UK-Taunton: Translation services.

UK-Taunton: Translation services.
Section I: Contracting Authority
I.1) Name and addresses
United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 182483865, Email: stuart.speer@ukho.gov.uk
Contact: Stuart Speer
Main Address: https://www.ukho.gov.uk
NUTS Code: UKK23
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/tenders/UK-UK-Taunton:-Translation-services./N545S2V48P
Additional information can be obtained from: the abovementioned address
Tenders or requests to participate must be sent electronically via https://www.delta-esourcing.com/tenders/UK-title/N545S2V48P 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: Not provided
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
Defence

Section II: Object
II.1) Scope of the procurement
II.1.1) Title: Translations and Interpreting Services for the UKHO
Reference Number: 495838588
II.1.2) Main CPV Code:
79530000 - Translation services.

II.1.3) Type of contract: SERVICES
II.1.4) Short description: This is for the provision of Translations and Interpreting Services for the UK Hydrographic Office. This is a 3 year Contract with an option to extend by up to a further year.
II.1.5) Estimated total value:
Value excluding VAT: 240,000
Currency: GBP
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:
UKK23 Somerset

II.2.4) Description of procurement: Translations and Interpreting Services for the UKHO
II.2.5) Award criteria:
Criteria below
Quality criterion - Name: Real-time translations trials / Weighting: 25
Quality criterion - Name: Technical Compliance / Weighting: 20
Quality criterion - Name: Quality Procedures / Weighting: 15
Quality criterion - Name: Technical/Operational Support / Weighting: 10

Cost criterion - Name: Pricing / Weighting: 30

II.2.6) Estimated value:
Value excluding VAT: 240,000
Currency: GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system:
Duration in months: 36
This contract is subject to renewal: Yes
Description of renewals: Renewals required by October 2023 unless the UKHO invokes the option year

II.2.10) Information about variants:
Variants will be accepted: Yes
II.2.11) Information about options:
Options: Yes
Description of options: The UKHO reserves the right to extend the Contract by up to a further option year, during the Contract period
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: Not provided


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:
See details within the ITT documents, including the ITT Questionnaire
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
Reference to the relevant law, regulation or administrative provision:
Not Provided
III.2.2) Contract performance conditions
See details in the ITT documents
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: No

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
Framework agreement with a single operator
Envisaged maximum number of participants to the framework agreement:
Not Provided
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: 30/06/2020 Time: 11:00

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:
Until: 30/09/2020

IV.2.7) Conditions for opening of tenders:
Date: 30/06/2020
Time: 11:00
Place:
Taunton


Section VI: Complementary Information
VI.1) Information about recurrence
This is a recurrent procurement: Yes
Estimated timing for further notices to be published: May 2023
VI.2) Information about electronic workflows
Electronic ordering will be used Yes
Electronic invoicing will be accepted Yes
Electronic payment will be used Yes
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://ukho.delta-esourcing.com/tenders/UK-UK-Taunton:-Translation-services./N545S2V48P

To respond to this opportunity, please click here:
https://ukho.delta-esourcing.com/respond/N545S2V48P
VI.4) Procedures for review
VI.4.1) Review body:
United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823483865, Email: stuart.speer@ukho.gov.uk
Internet address: https://www.ukho.gov.uk
VI.4.2) Body responsible for mediation procedures:
United Kingdom Hydrographic Office
Taunton, TA1 2DN, United Kingdom
Tel. +44 1823483865, Email: stuart.speer@ukho.gov.uk
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:
United Kingdom Hydrographic Office
Admiralty Way, Taunton, TA1 2DN, United Kingdom
Tel. +44 1823483865, Email: stuart.speer@ukho.gov.uk
VI.5) Date Of Dispatch Of This Notice: 21/05/2020

Annex A