Archived Users: Translation Services

  Archived Users is using Delta eSourcing to run this tender exercise

Notice Summary
Title: Translation Services
Notice type: Contract Notice
Authority: Archived Users
Nature of contract: Services
Procedure: Open
Short Description: The CITB seeks a Supplier to provide a translation service covering the whole of the United Kingdom and Northern Ireland for Testing Services, including (but not limited to) the Health, safety and environment test and the CPCS renewal test. This service will require the services of qualified and professional interpreters who are able to fully translate questions in a test environment, from standard written English, to candidates who are either non-English speakers or for whom English is not their first language.
Published: 01/02/2019 17:46
Please note that the deadline for response to this opportunity has passed. However, you can still register or log-into the Delta eSourcing solution to prepare your Supplier Profile for future opportunities.

View Full Notice

UK-King's Lynn: Translation services.
Section I: Contracting Authority
      I.1) Name and addresses
             Construction Industry Training Board
             Bircham Newton, King's Lynn, PE31 6RH, United Kingdom
             Tel. +44 3004567000, Email: procurement@citb.co.uk
             Contact: Procurement Team, CITB
             Main Address: www.citb.co.uk
             NUTS Code: UKH15
      I.2) Joint procurement
      The contract involves joint procurement: No.
      In the case of joint procurement involving different countries, state applicable national procurement law: Not provided       
      The contract is awarded by a central purchasing body: No.
      I.3) Communication
      The procurement documents are available for unrestricted and full direct access, free of charge, at: https://www.delta-esourcing.com
      Additional information can be obtained from: the abovementioned address
      Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com to the abovementioned address       
      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:
      I.4) Type of the contracting authority
            Body governed by public law
      I.5) Main activity
            Education

Section II: Object
II.1) Scope of the procurement
      II.1.1) Title: Translation Services       
      Reference Number: B19/01/1858
      II.1.2) Main CPV Code:
      79530000 - Translation services.

      II.1.3) Type of contract: SERVICES
      II.1.4) Short description: The CITB seeks a Supplier to provide a translation service covering the whole of the United Kingdom and Northern Ireland for Testing Services, including (but not limited to) the Health, safety and environment test and the CPCS renewal test. This service will require the services of qualified and professional interpreters who are able to fully translate questions in a test environment, from standard written English, to candidates who are either non-English speakers or for whom English is not their first language.       
      II.1.5) Estimated total value:
      Value excluding VAT: Not Provided       
      Currency: Not Provided
      II.1.6) Information about lots:
      This contract is divided into lots: No       
   
II.2) Description
      
      II.2.2) Additional CPV codes:
      Not Provided       
      II.2.3) Place of performance:
      UKH15 Norwich and East Norfolk
      
      II.2.4) Description of procurement: Contracting for a translation service covering the whole of the United Kingdom and Northern Ireland for Testing Services, including (but not limited to) the Health, safety and environment test and the CPCS renewal test. This service will require the services of qualified and professional interpreters who are able to fully translate questions in a test environment, from standard written English, to candidates who are either non-English speakers or for whom English is not their first language.
      II.2.5) Award criteria:
            Criteria below
            Quality criterion - Name: Criterion 1 as detailed in the Specification of Requirements in the upload document area / Weighting: 14
            Quality criterion - Name: Criterion 2 as detailed in the Specification of Requirements in the upload document area / Weighting: 9
            Quality criterion - Name: Criterion 3 as detailed in the Specification of Requirements in the upload document area / Weighting: 11
            Quality criterion - Name: Criterion 4 as detailed in the Specification of Requirements in the upload document area / Weighting: 7
            Quality criterion - Name: Criterion 5 as detailed in the Specification of Requirements in the upload document area / Weighting: 3
            Quality criterion - Name: Criterion 6 as detailed in the Specification of Requirements in the upload document area / Weighting: 5
            Quality criterion - Name: Criterion 7 as detailed in the Specification of Requirements in the upload document area / Weighting: 11
            Quality criterion - Name: Criterion 8 as detailed in the Specification of Requirements in the upload document area / Weighting: 5
            Quality criterion - Name: Criterion 9 as detailed in the Specification of Requirements in the upload document area / Weighting: 5
                        
            Cost criterion - Name: Please provide a fixed price for the provision of supplying interpretation services on a one to one basis at any requested location throughout the United Kingdom. / Weighting: 35
                              
