Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Language Services

  • First published: 22 August 2024
  • Last modified: 22 August 2024
  • This file may not be fully accessible.

  •  

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-040ace
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
22 August 2024
Deadline date:
20 September 2024
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
72212740 Foreign language translation software development services Programming services of application software
48740000 Foreign language translation software package Software package utilities
79822500 Graphic design services Composition services
79540000 Interpretation services Office-support services
75230000 Justice services Provision of services to the community
48521000 Music or sound editing software package Multimedia software package
79821100 Proofreading services Print finishing services
64211000 Public-telephone services Telephone and data transmission services
32353000 Sound recordings Parts of sound and video equipment
79510000 Telephone-answering services Office-support services
79530000 Translation services Office-support services
79822300 Typesetting services Composition services
79551000 Typing services Typing, word-processing and desktop publishing services
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus
79552000 Word-processing services Typing, word-processing and desktop publishing services

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
supplier@crowncommercial.gov.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.