welsh for call off contracts with a total contract value of 50,000GBP and above - General Translation by subject area Lot 3 – Translation from Welsh into English – General Translation Lot 4 – Interpretation from English to Welsh – General Translation 4Lot 5 – Interpretation from Welsh to English – General Translation Bilingual tender documents are available through etenderWales. CPV: 79530000, 79540000, 79540000, 79530000, 79530000, 79530000.

Full notice text

Contract notice

Section I: Contracting authority

I.1) Name and addresses

Welsh Government

Gwasanaethau Caffael Corfforaethol / Corporate Procurement Services, Parc Cathays / Cathays Park

Llandudno Junction

CF10 3NQ

UK

Contact person: James Roberts

Telephone: +44 3000257095

E-mail: CPSProcurementAdvice@gov.wales

NUTS: UKL

Internet address(es)

Main address: http://gov.wales

Address of the buyer profile: https://www.sell2wales.gov.wales/search/Search_AuthProfile.aspx?ID=AA0007

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:

www.etenderwales.bravosolution.co.uk


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent electronically to:

www.etenderwales.bravosolution.co.uk


I.4) Type of the contracting authority

Body governed by public law

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Gwasanaethau Cyfieithu a Chyfieithu ar y Pryd / Welsh Translation & Simultaneous Interpretation Services

Reference number: C345/2021/2022

II.1.2) Main CPV code

79530000

 

II.1.3) Type of contract

Services

II.1.4) Short description

Cynhelir yr ymarfer caffael hwn ar ran Gweinidogion Cymru (a elwir o hyn allan yn "y Cleient") i sefydlu Cytundeb Fframwaith ar gyfer darparu Gwasanaethau Cyfieithu a Chyfieithu ar y Pryd. Diben y Gwahoddiad i Dendro hwn yw rhoi digon o wybodaeth i Gynigwyr i'w galluogi i lunio cynnig cynhwysfawr sy’n bodloni’r gofynion caffael i ddarparu’r Gwasanaethau a nodir yn y Fanyleb yn Adran 2 y Gwahoddiad i Dendro hwn. Mae Cynigwyr yn cytuno i gadw’n gyfrinachol yr wybodaeth sydd i’w chael yn y Gwahoddiad i Dendro hwn, neu a anfonir gydag ef, neu a fydd ar gael mewn cysylltiad ag unrhyw ymholiadau pellach ynghylch y pwnc dan sylw. Bydd contractau yn ôl y gofyn a wneir o dan y Fframwaith yn agored i'r Cleient a'r is-gwmnïau sy'n eiddo yn llwyr i Lywodraeth Cymru a’r cyrff a noddir gan Lywodraeth Cymru fel y nodwyd yn hysbysiad Cyfnodolyn Swyddogol yr Undeb Ewropeaidd (OJEU) ac Atodiad 1 y Gwahoddiad i Dendro fel Sefydliadau Sy'n Cymryd Rhan.

Cyhoeddwyd y Gwahoddiad i Dendro hwn mewn cysylltiad â’r Weithdrefn Agor Tendrau sydd i’w chynnal yn unol â Rheoliadau Contractau Cyhoeddus 2015 (fel y’u diwygiwyd) (PCR 2015) ar gyfer caffael Darparwyr Gwasanaethau / Cyflenwyr ar gyfer y Contract. Dylai Cynigwyr gyfeirio at yr hysbysiad dyfarnu contract a gyhoeddir yn FTS*/GwerthwchiGymru.

Bydd y Fframwaith yn cael ei rannu yn bum lot, fel a ganlyn:

Lot 1 – Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau yn ôl y gofyn gyda chyfanswm gwerth y contract hyd at 50,000GBP – Cyfieithu Cyffredinol

Lot 2 – Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau yn ôl y gofyn gyda chyfanswm gwerth y contract yn 50,000GBP a mwy – Cyfieithu cyffredinol fesul maes pwnc

Lot 3 – Cyfieithu o'r Gymraeg i'r Saesneg – Cyfieithu Cyffredinol

Lot 4 – Cyfieithu ar y pryd o'r Saesneg i'r Gymraeg – Cyfieithu Cyffredinol

Lot 5 – Cyfieithu ar y pryd o'r Gymraeg i'r Saesneg – Cyfieithu Cyffredinol

Mae dogfennau tendro dwyieithog ar gael trwy e-tenderWales.

