Published date: 25 September 2020
Last edited date: 19 October 2020
This notice was replaced on 29 April 2021
This notice does not contain the most up-to-date information about this procurement. The most recent notice is:
Awarded contract (published 29 April 2021, last edited 21 November 2023)
Closed opportunity - This means that the contract is currently closed. The buying department may be considering suppliers that have already applied, or no suitable offers were made.
Contract summary
Industry
Video-conferencing equipment - 32232000
Sound recordings - 32353000
Video conferencing software package - 48515000
Music or sound editing software package - 48521000
Foreign language translation software package - 48740000
Public-telephone services - 64211000
Bar coding software development services - 72212720
Foreign language translation software development services - 72212740
System quality assurance planning services - 72224200
System quality assurance assessment and review services - 72225000
Justice services - 75230000
Telephone-answering services - 79510000
Translation services - 79530000
Interpretation services - 79540000
Proofreading services - 79821100
Typesetting services - 79822300
Graphic design services - 79822500
Location of contract
United Kingdom
Value of contract
£150,000,000
Procurement reference
RM6141
Published date
25 September 2020
Closing date
26 October 2020
Closing time
3pm
Contract start date
23 March 2021
Contract end date
22 March 2025
Contract type
Service contract
Procedure type
Open procedure (above threshold)
Any interested supplier may submit a tender in response to an opportunity notice.
This procedure can be used for procurements above the relevant contract value threshold.
Contract is suitable for SMEs?
Yes
Contract is suitable for VCSEs?
No
Description
Crown Commercial Service (CCS), as the Authority, is seeking to establish a Framework Contract with multiple suppliers for the provision of Language Services including Translation, Transcription and Ancillary Services, Telephone and Video Interpreting Services, Non Spoken and Spoken Face to Face Interpreting Services and a Quality Assurance Service, for use by the UK Public Sector Buyers identified at VI.3.
The Services within the scope of this framework have been divided into 6 Lots, with Lots 4 and 5 being broken down into regional sub-lots:
Lot 1 National Managed Service
Lot 2 Translation, Transcription and Ancillary Services
Lot 3 Telephone and Video Interpretation
Lots 4a to 4l Non Spoken Languages Services*
Lots 5a to 5m Regional Managed Service*
Lot 6 Quality Assurance Provision.
*Please note, Lots 4a-4l provide UK regional coverage and Lots 5a-5m provide UK and overseas coverage.
The full specification is set out in Attachment 1a - Framework Schedule 1 (Specification).
More information
Previous notice about this procurement
- Future opportunity
- Published 26 June 2020
Attachments
-
- 1. Authorised Customer List.docx
- Bidding documents
-
- Attachment 1a - Framework Schedule 1 (Specification) v1.0.docx
- Bidding documents
-
- Attachment 2b (i) - Evidence of Contract Example for Lot 1 v1.0.docx
- Bidding documents
-
- Attachment 2b (ii) - Evidence of Contract Example for Lot 2 v1.0.docx
- Bidding documents
-
- Attachment 2b (iii) - Evidence of Contract Example for Lot 3 v1.0.docx
- Bidding documents
-
- Attachment 2b (vi) - Evidence of Contract Example for Lot 6 v1.0.docx
- Bidding documents
-
- Attachment 3f - Pricing Matrix for Lot 6 v1.0.xlsx
- Bidding documents
-
- Attachment 4 - Information and declaration workbook v1.0.xlsx
- Bidding documents
-
- Attachment 5 - Financial assessment template v1.0.xlsx
- Bidding documents
-
- Attachment 6 - Consortia details v1.0.xlsx
- Bidding documents
-
- Attachment 8 - Frequently Asked Questions v1.0.xlsx
- Bidding documents
-
- Attachment 9 - Non Disclosure Agreement v1.0.docx
- Bidding documents
-
- Attachment 1 - About the Framework v1.0.docx
- Bidding documents
-
- Attachment 2a Selection Questionnaire v1.0.xlsx
- Bidding documents
-
- Attachment 10 - Framework Contract documents.zip
- Bidding documents
-
- Attachment 7 - Key subcontractor details v2.0.xlsx
- Bidding documents
-
- Attachment 2 - How to bid v2.0.docx
- Bidding documents
-
- Attachment 3a - Pricing Matrix for Lot 1 v2.0.xlsx
- Bidding documents
-
- Attachment 3b - Pricing Matrix for Lot 2 v2.0.xlsx
- Bidding documents
-
- Attachment 3c - Pricing Matrix for Lot 3 v2.0.xlsx
- Bidding documents
-
- Attachment 3d - Pricing Matrix for Lot 4(a-l) v2.0.xlsx
- Bidding documents
-
- Attachment 3e - Pricing Matrix for Lot 5(a-m) v2.0.xlsx
- Bidding documents
Links
Additional text
-
CCS considers the Transfer of Undertakings (Protection of Employment) Regulations 2006 will not apply at framework level. We encourage bidders to take their own advice on whether TUPE is likely to apply, in particular circumstances of the call-off contract and carry out due diligence accordingly.
On 2.4.2014 Government introduced its Government Security Classifications (GSC) scheme which replaced Government Protective Marking Scheme (GPMS). A key aspect is the reduction in the number of security classifications used. All bidders should make themselves aware of the changes as it may impact this requirement. This link provides information on the GSC at: https://www.gov.uk/government/publications/government-security-classifications
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.
PLEASE NOTE:
All certificates issued prior to 1 April 2020 or before 30 June 2020 on the existing scheme are valid until 30 June 2021. This includes those issued by Accreditation Bodies other than IASME.
On 30 June 2021, any certificate issued under the old scheme will expire.
Refer to https://www.ncsc.gov.uk/information/cyber-essentials-faqs for more information.
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 help@eSourcingsolution.co.uk or call 0800 069 8630.
About the buyer
Contact name
The Minister for the Cabinet Office acting through Crown Commercial Service
Address
9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England
Telephone
+44 3450103503
supplier@crowncommercial.gov.uk
Website
Share this notice