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

Language Services

  • Future opportunity
  • Published 26 June 2020

Attachments

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

Email

supplier@crowncommercial.gov.uk

Website

https://www.gov.uk/ccs