This procurement exercise is being conducted on behalf of the Welsh Ministers (hereinafter referred to as the “The Client”) to establish a Framework Agreement for the provision of Welsh Translation and Simultaneous Interpretation Services.

The purpose of this Invitation to Tender (ITT) is to provide Bidders with sufficient information to enable them to compile a comprehensive bid that meets the requirements of the procurement for the delivery of the Services set out in the Specification at Section 2 Specification of this ITT. Bidders agree to keep confidential information contained within the ITT or sent with it or made available in connection with any further enquiries about its subject matter. Call off contracts from the Framework will be open to the Client and the wholly owned subsidiary companies and sponsored bodies of the Welsh Government set out in the OJEU notice and annex 1 of the ITT as Participating Organisations.

This ITT has been issued in connection with the Open Procedure to be conducted in accordance with the Public Contracts Regulations 2015 (as amended) (PCR 2015) for the procurement of the Contract. Bidders should refer to the contract notice dispatched for publication in the FTS*/ Sell2Wales.

The Framework will consist of five lots set out as follows:

Lot 1 – Translation from English into Welsh for call off contracts with a total contract value up to 50,000GBP – General Translation

Lot 2 – Translation from English into Welsh for call off contracts with a total contract value of 50,000GBP and above - General Translation by subject area

Lot 3 – Translation from Welsh into English – General Translation

Lot 4 – Interpretation from English to Welsh – General Translation

4Lot 5 – Interpretation from Welsh to English – General Translation

Bilingual tender documents are available through etenderWales.

II.1.5) Estimated total value

Value excluding VAT: 20 000 000.00  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

Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau gwerth y contract hyd at 50,000GBP / Translation from English into Welsh for call off up to 50,000GBP

II.2.2) Additional CPV code(s)

79530000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mae Lot 1 ar gyfer trefniadau yn ôl y gofyn sydd â gwerth a amcangyfrifir, ond heb ei warantu, o hyd at 50,000GBP ar gyfer cyfnod cyfan y contract penodol. Dyfernir contractau yn ôl y gofyn i Ddarparwyr Gwasanaethau/ Cyflenwyr yn dilyn proses yn ôl y gofyn.

Mae Lot 1 yn darparu cyfieithu cyffredinol o ddogfennau safonol ac arbenigol a lunnir yn rheolaidd gan Lywodraeth Cymru, e.e., dogfennau sy'n gysylltiedig â deddfwriaeth, dogfennau ymgynghori a pholisi, adroddiadau, dogfennau gwybodaeth, deunydd cyfathrebu a marchnata, dogfennau cyllid a chaffael, deunyddiau gweinyddol cyffredinol (papurau a chofnodion).

Bydd Cynigwyr Llwyddiannus ar gyfer Lot 1 y Fframwaith yn cael eu rhestru yn nhrefn y cais sy’n sgorio uchaf yn seiliedig ar y tendr mwyaf manteisiol yn economaidd yn unol â meini prawf y fframwaith.

Lot 1 is for call off arrangements as required with an estimated value, but not guaranteed, of up to 50,000 GBP for the entire period of the single contract. Suppliers will be awarded call off contracts following a call off process.

Lot 1 provides general translation of standard and specialised documentation regularly produced by WG, e.g., documents associated with legislation, consultation and policy documents, reports, information documents, communications and marketing material, finance and procurement documents, general administrative materials (papers and minutes).

Successful suppliers to the Framework under Lot 1 will be ranked in order of the highest scoring bid based on the most economically advantageous tender according to the framework criteria.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year 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

Cyfieithu o'r Saesneg i'r Gymraeg ar gyfer contractau chyfanswm gwerth 50,000GBP a mwy / Translation from English into Welsh for call off contracts 50,000GBP or above

II.2.2) Additional CPV code(s)

79530000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mae Lot 2 ar gyfer contractau yn ôl y gofyn sydd â gwerth a amcangyfrifir o 50,000GBP neu fwy am gyfnod y contract cyfan. Dyfernir contractau i Ddarparwyr Gwasanaethau/ Cyflenwyr ar gyfer meysydd pwnc o dan Lot 2 yn unol â'r meini prawf.

