Tuesday 28 January 2020

North Yorkshire refugees 'struggle to access pharmacy interpreters'


28 January 2020

North Yorkshire refugees 'struggle to access pharmacy interpreters'
Some refugees seeking medical help are struggling to access interpreter services, a watchdog has said.
Charity Healthwatch North Yorkshire carried out an investigation at 25 pharmacies across the county, seeking advice for Arabic speakers.
Only four were able to provide an interpreter. One suggested "calling round until they got a Muslim pharmacist", it said.
The NHS said no-one should be disadvantaged in accessing care.
The charity said it used "mystery shoppers" at pharmacies across the county to look at how refugees were able to access medical treatment.
Health professionals relied on online translation services it said, despite NHS guidelines saying to avoid it. […]


Saturday 25 January 2020

"translated using a computer programme"


25th January 2020

[…] "7. On 4th November the independent social worker did not attend Court as he was double booked. In any event the hearing could not be effective because the translation company, Translation Express, instructed to translate the local authority evidence for the parents in good time for them to read it and respond to it, had only provided those documents the Saturday before the hearing. On inspection by the Court appointed interpreters, it appeared they had been translated using a computer programme, and whole sections of the documents made little sense. I had no option but to adjourn again to afford the parents the chance to understand the case against them and to prepare statements in response." […]

Friday 10 January 2020

ESPO Framework Contract Notice

 https://ted.europa.eu/udl?uri=TED:NOTICE:11333-2020:TEXT:EN:HTML

10/01/2020

 

United Kingdom-Leicester: Interpretation services

2020/S 007-011333

Contract notice

Services

Legal Basis:

 

Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses

Official name: ESPO
Postal address: Barnsdale Way, Grove Park, Enderby
Town: Leicester
NUTS code: UKF21 Leicester
Postal code: LE19 1ES
Country: United Kingdom
Contact person: Jevgenija Zulfugarova
E-mail: tenders@espo.org
Telephone: +44 1162944072

Internet address(es):

Main address: http://www.espo.org/

I.2)Information about joint procurement

The contract is awarded by a central purchasing body

I.3)Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at: https://procontract.due-north.com/Advert/Index?advertId=9f8ddbfa-dd8d-e911-80f8-005056b64545

Additional information can be obtained from the abovementioned address

Tenders or requests to participate must be submitted electronically via: https://procontract.due-north.com/Advert/Index?advertId=9f8ddbfa-dd8d-e911-80f8-005056b64545

I.4)Type of the contracting authority

Regional or local authority

I.5)Main activity

Other activity: Local authority services

Section II: Object

II.1)Scope of the procurement

II.1.1)Title:

402_20 Language Services

Reference number: 402_20

II.1.2)Main CPV code

79540000 Interpretation services

II.1.3)Type of contract

Services

II.1.4)Short description:

ESPO (in partnership with YPO) is seeking to establish a framework agreement with a number of service providers for the provision of Language services. The key aim of the framework will be to promote cost savings and create efficiencies by providing customers access to pre-approved service providers whom they may appoint using a simple and streamlined procurement process. To tender:

(a) go to www.eastmidstenders.org

(b) register;

(c) search for tender opportunity ‘402_20’;

(d) express an interest;

(e) download the tender from the website.

II.1.5)Estimated total value

Value excluding VAT: 80 000 000.00 GBP

II.1.6)Information about lots

This contract is divided into lots: yes

Tenders may be submitted for all lots

II.2)Description

II.2.1)Title:

Managed Services for Language Services Lot

Lot No: 1

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

A fully managed service encompassing a large range of customer needs regarding language support services, generally based upon a combination or all of the remaining framework lots.

This lot will be divided into 3 sub-lots to accommodate varying needs of following customers’ groups:

— 1a police,

— 1b health,

— 1c local government and wider public sector.

The following information is applicable to all lots: ESPO has established a commercial trading company, ESPO Trading Ltd, whose target clients are third sector organisations such as national and local charities, public sector mutual organisations and other organisations involved in the delivery of services to or for the public sector. The successful supplier may be asked to enter into an additional separate framework agreement (the second framework) with ESPO Trading Ltd on materially similar terms to that found in the tender pack to be entered into by ESPO itself.

Any second framework agreement will be a purely commercial agreement and will, for the avoidance of doubt, not be governed by the Public Contract Regulations 2015 or other public procurement legislation. ESPO Trading Litd may enter into the second framework agreement with the successful supplier and make it available to third sector clients who themselves are not required to follow the Public Contracts Regulations 2015 or other public procurement legislation. Accordingly, this is provided for bidders' information only.

— an eAuction process may be used to award subsequent call-off contracts following the reopening of competition among the parties to the framework agreement.

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 16 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

This lot will be divided into 3 sub-lots to accommodate varying needs of following customers’ groups:

—1a police,

— 1b health,

— 1c local government and wider public sector.

II.2)Description

II.2.1)Title:

Face to Face Interpretation Services (Spoken)

Lot No: 2

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

This lot will be for customers who wish to convert a spoken language from one to another via the use of a linguist in physical attendance, allowing listeners and speakers to understand one another. Services delivered under this lot will be dependent on the location of customers and their respective assignments, therefore this lot will be further divided into 12 geographical sub-lots (please see the invitation to tender for further details).

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 16 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Face to Face Interpretation Services (Non-Spoken)

Lot No: 3

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

This lot will be for customers who wish to facilitate communication between individuals who are deaf-blind, deaf or have a hearing loss and hearing individuals via the use of a linguist in physical attendance, allowing both parties to understand one another. To accommodate the varying needs of different customers, this lot will incorporate various interpretation services including (but not limited to): British Sign Language; Foreign Sign Languages; Irish Sign Language; Lipspeaking; Sign Supported English; Speech-to-Text Reporting; Visual Frame, Hands On or Manual Signing and other Deaf-Blind Communication. Services delivered under this lot will be dependent on the location of customers and their respective assignments, therefore this lot will be further divided into 12 geographical sub-lots (please see the invitation to tender for further details).

