{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-02d20a-2021-08-06T16:45:03+01:00",
    "date": "2021-08-06T16:45:03+01:00",
    "ocid": "ocds-h6vhtk-02d20a",
    "description": "The Framework Agreement is being let by Construction and Procurement Delivery (CPD) on behalf of Department for. Communities (DfC) and wider Northern Ireland Public sector. A list of potential organisations is included within Annex B of the tender documents. . . The successful contractor's performance on the contract will be regularly monitored in line with PGN 01/12. Contractors not delivering on contract requirements is a serious matter. It means the public purse is not getting what it is paying for. If a contractor fails to reach satisfactory levels of contract performance they will be given a specified time to improve. If, after the specified time, they still fail to reach satisfactory levels of contract performance, the matter will be escalated to senior management in CPD for further action. If this occurs and their performance still does not improve to satisfactory levels within the specified period, it may be regarded as an act of grave professional misconduct and they may be issued with a Certificate of Unsatisfactory Performance and the contract may be terminated. The issue of a Certificate of Unsatisfactory Performance will result in the contractor being excluded from all procurement competitions being undertaken by Centres of Procurement Expertise on behalf of bodies covered by the Northern Ireland Procurement Policy for a period of twelve months from the date of issue of the certificate.",
    "initiationType": "tender",
    "tender": {
        "id": "ID2665864",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "ID2665864 Collaborative Framework for the Provision of Interpreting and Translation Services",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79530000",
            "description": "Translation services"
        },
        "mainProcurementCategory": "services",
        "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
        "value": {
            "amount": 10000000,
            "currency": "GBP"
        },
        "lotDetails": {
            "maximumLotsBidPerSupplier": 12
        },
        "lots": [
            {
                "id": "1",
                "title": "Lot 1 Face to Face and Video Interpreting Services",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "2",
                "title": "Lot 2 Telephone Interpreting Services",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "3",
                "title": "Lot 3.1 Sign Language (BSL, ISL and VRI)",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "4",
                "title": "Lot 3.2 Lip Speakers",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "5",
                "title": "Lot 3.3 Electronic and manual note takers",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "6",
                "title": "Lot 3.4 Makaton",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "7",
                "title": "Lot 4 Translation and Transcription Services",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "8",
                "title": "Lot 5.1 Braille",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "9",
                "title": "Lot 5.2 Audio",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "10",
                "title": "Lot 5.3 Large Print",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "11",
                "title": "Lot 5.4 Easy Read",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            },
            {
                "id": "12",
                "title": "Lot 5.5 DAISY",
                "description": "This is a multi-lot Framework Tender subdivided into the following twelve (12) Lots:- * Lot 1 Face to Face and Video Interpreting Services * Lot 2 Telephone Interpreting Services * Lot 3.1 Sign Language (BSL, ISL and VRI) * Lot 3.2 Lip Speakers * Lot 3.3 Electronic and manual note takers * Lot 3.4 Makaton; * Lot 4 Translation and Transcription Services * Lot 5.1 Braille * Lot 5.2 Audio * Lot 5.3 Large Print * Lot 5.4 Easy Read; and * Lot 5.5 DAISY Tenderers can bid for one or more lots. There is no restriction on the number of lots a tenderer may be appointed to; however a tenderer must have the capability and capacity to deliver all lots tendered for. See Instructions to Tenderers section 5.1 How your tender will be assessed for information on the maximum number of tenderers expected to be appointed per Lot. Tenderers should refer to the various lot Specification Schedules and appendices for more details on the services required.",
                "contractPeriod": {
                    "durationInDays": 1440
                },
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "1"
            },
            {
                "id": "2",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "2"
            },
            {
                "id": "3",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "3"
            },
            {
                "id": "4",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "4"
            },
            {
                "id": "5",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "5"
            },
            {
                "id": "6",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "6"
            },
            {
                "id": "7",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "7"
            },
            {
                "id": "8",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "8"
            },
            {
                "id": "9",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "9"
            },
            {
                "id": "10",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "10"
            },
            {
                "id": "11",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "11"
            },
            {
                "id": "12",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    }
                ],
                "relatedLot": "12"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "otherRequirements": {
            "reductionCriteria": "As per Tender documentation"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "techniques": {
            "hasFrameworkAgreement": true,
            "frameworkAgreement": {
                "periodRationale": "N/A The framework duration is four years. All bodied named within Annex B of the tender documentation may use the framework."
            }
        },
        "tenderPeriod": {
            "endDate": "2021-09-06T15:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ]
        },
        "contractTerms": {
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "reviewDetails": "CPD will comply with the Public Contracts Regulations 2015 (as amended) and, where appropriate, will incorporate a standstill period (i.e. a minimum of 10 calendar days) at the point information on the award of contract is communicated to tenderers. That notification will provide full information on the award decision. This provides time for the unsuccessful tenderers to challenge the award decision before the contract is entered into."
    },
    "parties": [
        {
            "id": "GB-FTS-24896",
            "name": "Department for Communities DfC",
            "identifier": {
                "legalName": "Department for Communities DfC"
            },
            "address": {
                "streetAddress": "Causeway Exchange, 1-7 Bedford Street",
                "locality": "BELFAST",
                "region": "UK",
                "postalCode": "BT2 7EG",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "Justice.CPD@finance-ni.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://www.communities-ni.gov.uk/",
                "buyerProfile": "https://www.finance-ni.gov.uk/topics/procurement/",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "id": "01",
                        "description": "General public services"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-24897",
            "name": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 (as amended).",
            "identifier": {
                "legalName": "The UK does not have any such bodies with responsibility for appeal/mediation procedures. Instead; any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR 2015 (as amended)."
            },
            "address": {
                "locality": "Belfast",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-24896",
        "name": "Department for Communities DfC"
    },
    "language": "en"
}