Mae Lot 2 yn darparu cyfieithu cyffredinol sy’n benodol i bwnc o ddogfennau safonol ac arbenigol a lunnir yn rheolaidd gan Lywodraeth Cymru, e.e., dogfennau sy'n gysylltiedig â deddfwriaeth, dogfennau ymgynghori a pholisi, adroddiadau, dogfennau gwybodaeth, deunydd cyfathrebu a marchnata, dogfennau cyllid a chaffael, deunyddiau gweinyddol cyffredinol (papurau a chofnodion).

Bydd Cyngiwyr Llwyddiannus ar gyfer Lot 2 y Fframwaith yn cael eu rhestru yn nhrefn y cais sy’n sgorio uchaf yn seiliedig ar y tendr mwyaf manteisiol yn economaidd yn unol â meini prawf y fframwaith ar gyfer y meysydd pwnc unigol. Uchafswm nifer y Darparwyr Gwasanaethau/ Cyflenwyr llwyddiannus ar gyfer pob un o'r is-lotiau sy’n benodol i bwnc o dan Lot 2 fydd 7 Darparwr Gwasanaethau/ Cyflenwr. Os bydd Darparwyr Gwasanaethau/ Cyflenwyr yn sgorio ar y cyd ar gyfer y 7fed safle, yna bydd pob Darparwr Gwasanaethau/ Cyflenwr sy'n derbyn yr un sgôr ar gyfer y 7fed safle yn sicrhau ei le ar Lot 2 y fframwaith ar gyfer y maes pwnc perthnasol.

Lot 2 is for call off contracts with an estimated value of 50,000GBP and above for the entire contract period. Suppliers will be awarded contracts for subject areas under Lot 2 according to the criteria.

Lot 2 provides general and subject specific translation of standard and specialised documentation regularly produced by WG, e.g., documents associated with legislation, consultation and policy documents, reports, information documents, communications and marketing material, finance and procurement documents, general administrative materials (papers and minutes).

Successful Bidders to the Framework under Lot 2 will be ranked in order of the highest scoring bid based on the most economically advantageous tender according to the framework criteria for each subject area. The maximum number of successful suppliers for each of the sub lot by subject areas under Lot 2 will be 7 suppliers. Should there be joint scoring suppliers for the 7th ranked place, then all suppliers scoring the same ranked score for the 7th place will secure a place on the framework for Lot 2 for the relevant subject area.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year 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: 3

II.2.1) Title

Cyfieithu o'r Gymraeg i'r Saesneg / Translation from Welsh into English

II.2.2) Additional CPV code(s)

79530000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mae Lot 3 ar gyfer cyfieithiadau o'r Gymraeg i'r Saesneg yn ôl y gofyn. Mae canllawiau ar ddefnyddio'r Fframwaith yn nodi'r disgwyliad y caiff yr un Darparwr Gwasanaethau/ Cyflenwr ei gomisiynu i gyfieithu'r holl ddeunydd sy'n ymwneud ag un dasg i'r ddwy iaith yn ôl y gofyn. Bydd hyn yn sicrhau cysondeb ar draws yr holl ddogfennau a bydd yn sicrhau nad yw dogfennau swyddogol-sensitif yn cael eu rhannu'n eang.

Dyfernir contractau i'r Cynigwyr Llwyddiannus yn dilyn proses contractau yn ôl y gofyn.

Bydd y Cynigwyr Llwyddiannus ar gyfer Lot 3 y Fframwaith yn cael eu rhestru yn nhrefn y cais sy’n sgorio uchaf yn seiliedig ar y tendr mwyaf manteisiol yn economaidd yn unol â meini prawf y fframwaith. Uchafswm nifer y Cynigwyr Llwyddiannus o dan Lot 3 fydd 7 Darparwr Gwasanaethau/ Cyflenwr. Os bydd Darparwyr Gwasanaethau/ Cyflenwyr yn sgorio ar y cyd ar gyfer y 7fed safle, yna bydd pob Darparwr Gwasanaethau/ Cyflenwr sy'n derbyn yr un sgôr ar gyfer y 7fed safle yn sicrhau ei le ar y fframwaith ar gyfer Lot 3.

