By browsing our site you agree to our use of cookies. You will only see this message once. Find out more

Provision of Language Analysis Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

I.1)Name, addresses and contact point(s)

Home Office
7th Floor Lunar House 40 Wellesley Road
Contact point(s): As above
For the attention of: Moira Barrett
CR9 2BY Croydon
UNITED KINGDOM
Telephone: +44 2081964306
E-mail:
Fax: +44 2081964442

Internet address(es):

General address of the contracting authority: http://www.ukba.homeoffice.gov.uk

Further information can be obtained from: The above mentioned contact point(s)

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: The above mentioned contact point(s)

Tenders or requests to participate must be sent to: The above mentioned contact point(s)

I.2)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local sub-divisions
I.3)Main activity
General public services
I.4)Contract award on behalf of other contracting authorities
The contracting authority is purchasing on behalf of other contracting authorities: no

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Provision of Language Analysis Services.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services
Main site or location of works, place of delivery or of performance: United Kingdom.

NUTS code UK

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
The Authority wishes to award a contract for the provision of Language Analysis Services. The contract will last for an initial period of 3 years with an option to extend for up to 2 further years.
Language analysis (LA) testing is currently used by the Authority to assist in identifying an individual's true place of origin where it is in doubt (the individual will be someone subject to immigration control, and may or may not be an asylum applicant).
LA consists of a telephone interview with a linguistic expert who has first-hand knowledge of the country and culture the person claims to be from, and mother tongue comprehension of the stated language. The linguistic experts providing this service will be highly qualified in the field with the accompanying credentials, and will be able to demonstrate their expertise and relevant previous experience.
The linguistic experts will produce a clear, detailed and reasoned linguistic analysis, which will include the study of all relevant elements of a person's speech, to assess the person's linguistic origin. The Authority will use this assessment alongside other evidence, including objective country information, to draw conclusions as to the person's nationality and country of origin.
Following an initial indication normally within 30 minutes of the interview, the contractor will deliver preliminary conclusions. Within 3 or 5 working days of the interview, a written report, fully compliant with the Courts Practice Directions, will be provided to the Authority via email. Within 10 working days of the interview, two CD audio recordings be sent and received by the Authority. On occasion a full transcription of the recorded interview will be required.
At present, the most commonly tested language varieties are Syria Arabic, Kuwait Arabic and Eritrean Amharic, with other language varieties currently tested at very low levels. However, this requirement is subject to world events and strategic decisions by the Authority, and so the languages needing to be tested may change with little or no notice.
II.1.6)Common procurement vocabulary (CPV)

71620000, 79530000, 79540000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): yes
II.1.8)Lots
This contract is divided into lots: no
II.1.9)Information about variants
Variants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
Language analysis (LA) testing is currently used by the Authority to assist in identifying an individual's true place of origin where it is in doubt (the individual will be someone subject to immigration control, and may or may not be an asylum applicant).
LA consists of a telephone interview with a linguistic expert who has first-hand knowledge of the country and culture the person claims to be from, and mother tongue comprehension of the stated language. The linguistic experts providing this service will be highly qualified in the field with the accompanying credentials, and will be able to demonstrate their expertise and relevant previous experience.
A clear, detailed and reasoned linguistic analysis will include the study of all relevant elements of a person's speech, to assess the person's linguistic origin. The Authority will use this assessment alongside other evidence, including objective country information, to draw conclusions as to the person's nationality and country of origin.
Following an initial indication normally within 30 minutes of the interview, the preliminary conclusion will be delivered. Within 3 or 5 working days of the interview a written report, fully compliant with the Courts Practice Directions, will be provided to the Authority. Two CD audio recordings will follow within 10 working days of the interview. On occasion a full transcription of the recorded interview will be required.
Estimated value excluding VAT:
Range: between 900 000 and 1 516 000 GBP
II.2.2)Information about options
Options: no
II.2.3)Information about renewals
II.3)Duration of the contract or time limit for completion
Duration in months: 60 (from the award of the contract)

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
Parent Company Guarantee or Performance Bonds may be required in appropriate circumstances.
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See RFP documents.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
No special legal form is required.
III.1.4)Other particular conditions
The performance of the contract is subject to particular conditions: no
III.2)Conditions for participation
III.2.1)Personal situation of economic operators, including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: Any Bidder maybe disqualified if any of the circumstance listed in Article 45 of the Public Procurement Directive 2004/18/EC (Regulation 23 of the UK Public Contracts Regulation 2006) apply to their organisation and will be asked to complete an appropriate declaration, as part of the formal Tender.
III.2.2)Economic and financial ability
III.2.3)Technical capacity
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
III.3.2)Staff responsible for the execution of the service

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteria
The most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auction
An electronic auction will be used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract

Prior information notice

IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate
27.2.2014 - 11:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn up
English.
IV.3.7)Minimum time frame during which the tenderer must maintain the tender
IV.3.8)Conditions for opening of tenders

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about European Union funds
The contract is related to a project and/or programme financed by European Union funds: no
VI.3)Additional information

These services fall within Part B Services and, as such, this is a voluntary OJEU notice. The contracting authority has decided to advertise on a voluntary basis and will follow its own timescales. The services are being tendered under the principles of the EU procurement regulations of non discriminatory, equal treatment and fairness. The procurement will be managed electronically via the Government Procurement Service's eSourcing Suite. To participate in this procurement, participants must first be registered on the eSourcing Suite. If you have not yet registered on the eSourcing Suite, this can be done online at https://gpsesourcing.cabinetoffice.gov.uk by following the link ‘Register for GPS eSourcing’.

Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so. Full instructions for registration and use of the system can be found at http://gps.cabinetoffice.gov.uk/i-am- supplier/respond- tender.

Once registered, organisations wishing to take part must send an email to any time up to, but no later than 11:00 Monday, 17.2.2014. The email should be entitled Language Analysis Services and contain the following details:

your organisation's name, your contact name, e-mail address and telephone number. Organisations who have complied with the foregoing will be required to sign and return a Non- Disclosure Agreement prior to receiving details of how to access and complete the online Request for Proposal (RFP).
The online RFP must be fully completed by 11:00 Thursday, 27.2.2014. Any expressions of interest not submitted in the required form (or containing the requested information) may be rejected.
For technical assistance on use of the e-Sourcing Suite contact; Government Procurement Service

Helpdesk: Freephone: + 44 3450103503 email: .

IV.3.2) Previous publication(s) concerning the same contract: yes.
Prior information notice of 23.7.2012 .
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:
30.1.2014

Other interesting websites