Published date: 23 October 2015
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Justice services - 75230000
Telephone-answering services - 79510000
Translation services - 79530000
Interpretation services - 79540000
Print finishing services - 79821000
Location of contract
Any region
Value of contract
£140,000,000 to £250,000,000
Procurement reference
RM1092
Published date
23 October 2015
Closing date
26 November 2015
Contract start date
8 March 2016
Contract end date
7 March 2020
Contract type
Service contract
Procedure type
Open procedure
Any interested supplier may submit a tender in response to an opportunity notice.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service as the Authority is putting in place a Pan Government Collaborative Framework Agreement for use by UK public sector bodies identified at VI.3 (and any future successors to these organisations), which include Central Government Departments and their Arm's Length Bodies and Agencies, Non Departmental Public Bodies, NHS Bodies and Local Authorities.
The above Public Sector Bodies have a need for Language Services.
The Services within the scope of this Framework Agreement have been divided into 22 Lots:
- Lot 1 Managed Service Provision of Language Services
- Lot 2 Written Translation, Transcription and Ancillary Services
- Lot 3 Telephone Interpreting and Video Language Services
- Lots 4a to 4e Non Spoken Face to Face and Video Language Services*
- Lots 5a to 5n Spoken Face to Face Interpreting*
*Please note Lots 4a to 4e and Lots 5a to 5n provide Regional, Devolved Governments and UK and Overseas coverage. Further details are provided in Annex B - Information about Lots
Potential Providers have the opportunity to submit a Tender for all or any combination of the 22 Lots detailed above. However, in order to ensure that the competition on the Framework Agreement is not distorted, Potential Providers are not permitted to submit more than one Tender for each Lot regardless of whether that Tender is submitted in their own name or as part of a Group of Economic Operators. If a Potential Provider submits more than one Tender for a Lot, the Authority is entitled to disqualify one or all of the Tenders submitted by the Potential Provider in respect of the relevant Lot.
The duration of the Framework Agreement referenced in Section II.1.4 is for the placing of orders, and all Framework Agreements will be awarded for an initial term of three (3) years with an option to extend for one (1) further period of twelve (12) months. The extension will be exercised at the discretion of the Authority.
Electronic ordering and/or electronic invoicing and/or electronic payment may be used during the period of the Framework Agreement and throughout the lifespan of any Call Off Agreements.
The Authority considers that the Transfer of Undertakings (Protection of Employment) Regulations 2006 ("TUPE") may apply at Call-Off Agreement level under Lot 2 and Lot 3 of this Framework Agreement. The Authority considers TUPE not to be an issue in respect to Lot 1, Lots 4a to 4e and Lots 5a to 5n on the basis that there is no organised grouping of employees dedicated to providing these services under the current arrangements. It is the responsibility of Potential Providers to take their own advice and consider whether TUPE is likely to apply in the particular circumstances at individual Call Off Agreement stage under this Framework Agreement and to act accordingly.
More information
Attachments
-
- Attachment 4 Framework Agreement Draft.docx
- Attachment 4 Framework Agreement Draft
-
- Attachment 10 - Pricing Matrix Lot 2.xlsx
- Attachment 10 - Pricing Matrix Lot 2
-
- Attachment 12 - Pricing Matrix Lot 4.xlsx
- Attachment 12 - Pricing Matrix Lot 4
-
- Attachment 13 - Pricing Matrix Lot 5.xlsx
- Attachment 13 - Pricing Matrix Lot 5
-
- Attachment 1 Invitation to Tender v1 201015 (1).pdf
- Attachment 1 Invitation to Tender v1 201015 (1)
-
- Attachment 6 Call Off Agreement.docx
- Attachment 6 Call Off Agreement
-
- Attachment 8 Declaration of Compliance.pdf
- Attachment 8 Declaration of Compliance
-
- Attachment 3 Award Questionnaire and Evaluation Guidance .pdf
- Attachment 3 Award Questionnaire and Evaluation Guidance
-
- Attachment 16 Financial Assessment Template.xlsx
- Attachment 16 Financial Assessment Template
-
- Attachment 11 - Pricing Matrix Lot 3.xlsx
- Attachment 11 - Pricing Matrix Lot 3
-
- Attachment 9 - Pricing Matrix Lot 1.xlsx
- Attachment 9 - Pricing Matrix Lot 1
-
- Attachment 17 Supplier Guidance Document.docx
- Attachment 17 Supplier Guidance Document
-
- Attachment 2 Participation Requirements & Selection Questionnaire Guidance .pdf
- Attachment 2 Participation Requirements & Selection Questionnaire Guidance
-
- Language Services RM1092 Contract Notice.pdf
- Language Services Contract Award Notice
-
- Attachment 14 Framework Population Template.docx
- Attachment 14 Framework Population Template
-
- Attachment 5 Framework Agreement Schedule 2 Part A Goods and Services.pdf
- Attachment 5 Framework Agreement Schedule 2 Part A Goods and Services
-
- Attachment 15 - Non Disclosure Agreement V1 (TUPE).docx
- Attachment 15 - Non Disclosure Agreement V1 (TUPE)
-
- Attachment 2b Equality and Diversity Criteria..pdf
- Attachment 2b Equality and Diversity Criteria.
-
- Attachment 7 - Terms of Participation.pdf
- Attachment 7 - Terms of Participation
Additional text
-
Potential Providers should note that, in accordance with the UK Government's policies on transparency, The Authority intends to publish the Invitation to Tender (ITT) document and the text of any Framework Agreement awarded, subject to possible redactions at the discretion of the Authority. The terms of the proposed Framework Agreement will also permit a public sector Authority, awarding a contract under this Framework Agreement, to publish the text of that contract, subject to possible redactions at the discretion of the Authority. Further information on transparency can be found at: https://www.gov.uk/government/publications/procurement-and-contracting-transparency-requirements-guidance
About the buyer
Address
9th Floor, The Capital
Old Hall Street
Liverpool
L3 9PP
England
Telephone
0345 010 3503
supplier@crowncommercial.gov.uk
Website
Share this notice
Closing: 26 November 2015