Lot 3 is for translations from Welsh to English as required. Guidance on using the Framework stipulates the expectation that the same supplier is commissioned to translate all material relating to one task to both languages as required. This will ensure consistency across all documents and will ensure that official-sensitive documents are not shared widely.

Successful Bidders will be awarded contracts following a call-off process.

Successful Bidders to the Framework under Lot 3 will be ranked in order of the highest scoring bid based on the most economically advantageous tender according to the framework criteria. The maximum number of Successful Bidders under Lot 3 will be 7 suppliers. Should there be joint scoring suppliers for the 7th ranked place, then all suppliers scoring the same ranked score for the 7th place will secure a place on the framework for Lot 3.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: No

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: 4

II.2.1) Title

Interpretation from English to Welsh / Cyfieithu ar y pryd o'r Saesneg i'r Gymraeg

II.2.2) Additional CPV code(s)

79540000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mae Lot 4 ar gyfer cyfieithu ar y pryd o'r Saesneg i'r Gymraeg. Mae hon yn Lot Cymru gyfan i ddarparu gwasanaethau cyfieithu ar y pryd mewn gwahanol sefyllfaoedd gan gynnwys cyfarfodydd rhithwir, cyfarfodydd wyneb yn wyneb a chyfarfodydd hybrid (rhithwir ac wyneb yn wyneb).

Bydd cyfarfodydd rhithwir fel arfer yn cael eu cynnal dros Microsoft Teams ac mae'r gallu i ddefnyddio Teams yn hanfodol er mwyn bod yn rhan o Lot 4.

Bydd Cynigwyr Llwyddiannus ar gyfer Lot 4 y Fframwaith yn cael eu rhestru yn nhrefn y cais sy’n sgorio uchaf yn seiliedig ar y tendr mwyaf manteisiol yn economaidd yn unol â meini prawf y fframwaith. Uchafswm nifer y Cynigwyr Llwyddiannus o dan Lot 4 fydd 8 Darparwr Gwasanaethau/ Cyflenwr. Os bydd Darparwyr Gwasanaethau/ Cyflenwyr yn sgorio ar y cyd ar gyfer yr 8fed safle, yna bydd pob Darparwr Gwasanaethau/ Cyflenwr sy'n derbyn yr un sgôr ar gyfer yr 8fed safle yn sicrhau ei le ar y fframwaith ar gyfer Lot 4.

Lot 4 is for simultaneous interpretation from English to Welsh. This is an all Wales Lot to provide interpretation services in different situations including virtual meetings, face to face meetings and hybrid meetings (both virtual and face to face).

Virtual meetings will usually be held over Microsoft Teams and the ability to use Teams is essential to be included on Lot 4.

Successful Bidders to the Framework under Lot 4 will be ranked in order of the highest scoring bid based on the most economically advantageous tender according to the framework criteria. The maximum number of Successful Bidders under Lot 4 will be 8 suppliers. Should there be joint scoring suppliers for the 8th ranked place, then all suppliers scoring the same ranked score for the 8th place, will secure a place on the framework for Lot 4.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year 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: 5

II.2.1) Title

Interpretation from Welsh to English / Cyfieithu ar y pryd o'r Gymraeg i'r Saesneg

II.2.2) Additional CPV code(s)

79540000

II.2.3) Place of performance

NUTS code:

UKL

II.2.4) Description of the procurement

Mae Lot 5 ar gyfer cyfieithu ar y pryd o'r Gymraeg i'r Saesneg. Mae hon yn Lot Cymru gyfan i ddarparu gwasanaethau cyfieithu ar y pryd mewn gwahanol sefyllfaoedd gan gynnwys cyfarfodydd rhithwir, cyfarfodydd wyneb yn wyneb a chyfarfodydd hybrid (rhithwir ac wyneb yn wyneb).

Cynhelir cyfarfodydd rhithwir fel arfer dros Microsoft Teams ac mae'r gallu i ddefnyddio Teams yn hanfodol er mwyn bod yn rhan o Lot 5.

