Contract notice
Section I: Contracting
authority
I.1) Name and addresses
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
NUTS: UK
Internet address(es)
Main address: https://www.gov.uk/ccs
I.2) 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://crowncommercialservice.bravosolution.co.uk
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://crowncommercialservice.bravosolution.co.uk
Tenders or requests to participate must be sent to the abovementioned address
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
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Language Services
Reference number: RM6302
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
The Crown Commercial Service (the Authority) aims to establish a comprehensive Framework Contract for Language Services, encompassing the following key components:
Translation Services
Transcription, Stenography and Recording Services
Telephone Interpreting
Spoken and Visual Video Interpreting Services
Spoken and Visual Face-to-Face Interpreting Services
The Framework Contract is structured into 5 Lots, with Lot 5 requiring overseas requirements to be met.
II.1.5) Estimated total value
Value excluding VAT:
250 000 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
National Managed Service
II.2.2) Additional CPV code(s)
32232000
32353000
48521000
48740000
64211000
72212740
75230000
79510000
79530000
79540000
79551000
79552000
79821100
79822300
79822500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot encompasses the provision of a comprehensive Managed Service across the United Kingdom.
Suppliers selected for Lot 1 must deliver a flexible solution, allowing the Buyer to call off one, some, or all services. The services, provided by Suppliers awarded to Lot 1, shall cover advisory services, administrative support, and efficient business processes, tailored to meet the diverse language service requirements of the Buyer.
Spoken and Visual Translation, Transcription, Stenography, Recording and Support Services
Spoken Telephone and Spoken and Visual Video Interpreting
Spoken and Visual Face to Face Interpreting
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
101 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for a further period of twelve (12) months.
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot 1 – National Managed Service = 8 places
Lot No: 2
II.2.1) Title
Translation and Supporting Services
II.2.2) Additional CPV code(s)
48740000
72212740
79530000
79552000
79821100
79822300
79822500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The provision of Translation and Support Services throughout the United Kingdom.
Translation: The conversion of written documents into another language as text.
Support Services: Additional services which include documentation formatting and file recreation.
Please note that this Lot will not support any visual or tactile requirements such as Braille or In-vision BSL, refer to Lot 4 for these services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for a further period of twelve (12) months.
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot 2 – Translation and Supporting Services = 6 places
Lot No: 3
II.2.1) Title
Transcription, Stenography and Recording Services
II.2.2) Additional CPV code(s)
48740000
72212740
79551000
79552000
79821100
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This lot entails the provision of Transcription, Stenography and Recording Services throughout the United Kingdom.
These include:
Transcription Services: The conversion of recorded speech into a written format, delivered remotely or onsite.
Recording Services: In person or remote recording and logging servicing.
Stenography Services: The provision of Stenographers to take dictation using either shorthand notation or a stenotype machine, then later transcribe their notes into formal documents/records either remotely or onsite.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
7 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for a further period of twelve (12) months.
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot 3 – Transcription, Stenography and Recording Services = 9 places
Lot No: 4
II.2.1) Title
Visual Interpreting Services
II.2.2) Additional CPV code(s)
32232000
32353000
48521000
48740000
72212740
79530000
79540000
79821100
79822300
79822500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot facilitates communication for the Deaf, Deafblind, and others requiring support through the following services:
Interpreting Services: The provision of face to face and remote (VRS/VRI) interpreting services.
Translation Services: The provision of visual translation services, including BSL invision, braille and other visual/tactile translation services.
Transcription Services: The provision of subtitling and or captioning services.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
10 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for us to extend for a further period of twelve (12) months.
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot 4 – Visual Interpreting Services = 6 places
Lot No: 5
II.2.1) Title
Overseas and UK Interpreting Services
II.2.2) Additional CPV code(s)
32232000
32353000
48521000
48740000
64211000
72212740
75230000
79510000
79530000
79540000
79551000
79552000
79821100
79822300
79822500
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot facilitates the provision of Spoken Face to Face Interpreting Services throughout the United Kingdom and Overseas. Suppliers awarded to this Lot are expected to deliver tailored solutions covering advisory services, administrative support, and efficient business processes to ensure effective delivery of services within the UK and Overseas.
II.2.5) Award criteria
Criteria below:
Quality criterion: Quality
/ Weighting: 70
Price
/ Weighting:
30
II.2.6) Estimated value
Value excluding VAT:
125 000 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 48
This contract is subject to renewal: Yes
Description of renewals:
The initial duration of the Framework is 3 years, with an option to extend for a further period of twelve (12) months.
CCS reserve the right to extend lots by varying durations
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
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
II.2.14) Additional information
Lot 5 – Overseas and UK Interpreting Services = 5 places
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:
Candidates will be assessed in accordance with Section 5 of the 2015 Public Contract Regulations (implementing the directive) on the basis of information provided in response to an invitation to tender (ITT) registering for access.
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.2) Conditions related to 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 with several operators.
Justification for any framework agreement duration exceeding 4 years: Lot 1 – National Managed Service = 8 placesLot 2 – Translation and Supporting Services = 6 placesLot 3 - Transcription, Stenography and Recording Services = 9 places Lot 4 - Visual Interpreting Services = 6 places Lot 5 - Overseas and UK Interpreting Services = 5 places
IV.1.8) Information about 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:
2023/S 000-029869
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
20/09/2024
Local time: 15:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until:
08/04/2025
IV.2.7) Conditions for opening of tenders
Date:
20/09/2024
Local time: 15:01
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
As part of this contract notice the following documents can be accessed at: https://www.contractsfinder.service.gov.uk/Notice/b5fc1643-0841-4b23-ba17-23a668fed241
1) Contract notice transparency information for the agreement;
2) Contract notice authorised customer list;
3) Rights reserved for CCS framework.
The Government Security Classifications (GSC) Policy came into force on 2 April 2014 and describes how HM Government classifies information assets to ensure they are appropriately protected. It applies to all information that Government collects, stores, processes, generates or shares to deliver services and conduct business.
Cyber Essentials is a mandatory requirement for Central Government contracts which involve handling personal information or provide certain ICT products/services. Government is taking steps to reduce the levels of cyber security risk in its supply chain through the Cyber Essentials scheme. The scheme defines a set of controls which, when implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet. To participate in this procurement, bidders must be able to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
Some purchases under this framework Agreement may have requirements that can be met under this Framework Agreement but the purchase of which may be exempt from the Procurement Regulations (as defined in Attachment 1 – About the framework within the invitation to tender documentation). In such cases, Call-offs from this Framework will be unregulated purchases for the purposes of the Procurement Regulations, and the buyers may, at their discretion, modify the terms of the Framework and any Call-off Contracts to reflect that buyer’s specific needs.
CCS reserves the right to award a framework to any bidder whose final score is within 1% of the last position.
Registering for access:
This procurement will be managed electronically via the eSourcing suite. This will be the route for sharing all information and communicating with bidders. If you have recently registered on the eSourcing suite for another CCS procurement you can use the same account for this new procurement. If not, you will first need to register your organisation on the portal.
Use the following link for information on how register and use the eSourcing tool: https://www.gov.uk/government/publications/esourcing-tool-guidance-for-suppliers
For assistance please contact the eSourcing Help desk operated by email at eEnablement@crowncommercial.gov.uk or call 0345 410 2222.
VI.4) Procedures for review
VI.4.1) Review body
The Minister for the Cabinet Office acting through Crown Commercial Service
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
UK
Telephone: +44 3454102222
E-mail: supplier@crowncommercial.gov.uk
Internet address(es)
URL: https://www.crowncommercial.gov.uk/
VI.5) Date of dispatch of this notice
21/08/2024