United Kingdom-London: Interpretation services

Get tender notifications and more sign up now and never miss an opportunity again. Already a member? log in to your account.

Title United Kingdom-London: Interpretation services
OJEU (High Value) 325205-2020
Type Additional information (IC = AA changes and cancellations)
Date Published 2020-07-10
Deadline 2020-08-30 17:00:00
Nature Of Contract Service contract
Awarding Authority
Procedure Restricted procedure

Description :

Additional Information


Section I: Contracting authority

I.1) Name and addresses:
Official name: NHS London Procurement Partnership
Postal address: Ground Floor, 200 Great Dover Street
Town: London
Postal code: SE1 4YB
Country: UK
Contact person: Ms Laura Whitworth
Telephone: +44 2071888122
E-mail: laura.whitworth@lpp.nhs.uk
NUTS code: UK
Main address: http://www.lpp.nhs.uk
Address of the buyer profile (URL): http://www.lpp.nhs.uk

Section II: Object of Contract


Title:
Provision of Language Services

Reference number: DN225407

II.1.4) Short description
Guy's and St Thomas' NHS Foundation Trust (as host of the NHS London Procurement Partnerhip) is seeking to establish a Dynamic Purchasing System (DPS) for the provision of language services including spoken face to face interpretation; non-spoken face to face interpretation (including British Sign Language), telephone and video interpretation and written translation and transcription and ancillary services.

The DPS is structured to offer participating authorities flexibility and choice. It shall be a matter of judgment for the participating authorities to decide which particular lot(s) are most appropriate to meet their specific requirements, to best deliver their business needs.

The DPS shall be open to public sector organisations including but not limited to:

LPP member bodies as listed at: http://www.lpp.nhs.uk/about-lpp/our-members/ and any additional new LPP members for the duration of the contract, plus any other public sector bodies located in England, subject to the approval of LPP.

This DPS will enable participating organisations to conduct futher competitions as and when their organisation's requirement arises. The language services are given in the Lots listed below. Lots 1-3 are divided in to regional sub-lots. Providers will submit responses based on their experience and capabilities in the individual lots, and on the regions to be covered. It is envisaged that providers will submit their tenders in the following combinations: A tender for only one language service lot (a single lot or sub-lot within lots 1 through to 5),

A tender for multiple language service lots (a combination of lots or sub-lots within Lots 1 through to 5),

A tender for all the language service lots (lots 1 through to 5 including all sub-lots).

Providers are at liberty to tender for any or all of the lots and/or regional sub-lots. During their decision-making process, providers should consider the following points:

— their expertise in carrying out any/all of the listed language service lots,

— the geographic areas they can cover.

Further competitions are dependant on the specific requirements of the Trusts and other DPS users within the regions, and therefore may be for any number of the lots,

— for clarification please note that providers can only be selected for any further competitions based on the specific lots that they have expressed interest for and consequently been awarded to the DPS for, following the PQQ stage. For example, a provider who has only been awarded to lot 5 of the DPS will not be eligible to participate in a further competitions for lots 1 through to 4.

The language service lots to be included in the DPS are:

Lot 1: Multidiscipline/Managed Service.

Lot 2: Face to Face Spoken Interpretation

Lot 3: Face to Face Non-Spoken Interpretation

Lot 4: Telephone and Video Interpretation

Lot 5: Written Translation, Transcription and Ancillary Services.

In applying for a position on the DPS for any or all of the regional sub-lots under lot 1, providers will need to ensure that they can provide all the services covered by lots 2-5 (either directly or through the engagement of sub-contractors) and in all the geographic regions being applied for. For example a provider wishing to apply for lot 1a must also be able to provide the services for lot 2a, 3a, 4 and 5.

The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015.


Section V: Complementary information


Section VI

Date of dispatch of this notice : 2020-07-07
Notice number in the OJ S 2015/S 149-275624


Changes

II.1.5)
Last sentence
Old Value:

The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015.

New Value:

The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015. The DPS is being extended by a further 12 months and will now expire on 27 August 2021 at 5 p.m..


Changes

IV.3.4)
Time limit for receipt of tenders or requests to participate
Old Value:
2020-08-30
17:00
New Value:
2021-08-27
17:00

CPV Codes
79530000; 79540000; Translation services; Interpretation services;

Sign-up now to receive weekly OJEU reports for the UK, your sector and/or elsewhere in the EU. We also report on the procurement of EC Institutions.