Bydd Cynigwyr Llwyddiannus ar gyfer Lot 5 y Fframwaith yn cael eu rhestru yn nhrefn y cais sy’n sgorio uchaf yn seiliedig ar y tendr mwyaf manteisiol yn economaidd yn unol â meini prawf y fframwaith. Uchafswm nifer y Cynigwyr Llwyddiannus o dan Lot 5 fydd 15 Darparwr Gwasanaethau/ Cyflenwr. Os bydd Darparwyr Gwasanaethau/ Cyflenwyr yn sgorio ar y cyd ar gyfer y 15fed safle, yna bydd pob Darparwr Gwasanaethau/ Cyflenwr sy'n derbyn yr un sgôr ar gyfer y 15fed safle yn sicrhau ei le ar y fframwaith ar gyfer Lot 5.

Lot 5 is for simultaneous interpretation from Welsh to English. This is an all Wales Lot to provide interpretation services in different situations including virtual meetings, face to face meetings and hybrid meetings (both virtual and face to face).

Virtual meetings will usually be held over Microsoft Teams and the ability to use Teams is essential to be included on Lot 5.

Successful Bidders to the Framework under Lot 5 will be ranked in order of the highest scoring bid based on the most economically advantageous tender according to the framework criteria. The maximum number of Successful Bidders under Lot 5 will be 15 suppliers. Should there be joint scoring suppliers for the 15th ranked place, then all suppliers scoring the same ranked score for the 15th place, will secure a place on the framework for Lot 5.

II.2.5) Award criteria

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

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

Duration in months: 36

This contract is subject to renewal: Yes

Description of renewals:

Possible 1 year 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.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers

List and brief description of conditions:

Selection criteria as stated in the procurement documents

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.2.3) 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: 100

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: 25/01/2023

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: 6 (from the date stated for receipt of tender)

IV.2.7) Conditions for opening of tenders

Date: 25/01/2023

Local time: 14:00

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

Gwybodaeth Tendro:

https://etenderwales.bravosolution.co.uk

- Bydd gofyn i'r person cyntaf o'ch Sefydliad i ddefnyddio'r Platfform gofrestru ar ran y Sefydliad.

- Er mwyn mewngofnodi i'r Llwyfan, nodwch eich Enw defnyddiwr a'ch Cyfrinair.

- Dim ond unwaith y dylid cofrestru ar gyfer pob Sefydliad.

- Cysylltwch â'r person a Gofrestrodd (h.y. y Super User) er mwyn trefnu mynediad i'r Llwyfan.

- Nodyn: Os yw eich Sefydliad eisoes wedi cofrestru ar y Llwyfan yna rhaid i chi beidio â gwneud unrhyw gofrestriad ychwanegol.

Sut i ddod o hyd i'r ITT:

- Ar ôl mewngofnodi rhaid i chi glicio ar 'ITT's Open to all Suppliers'

- Y cyfeiriadau e-dendro ar gyfer y contract hwn yw: project_5211 i'r ITTs canlynol:

itt_100037 - Qualification All Lots

itt_100039 - Lot 1

itt_100041 - Lot 2

itt_100042 - Lot 3

itt_100043 - Lot 4

itt_100044 - Lot 5

itt_100045 - Holiadur Cymhwyso Pob Lot

itt_100046 - Lot 1 (Fersiwn Cymraeg)

itt_100047 - Lot 2 (Cymraeg)

itt_100048 - Lot 3 (Cymraeg)

itt_100049 - Lot 4 - (Cymraeg)

itt_100050 - Lot 5 - (Cymraeg)

- Cliciwch ar y teitl i gael gafael ar fanylion cryno y contract. Os oes gennych ddiddordeb o hyd mewn cyflwyno tendr, cliciwch ar y 'Express an Interest'

botwm. Bydd hyn yn symud yr ITT o'r ardal 'Agored i bob Cyflenwyr' i'r 'My ITT's' ar y dudalen gartref.

- Yna fe welwch fanylion llawn yr ITT yn y cymhwyster ac amlenni technegol ynghyd ag unrhyw ddogfennau perthnasol yn y Ardal 'atodiadau'.

