Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 201501-2017

27/05/2017    S101

United Kingdom-Glasgow: Interpretation services

2017/S 101-201501

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Scottish Government
Postal address: 5 Atlantic Quay, 150 Broomielaw
Town: Glasgow
NUTS code: UKM SCOTLAND
Postal code: G2 8LU
Country: United Kingdom
Contact person: Kath Cowan
E-mail: kathleen.cowan@gov.scot
Telephone: +44 1412420129
Internet address(es):
Main address: http://www.scotland.gov.uk
Address of the buyer profile: http://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10482
I.2)Information about 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: http://www.publictendersscotland.publiccontractsscotland.gov.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: http://publictendersscotland.publiccontractsscotland.gov.uk
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at: http://publictendersscotland.publiccontractsscotland.gov.uk
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Interpreting, Translation and Transcription Services Framework Agreement.

Reference number: SP-16-016
II.1.2)Main CPV code
79540000 Interpretation services
II.1.3)Type of contract
Services
II.1.4)Short description:

The Scottish Ministers wish to award a Framework Agreement for the provision of Interpreting, Translation and Transcription services. The Framework will comprise of one Lot with a 1st and 2nd ranked Supplier being appointed. Interpreting, Translation and Transcription services includes face to face interpreting, telephone spoken language interpreting and document translation and transcription services to fulfil the current and evolving needs of the Framework Public Bodies.

II.1.5)Estimated total value
Value excluding VAT: 12 000 000.00 GBP
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79530000 Translation services
II.2.3)Place of performance
NUTS code: UKM SCOTLAND
Main site or place of performance:

Scotland.

II.2.4)Description of the procurement:

1.4 The framework agreement will be available for use by the Scottish Ministers (including Agencies), Scottish Non-Departmental Public Bodies, offices in the Scottish Administration which are not ministerial offices, cross-border public authorities within the meaning of section 88(5) of the Scotland Act 1998, the Scotland Office, the Scottish Parliamentary Corporate Body, the Scottish Fire and Rescue Service, the Scottish Police Authority, Scottish health boards or special health boards, all NHS Scotland, Student Loans Company Limited, the Forestry Commission, the Commissioner of Northern Lighthouse operating as the Northern Lighthouse Board, Equality and Human Rights Commission, Business Stream Ltd, any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament, any association of or formed by one or more of the foregoing, bodies financed wholly or mainly by one or more of the foregoing, bodies subject to management supervision by one or more of the foregoing and bodies more than half of the board of directors or members of which, or, in the case of a group of individuals, more than half of those individuals, being appointed by one or more of the foregoing.

Information about Scottish Public Bodies is available at:

http://www.gov.scot/Topics/Government/public-bodies/about

Information about the Review of Public Procurement in Scotland and links to the other Centres of Expertise are available at:

http://www.gov.scot/Topics/Government/Procurement

Detailed award criteria are stated in the procurement documents.

II.2.5)Award criteria
Criteria below
Quality criterion - Name: Quality Criterion / Weighting: 70
Price - Weighting: 30
II.2.6)Estimated value
Value excluding VAT: 12 000 000.00 GBP
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: yes
Description of renewals:

Work to renew the Framework will commence within the 4 year period.

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
II.2.14)Additional information

Economic Operators may be excluded from this competition if they are in any of the situations referred to in Regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
III.1.2)Economic and financial standing
List and brief description of selection criteria:

This section refers to section B of Part IV of the ESPD (Scotland) and covers questions 4B.4, 4B.5.1, and 4B.5.2 of the ESPD (Scotland):

Statement for 4B4:

Bidders must demonstrate a Current Ratio of greater than 1.

Current Ratio will be calculated as follows: net current assets divided by net current liabilities.

There must be no qualification or contra-indication from any evidence provided in support of the bidders economic and financial standing.

In the event that any tenderer does not meet the financial criteria for consideration but has a parent company that does, the tenderer may still be eligible for consideration where their Tender Submission is supported by a Parent Company Guarantee.

Statement for 4B.5.1 and 4B.5.2:

It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequently awarded contract, the types of insurance indicated below:

Employer's (Compulsory) Liability Insurance = 5 000 000 GBP.

Public Liability Insurance = 1 000 000 GBP.

Professional Indemnity Insurance = 1 000 000 GBP.

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
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 2
IV.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure
Notice number in the OJ S: 2016/S 248-454305
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 07/07/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 9 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tenders
Date: 07/07/2017
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
Estimated timing for further notices to be published:

Within 4 years.

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:

This section refers to Section D of Part II of the ESPD (Scotland)and covers question 2.D.1:

If the Bidder intends to subcontract any share of the contract to third parties, they will be required to list, in so far as known, the proposed subcontractors.

The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 18408. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343

A sub-contract clause has been included in this contract. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2363

Community benefits are included in this requirement. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2361

A summary of the expected community benefits has been provided as follows:

While the following community benefit objectives will not be scored as part of the tender process, tenderers are required to present a community benefit proposal with their tender detailing how, in the event that they should be successful in winning the contract, they will address the following Community Benefit themes:

— targeted recruitment & and training for ‘disadvantaged’ persons unemployed for over 6 months;

— generate employment and training opportunities for priority groups;

— up-skill the existing workforce;

— equality and diversity initiatives;

— make any proposed sub-contracting opportunities available to SMEs, the third sector and supported businesses;

— build capacity in community organisations.

If successful the winning bidder(s) will discuss the content of their Community Benefit proposal and agree a plan for the delivery of the agreed community benefits which will become a condition of the contract.

The Authority requires the Contractor to work proactively to support the Scottish Government's sustainability objectives. Tenderers must confirm that, where appropriate, they will support the Scottish Ministers policies on Sustainability and Corporate Social Responsibility in delivering the service required.

(SC Ref:496011).

VI.4)Procedures for review
VI.4.1)Review body
Official name: Scottish Procurement and Commercial Directorate
Postal address: 5 Atlantic Quay, 150 Broomielaw
Town: Glasgow
Postal code: G2 8LU
Country: United Kingdom
Telephone: +44 1412420129
Internet address: http://www.scotland.gov.uk
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

An economic operator that suffers or risks suffering loss or damage attributable to a breach under the Public Contracts (Scotland) Regulations 2015 may bring proceedings in the Sheriff Court or Court of Session.

VI.5)Date of dispatch of this notice:
23/05/2017