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 16 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Telephone Interpretation Services

Lot No: 4a

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

Services where spoken language is converted from one to another via the use of a linguist over the telephone, either consecutively or simultaneously, between individuals or in groups.

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 8 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Video Interpretation Services (Spoken)

Lot No: 4b

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

Services where spoken language is converted from one to another via the use of a linguist over video or audio technology, either consecutively or simultaneously, between individuals or in groups.

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 4 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Video Interpretation Services (Non-Spoken)

Lot No: 4c

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

Services where the communication of non-spoken language is facilitated via the use of a linguist over video or audio technology, either consecutively or simultaneously, between individuals or in groups.

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 4 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

II.2)Description

II.2.1)Title:

Translation, Transcription and Additional Services

Lot No: 5

II.2.2)Additional CPV code(s)

79530000 Translation services

79540000 Interpretation services

II.2.3)Place of performance

NUTS code: UK UNITED KINGDOM

II.2.4)Description of the procurement:

Services where written media can be translated from one language to another, audio files or other media can be transcribed, or written media can be transcribed in to non-verbal language.

II.2.5)Award criteria

Price is not the only award criterion and all criteria are stated only in the procurement documents

II.2.6)Estimated value

Value excluding VAT: 16 000 000.00 GBP

II.2.7)Duration of the contract, framework agreement or dynamic purchasing system

Start: 01/04/2020

End: 31/03/2022

This contract is subject to renewal: no

II.2.10)Information about variants

Variants will be accepted: no

II.2.11)Information about options

Options: yes

Description of options:

The framework agreement has the option to extend for up to a further 24 months. The total estimated value stated in Section II.1.5) includes the option period.

II.2.12)Information about electronic catalogues

II.2.13)Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: no

II.2.14)Additional information

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

III.1.2)Economic and financial standing

Selection criteria as stated in the procurement documents

III.1.3)Technical and professional ability

Selection criteria as stated in the procurement documents

III.1.5)Information about reserved contracts

III.2)Conditions related to the contract

III.2.1)Information about a particular profession

III.2.2)Contract performance conditions:

This contract will operate on-going contract monitoring procedures following award, to ensure financial stability requirements are maintained.

Credit rating checks will be carried out on a regular basis, using the credit rating agency, Creditsafe Business Solutions Ltd.

Any changes will be assessed (compared with a baseline credit rating score obtained at contract award stage) and significant changes or sustained degradation will be investigated.

III.2.3)Information about staff responsible for the performance of the contract

Section IV: Procedure

IV.1)Description

IV.1.1)Type of procedure

Open procedure

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 several operators

In the case of framework agreements, provide justification for any duration exceeding 4 years:

IV.1.4)Information about reduction of the number of solutions or tenders during negotiation or dialogue

IV.1.6)Information about electronic auction

IV.1.8)Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: yes

IV.2)Administrative information

IV.2.1)Previous publication concerning this procedure

Notice number in the OJ S: 2019/S 113-277379

IV.2.2)Time limit for receipt of tenders or requests to participate

Date: 07/02/2020

Local time: 12:00

IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates

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 months: 4 (from the date stated for receipt of tender)

IV.2.7)Conditions for opening of tenders

Date: 07/02/2020

Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence

This is a recurrent procurement: no

VI.2)Information about electronic workflows

VI.3)Additional information:

As a central purchasing body as defined by the EU Procurement Directive 2014/24/EU, the framework agreement is open for use by public bodies (defined at https://www.espo.org/ESPO/media/Documents/FAQs/ESPO-s_powers_to_trade__website_-2016-12-22.pdf) that also fall into one of the following classifications of user throughout all administrative regions of the UK: local authorities; educational establishments (including Academies); central government departments and agencies; police, fire and rescue and coastguard emergency services; NHS and HSC bodies, including ambulance services; registered charities; registered social landlords; The Corporate Office of the House of Lords, The Corporate Officer of the House of Commons; or any public body established by or under the Scotland Act 1998 or any Act of the Scottish Parliament. Details of the classification of end user establishments and geographical areas are available at: http://www.espo.org/About-us-%281%29/FAQs/Legal

VI.4)Procedures for review

VI.4.1)Review body

Official name: Royal Court of Justice
Postal address: Strand
Town: London
Postal code: WC2A 2LL
Country: United Kingdom

VI.4.2)Body responsible for mediation procedures

VI.4.3)Review procedure

Precise information on deadline(s) for review procedures:

ESPO will incorporate a minimum 10 calendar day standstill period at the point information on the award of the contract is communicated to tenderers. Applicants who are unsuccessful shall be informed by ESPO as soon as possible after the decision has been made as to the reasons why the applicant was unsuccessful. If an appeal regarding the award of the contract has not been successfully resolved, The Public Contracts Regulations 2015 (SI 2105 No 102) provide for aggrieved parties who have been harmed or are at risk of harm by breach of the rules to take legal action. Any such action must be brought within the applicable limitation period. Where a contract has not been entered into, the Court may order the setting aside of the award decision or order for any document to be amended and may award damages, make a declaration of ineffectiveness, order for a fine to be paid and/or order the duration of the contract be shortened. The purpose of the standstill period referred to above is to allow the parties to apply to the Courts to set aside the award decision before the contract is entered into.

VI.4.4)Service from which information about the review procedure may be obtained

VI.5)Date of dispatch of this notice:

07/01/2020