- Unrhyw gwestiynau ar yr ITT, defnyddiwch yr ardal 'Negeseuon' i gysylltu â'r prynwr yn uniongyrchol – Peidiwch â chysylltu â'r person a enwir ar y brig o'r rhybudd hwn.

-Tender Information:

https://etenderwales.bravosolution.co.uk

- The first person from your Organisation to use the Platform will be required to register on behalf of the Organisation.

- In order to log-in to the Platform please enter your Username and Password.

- Registration should only be performed once for each Organisation.

- Please contact the person who Registered (i.e. the Super User) in order to arrange access to the Platform.

- Note: If your Organisation is already registered on the Platform then you must not make any additional registration.

How To Find The ITT:

- Once logged in you must click on ‘ITT’s Open to all Suppliers’

- The e-tender references for this contract are: project_52111 the following ITTs: **Outlined above bilingually**.

- Click on the title to access summary details of the contract. If you are still interested in submitting a tender, click the 'Express an Interest'

button. This will move the ITT from the ‘Open to all Suppliers’ area to the ‘My ITT’s’ on the home page.

- You will then see the full details of the ITT in the qualification and technical envelopes along with any relevant documents in the ‘Attachments’ area.

- Any questions on the ITT, please use the ‘Messages’ area to contact the buyer directly – Please do not contact the named person at the top of this notice.

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=127441

Under the terms of this contract the successful supplier(s) will be required to deliver Community Benefits in support of the authority’s economic and social objectives. Accordingly, contract performance conditions may relate in particular to social and environmental considerations. The Community Benefits included in this contract are:

Bydd agwedd ddi-graidd tuag at Fudd-daliadau Cymunedol fel rhan o'r broses dendro. Pan fydd angen cyflwyno datganiad o fwriad fel rhan o'r ymateb tendro fodd bynnag, ni fydd hyn yn cael ei sgorio fel rhan o'r broses werthuso.

There will be a non-core approach to Community Benefits as part of the tender process. Where a statement of intent is required to be submitted as part of the tender response however, this will not be scored as part of the evaluation process.

(WA Ref:127441)

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

16/12/2022

Coding

Commodity categories

ID Title Parent category
79540000 Interpretation services Office-support services
79530000 Translation services Office-support services

Delivery locations

ID Description
1017 Bridgend and Neath Port Talbot
1022 Cardiff and Vale of Glamorgan
1015 Central Valleys (Merthyr Tydfil, Rhondda Cynon Taf)
1013 Conwy and Denbighshire
1020 East Wales
1023 Flintshire and Wrexham
1016 Gwent Valleys (Torfaen, Blaenau Gwent, Caerphilly)
1012 Gwynedd
1011 Isle of Anglesey
1021 Monmouthshire and Newport
1024 Powys
1014 South West Wales (Carmarthenshire, Pembrokeshire, Ceredigion)
1018 Swansea
1000 WALES
1010 West Wales and The Valleys

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

Document family

Notice details
Publication date:
16 December 2022
Deadline date:
28 February 2023 00:00
Notice type:
02 Contract Notice
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
20 January 2023
Notice type:
14 Corrigendum
Authority name:
Llywodraeth Cymru / Welsh Government
Publication date:
10 November 2023
Notice type:
03 Contract Award Notice - Successful Supplier(s)
Authority name:
Llywodraeth Cymru / Welsh Government

About the buyer

Main contact:
CPSProcurementAdvice@gov.wales
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
19/01/2023 17:15
Notice date(s) changed
IV.2.2) Time limit
Old date: 25/01/2023 12:00
New date: 28/02/2023 12:00

IV.2.7) Conditions for opening of tenders
Old date: 25/01/2023 14:00
New date: 28/02/2023 14:00

Mae Llywodraeth Cymru yn ymestyn dyddiad cau’r tendr gan gydnabod bod angen mwy o amser i gwblhau’r holl ddogfennau tendro ar gyfer y broses gaffael hon.

Welsh Government is extending the tender deadline to allow suppliers more time to complete the numerous tender documents involved in this procurement exercise.


0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.