      II.2.6) Estimated value:
      Value excluding VAT: Not provided       
      Currency: Not provided       
      II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
      Duration in months: 12       
      This contract is subject to renewal: Yes       
      Description of renewals: This Contract is for an initial 12 month period with an option to extend for a further 12 months. The maximum length of this Contract therefore shall be 24 months from the start date. The estimated value for the inital year is 40,000
      
      II.2.10) Information about variants:
      Variants will be accepted: No
      II.2.11) Information about options:
      Options:       No             
      Description of options: Not provided
      II.2.12) Information about electronic catalogues:
      Tenders must be presented in the form of electronic catalogues or include an electronic catalogue: 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       
      Identification of the project: Not provided             
      II.2.14) Additional information: To respond to this opportunity please click here: https://www.delta-esourcing.com/respond/JM4W9BC3F7       


Section III: Legal, Economic, Financial And Technical Information
   III.1) Conditions for participation
      III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
      List and brief description of conditions:          
      Not Provided       
      III.1.2) Economic and financial standing          
      Selection criteria as stated in the procurement documents       
      List and brief description of selection criteria:       
      Not Provided    
      Minimum level(s) of standards possibly required (if applicable) :       
      Not Provided    
      III.1.3) Technical and professional ability    
      Selection criteria as stated in the procurement documents
      List and brief description of selection criteria:       
      Not Provided      
      Minimum level(s) of standards possibly required (if applicable) :          
      Not Provided   
      III.1.5) Information about reserved contracts (if applicable)   
      The contract is reserved to sheltered workshops and economic operators aiming at the social and professional integration of disabled or disadvantaged persons: No       
      The execution of the contract is restricted to the framework of sheltered employment programmes: No    
      
   III.2) Conditions related to the contract
      III.2.1) Information about a particular profession          
      Execution of the service is reserved to a particular profession    
      Reference to the relevant law, regulation or administrative provision:          
      Language Translation provision    
      III.2.2) Contract performance conditions       
      As per the Statement of Requirements          
      III.2.3) Information about staff responsible for the performance of the contract
      Obligation to indicate the names and professional qualifications of the staff assigned to performing the contract: Yes    

Section IV: Procedure
   IV.1) Description OPEN
      IV.1.1) Type of procedure: Open   
   
   IV.1.3) Information about a framework agreement or a dynamic purchasing system    
         The procurement involves the establishment of a framework agreement - NO    
         In the case of framework agreements justification for any duration exceeding 4 years: Not Provided    
   
   
   IV.1.6) Information about electronic auction:
      An electronic auction will be used: No
      Additional information about electronic auction: Not provided
   IV.1.8) Information about the Government Procurement Agreement (GPA)
      The procurement is covered by the Government Procurement Agreement: No       
   IV.2) Administrative information
      IV.2.1) Previous publication concerning this procedure:
         Notice number in the OJ S: Not provided       
      IV.2.2) Time limit for receipt of tenders or requests to participate
       Date: 18/02/2019 Time: 12:00
            
      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 month(s): 3
      
      IV.2.7) Conditions for opening of tenders:
         Date: 18/02/2019
         Time: 12:00
      

Section VI: Complementary Information
   VI.1) Information about recurrence
   This is a recurrent procurement: No    
   Estimated timing for further notices to be published: Not provided
   VI.2) Information about electronic workflows
   Electronic ordering will be used Yes       
   Electronic invoicing will be accepted No       
   Electronic payment will be used No       
   VI.3) Additional Information: The contracting authority considers that this contract may be suitable for economic operators that are small or medium enterprises (SMEs). However, any selection of tenderers will be based solely on the criteria set out for the procurement.
For more information about this opportunity, please visit the Delta eSourcing portal at:
https://www.delta-esourcing.com/tenders/UK-UK-King%27s-Lynn:-Translation-services./JM4W9BC3F7

To respond to this opportunity, please click here:
https://www.delta-esourcing.com/respond/JM4W9BC3F7
   VI.4) Procedures for review
   VI.4.1) Review body:
             NA
       na, United Kingdom
   VI.4.2) Body responsible for mediation procedures:
Not provided
   VI.4.3) Review procedure
   Precise information on deadline(s) for review procedures:    
    Not Provided    
   VI.4.4) Service from which information about the lodging of appeals may be obtained:
Not provided
   VI.5) Date Of Dispatch Of This Notice: 01/02/2019

Annex A


View any Notice Addenda

View Award Notice