Tender

Provision of Translation Services

GLASGOW CITY COUNCIL

This public procurement record has 1 release in its history.

Tender

24 Oct 2024 at 00:00

Summary of the contracting process

Glasgow City Council is currently in the tender stage for their "Provision of Translation Services" contract, classified under the general public services category. This open procedure tender involves outsourcing translation services currently provided in-house, encompassing in-person, telephone, video conference, and document translation. Key dates include a tender submission deadline of 25 November 2024 and the award period starting the same day. The procurement carries an estimated value of £6,500,000 and will take place within the Glasgow area. The council's address is 40 John St, City Chambers, Glasgow, G2 1DU, with James Cook as the primary contact (james.cook@glasgow.gov.uk).

The outsourcing initiative presents substantial business growth opportunities for translation service providers, particularly those experienced in large-scale government contracts. It is particularly suited for businesses capable of managing TUPE implications involving 70 sessional interpreters and administrative staff. With demands for both face-to-face and digital translation services, businesses with robust, scalable service offerings in these areas stand to benefit. Additionally, as the Council requires electronic ordering, payment, and invoicing, tech-savvy firms with established digital infrastructures will be well-positioned to meet the contract's requirements.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Provision of Translation Services

Notice Description

The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.

Lot Information

Lot 1

The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.. 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.

Renewal: There will be an option to extend for 27 months which included a 3 month mobilisation/demobilisation period at the end of this contract.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000776800
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516882
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
PCS Notice - Website Contract Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79530000 - Translation services

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
£6,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Oct 20241 years ago
Submission Deadline
25 Nov 2024Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Active
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
James Cook
Contact Email
james.cook@glasgow.gov.uk
Contact Phone
+44 1412876429

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516882
    Provision of Translation Services - The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-r6ebe6-0000776800-2024-10-24T00:00:00Z",
    "date": "2024-10-24T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000776800",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-48",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "James Cook",
                "email": "james.cook@glasgow.gov.uk",
                "telephone": "+44 1412876429",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-17",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-48"
    },
    "tender": {
        "id": "GCC006168CPU",
        "title": "Provision of Translation Services",
        "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.",
        "status": "active",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79530000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 6500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "tenderPeriod": {
            "endDate": "2024-11-25T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-11-25T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT516882",
                "documentType": "contractNotice",
                "title": "Provision of Translation Services",
                "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516882",
                "format": "text/html"
            },
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.. 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.",
                "status": "active",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1890
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend for 27 months which included a 3 month mobilisation/demobilisation period at the end of this contract."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-11-25T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow City Council 40 John Street Glasgow"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "1.Call Response Timescales-1st year-95%-Calls must be answered within 10 minutes. After 1st year-98%- Calls must be answered within 10 minutes. 2.Call Response Timescales-1st year-95%-Calls must be answered within 10 minutes After 1st year-98%- Calls must be answered within 10 minutes. 3.Complaints/Non-Conformance -1st year-96%-Output of Non-Conformance to be advised to council within 2 Days. After 1st year-99%- Output of Non Conformance to be advised to council within 2 Days 4.Accuracy of invoices-1st year-98%-Accurate summary sheet with statement bill. After 1st year-99%-Accurate summary sheet with statement bill"
        },
        "coveredBy": [
            "GPA"
        ],
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-03-25T00:00:00Z"
            }
        },
        "classification": {
            "id": "79530000",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all tenderers and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false
    },
    "language": "EN",
    "description": "ESPD Questions 4D.1 4D1.1 4D1.2 4D2 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control, Health and Safety and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the 'SPD Statements' within the Tender document.FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information).Applicants will be required to complete the FOI certificate at ITT stage.Tenderers Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the technical Envelope within tender portal (at ITT stage).Prompt Payment-The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors,if any.Applicants will be required to complete the prompt payment certificate contained in the Technical Envelope area within tender portal.Non-Collusion-Applicants will be required to complete the Non-Collusion certificate contained in the Technical Envelope area within the tender portal.Insurance Mandate -All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period. Terms and Conditions are located within the Buyers Attachments area of the tender portal.Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD. When the Request for Documentation is made, Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.Additional information pertaining to this contract notice is contained within the Invitation To Tender documents. Applicants must ensure they read in line with this contract notice. The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 27583. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 Community benefits are included in this requirement. For more information see: https://www.gov.scot/policies/public-sector-procurement/community-benefits-in-procurement/ A summary of the expected community benefits has been provided as follows: Minimum Community Benefits Points for this contract - 110 Bidders must confirm that they will meet these obligations in full by completing the relevant areas within the Community Benefits Menu. Bidders are also required to provide a supporting Methodology for each of the Themes they are offering from the Menu, detailing how the Community Benefit outcomes will be delivered. The Community Benefits Menu and Methodology template can be found within the Community Benefits section on Public Contracts Scotland - Tender (PCS-T). (SC Ref:776800)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000776800"
        }
    ],
    "noticetype": "PCS Notice - Website Contract Notice"
}