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

JS Translation and Interpreting Services SUSTI Framework.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

East Sussex County Council
County Hall, St Annes Crescent
For the attention of: Jo Stone
BN7 1UE Lewes
United Kingdom
Telephone: +44 1273481512
E-mail:

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
Regional or local authority
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: yes

All District & Borough Councils in East Sussex, Surrey County Council and all District & Borough Councils in Surrey, West Sussex County Council and all District & Borough Councils in West Sussex and Brighton and Hove City Councils. Hampshire County Council and all District & Borough Councils in Hampshire, Kent County Council and all District & Borough Councils in Kent. Police Authorities, Fire & Rescue Services, Ambulance Services, Health Authorities, Voluntary & Community organisations, maintained schools & academies, Higher & Further Education establishments in the afore mentioned Counties. Town & Parrish Councils in East Sussex and Surrey and Housing Associations with a presence in East Sussex, Surrey, Brighton & Hove, West Sussex, Hampshire and Kent. A full list is set out at Schedule 6 of the Framework Agreement.

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
JS Translation and Interpreting Services SUSTI Framework.
II.1.2)Type of contract and location of works, place of delivery or of performance
Services
Service category No 27: Other services

NUTS code UKJ22

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves the establishment of a framework agreement
II.1.4)Information on framework agreement
Framework agreement with several operators
maximum number of participants to the framework agreement envisaged: 25

Duration of the framework agreement

Duration in years: 3

Estimated total value of purchases for the entire duration of the framework agreement

Estimated value excluding VAT: 2 576 000 GBP
II.1.5)Short description of the contract or purchase(s)
East Sussex County Council (‘ESCC’) is acting as lead authority for a new framework to provide community interpreting services, enabling public sector bodies to meet their commitment to delivering accessible services to the communities of East and West Sussex (the ‘Framework’). ESCC works in partnership with Surrey County Council (‘SCC’) through the Orbis Partnership, and it is envisaged that Surrey County Council, amongst other organisations, may access the Framework.
II.1.6)Common procurement vocabulary (CPV)

79530000, 79540000

II.1.7)Information about Government Procurement Agreement (GPA)
The contract is covered by the Government Procurement Agreement (GPA): no
II.1.8)Lots
This contract is divided into lots: yes
Tenders may be submitted for one or more lots
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:
The framework will be divided into the following Lots:
Lot 1 Interpreting Services
Lot 2 Translation Services
Lot 3 Bilingual Advocacy
Lot 4 Services for Hearing Impairment
Lot 5 Services for Visual Impairment.
Estimated value excluding VAT: 2 576 000 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
Starting 3.12.2016. Completion 2.12.2019

Information about lots

Lot No: 1 Lot title: Interpreting Services
1)Short description
Face to face interpreting (including emergency provision)
Telephone interpreting (including emergency provision)
Video / Skype interpreting.
2)Common procurement vocabulary (CPV)

79530000, 79540000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 2 Lot title: Translation Services
1)Short description
Translation
Easy Read- for the accessible information standard.
2)Common procurement vocabulary (CPV)

79530000, 79540000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 3 Lot title: Bilingual Advocacy
1)Short description
Bi-lingual Advocacy / Support.
2)Common procurement vocabulary (CPV)

79530000, 79540000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 4 Lot title: Hearing Impairment Services
1)Short description
BSL / English interpreting
Lip Speaking
Web Signing / Video BSL / Skype.
2)Common procurement vocabulary (CPV)

79530000, 79540000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots
Lot No: 5 Lot title: Visual Impairment Services
1)Short description
Transcription from text to Audio
Transcription to Braille
Transcription to Large Print.
2)Common procurement vocabulary (CPV)

79530000, 79540000

3)Quantity or scope
4)Indication about different date for duration of contract or starting/completion
5)Additional information about lots

Section III: Legal, economic, financial and technical information

III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
Payments for the core service will be made upon receipt of an invoice, supported by a breakdown of actual spend.
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
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: As detailed in the application pack and supporting information.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: As detailed in the application pack and supporting information.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
As detailed in the application pack and supporting information.
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular profession
Execution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the service
Legal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: no

Section IV: Procedure

IV.1)Type of procedure
IV.1.1)Type of procedure
Restricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
Envisaged minimum number 10: and maximum number 35
Objective criteria for choosing the limited number of candidates: As detailed in the application pack and supporting information.
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:
ESCC - 008115
IV.3.2)Previous publication(s) concerning the same contract
no
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
19.9.2016
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
The Contracting Authority intends to use an e-Tendering system in this
procurement exercise.
Suppliers instructions on how to express interest in this tender:
1. Register your company on the SEShared Services e-Sourcing portal (this is only required once):
- Browse to the eSourcing portal:

https://in-tendhost.co.uk/sesharedservices/aspx/Home

and click the link to register, for assistance in registering please click on the ‘help/guidance documents’ tab
- Enter your correct business company and user details, business classification codes and company categories information.
- Once completed click on ‘Register My Company’
- You will shortly receive an email confirming your username and password details (please keep this secure).
2. Express an interest in the tender:
- Login to the portal with your username/password,
- Click on Tenders tab and go to ‘My Tenders/Current’,
- Search for the ‘JS Translation and Interpreting Services SUSTI Framework' project and then click on ‘View Details’
- From the Tender Management screen click the "express interest” button in the bottom right hand corner of the page,
- This will then allow you access to the PQQ/ITT documents.
3. Responding to the tender:
- You can now choose to "Opt In” or "Opt Out” (please give a reason if
opting out),
- You can now use the ‘Correspondence’ function to communicate with the buyer and seek any clarifications,
- Note the deadline for completion and then follow the onscreen instructions to complete the PQQ/ ITT,
- There may be a mixture of online and offline actions for you to perform (there is detailed online help available) You must then publish your reply using the ‘submit return button at the bottom of the PQQ page.
If you require any further assistance please consult the online help, or contact the e-Tendering help desk.
East Sussex County Council reserves the right not to award any or part of this contract, postpone or terminate the procurement process (or any part of it) or change the procedure used to procure the contract at any time without liability on its part.
No contract will be created between East Sussex County Council and any bidder until a contract is executed between East Sussex County Council and the successful bidder. East Sussex County Council is not liable for any costs (including third party costs, fees or expenses) incurred by those expressing an interest in or bidding for this opportunity and no implied contract is created.
Tenders and all supporting documentation must be priced in sterling and written in English. Any agreements entered into will be governed by English law and subject to the exclusive jurisdiction of the English courts.
East Sussex County Council (ESCC), as the largest employer in the County, is committed to helping businesses and local learning providers ensure that local people are equipped with the skills that the East Sussex economy needs, now and in the future.
We also want to make sure that our most vulnerable groups (Looked After Children, Care leavers, NEET young people, unemployed adults and vulnerable adults) have access to this provision, be it work experience, apprenticeships, new jobs, employer led careers advice or Corporate Social Responsibility skills initiatives.
We support this work through ESCC’s policy on Employment and Skills through procurement which ensures that all of our contracts include employment and skills measures and through our Employability and Skills Strategy, which aims to provide a strategic steer for skills provision within the Council.
Invitation to Tender Requirements
ESCC is keen to ensure the appropriate quality and level of local knowledge is procured, as these are vital for the successful delivery of this type of project. We shall, therefore, use a Quality: Price ratio of 60:40.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

East Sussex County Council
County Hall, St Anne's Crescent
BN7 1UE Lewes
United Kingdom
E-mail:

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:
19.8.2016