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

Translation and Interpretation Services.

Contract notice

Services

Directive 2004/18/EC

Section I: Contracting authority

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

Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Sian Holmes
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142037082
E-mail:

Internet address(es):

General address of the contracting authority: https://www.sheffield.gov.uk/

Electronic access to information: www.yortender.co.uk

Electronic submission of tenders and requests to participate: www.yortender.co.uk

Further information can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Sian Holmes
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142037082
E-mail:

Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Sian Holmes
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142037082
E-mail:

Tenders or requests to participate must be sent to: Sheffield City Council
Level 2, North Wing, Moorfoot
For the attention of: Ms Sian Holmes
S1 4PL Sheffield
UNITED KINGDOM
Telephone: +44 1142037082
E-mail:

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

Sheffield Teaching Hospitals
722 Prince of Wales Road
S9 4EU Sheffield
UNITED KINGDOM

Sheffield Clinical Commissioning Group
Trust Headquarters, 8 Beech Hill Road
S10 2SB Sheffield
UNITED KINGDOM

All other contracting authorities within the UK
Various
Various
UNITED KINGDOM

Section II: Object of the contract

II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
Translation and Interpretation Services.
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 UKE32

II.1.3)Information about a public contract, a framework agreement or a dynamic purchasing system (DPS)
The notice involves a public contract
II.1.4)Information on framework agreement
II.1.5)Short description of the contract or purchase(s)
Translation and Interpretation Services to be provided on behalf of Sheffield City Council; the Sheffield Teaching Hospitals NHS Foundation Trust; and the NHS Sheffield Clinical Commissioning Group (parties to the contract) and left open to other public contracting authorities should they wish to join.
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): yes
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:
Translation and Interpretation Services to be provided on behalf of Sheffield City Council; the Sheffield Teaching Hospitals NHS Foundation Trust; and the NHS Sheffield Clinical Commissioning Group (parties to the contract) and left open to other public contracting authorities should they wish to join.
Estimated value excluding VAT:
Range: between 1 000 000 and 15 000 000 GBP
II.2.2)Information about options
Options: yes
Description of these options: Option to extend for 2 periods of 12 months each at the end of the initial contract period of 3 years.
Provisional timetable for recourse to these options:
in days: 0 (from the award of the contract)
II.2.3)Information about renewals
This contract is subject to renewal: no
II.3)Duration of the contract or time limit for completion

Information about lots

Lot No: 1 Lot title: Translation and Interpretation Services
1)Short description
Translation and Interpretation services required by members of the purchasing consortium on an ad-hoc basis.
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: Interpretation services for Sheffield Clinical Commissioning Group only for Face to Face Block Bookings for 7 GP Practices
1)Short description
Interpretation services for Sheffield Clinical Commissioning Group only for Face to Face Block Bookings for 7 GP Practices.
2)Common procurement vocabulary (CPV)

79540000, 79530000

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:
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: All requirements are contained within the Procurement documents.
III.2.2)Economic and financial ability
Information and formalities necessary for evaluating if the requirements are met: All requirements are contained within the Procurement documents.
III.2.3)Technical capacity
Information and formalities necessary for evaluating if the requirements are met:
All requirements are contained within the Procurement documents.
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
Open
IV.1.2)Limitations on the number of operators who will be invited to tender or to participate
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
Recourse to staged procedure to gradually reduce the number of solutions to be discussed or tenders to be negotiated no
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:
1229
IV.3.2)Previous publication(s) concerning the same contract
IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
Time limit for receipt of requests for documents or for accessing documents: 17.6.2016 - 12:00
Payable documents: no
IV.3.4)Time limit for receipt of tenders or requests to participate
17.6.2016 - 12:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
12.5.2016
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
in days: 90 (from the date stated for receipt of tender)
IV.3.8)Conditions for opening of tenders
Date: 17.6.2016 - 12:30
Persons authorised to be present at the opening of tenders: no

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
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal procedures

Sheffield City Council
Level 2, North Wing, Moorfoot
S1 4PL Sheffield
UNITED KINGDOM
E-mail:
Telephone: +44 1142736864
Internet address: www.sheffield.gov.uk

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:
12.5.2016