Published date: 23 March 2020

Awarded contract - This means that the contract has been awarded to a supplier.


Closing: 26 November 2015

Contract summary

Industry

  • Video-conferencing equipment - 32232000

  • Sound recordings - 32353000

  • Music or sound editing software package - 48521000

    • Public-telephone services - 64211000

    • Justice services - 75230000

    • Telephone-answering services - 79510000

    • Translation services - 79530000

    • Interpretation services - 79540000

Location of contract

Any region

Value of contract

£140,000,000 to £250,000,000

Procurement reference

RM1092 Corrigendum

Published date

23 March 2020

Closing date

26 November 2015

Contract start date

22 April 2016

Contract end date

21 April 2020

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?

Yes


Description

Crown Commercial Service as the Authority has put in place a Pan Government Collaborative Language
Services Framework Agreement for use by UK public sector bodies identified at VI.2) (and any future
successors to these organisations), which include Central Government Departments and their Arm's Length
Bodies and Agencies, Non Departmental Public Bodies, NHS Bodies and Local Authorities.
The above Public Sector Bodies have a need for Language Services.
The Services within the scope of this Framework Agreement have been divided into 22 Lots:
Lot 1 Managed Service Provision of Language Services;
Lot 2 Written Translation, Transcription And Ancillary Services;
Lot 3 Provision of Telephone Interpreting and Video Language Services;
Lot 4a Provision of Non Spoken Face to Face and Video Language Services Greater London Including
Overseas;
Lot 4b Provision of Non Spoken Face to Face and Video Language Services Southern England;
Lot 4c Provision of Non Spoken Face to Face and Video Language Services Midlands and East of England;
Lot 4d Provision of Non Spoken Face to Face and Video Language Services North of England;
Lot 4e Provision of Non Spoken Face to Face and Video Language Services Scotland and Northern Ireland;
Lot 5a Provision of Spoken Face to Face Interpreting Services Greater London;
Lot 5b Provision of Spoken Face to Face Interpreting Services South West England;
Lot 5c Provision of Spoken Face to Face Interpreting Services South Central England;
Lot 5d Provision of Spoken Face toFace Interpreting Services South East England;
Lot 5e Provision of Spoken Face to Face Interpreting East of England;
Lot 5f Provision of Spoken Face to Face Interpreting Services East Midlands;
Lot 5g Provision of Spoken Face to Face Interpreting Services West Midlands;
Lot 5h Provision of Spoken Face to Face Interpreting Services Yorkshire and Humberside;
Lot 5i Provision of Spoken Face to Face Interpreting Services North West England;
Lot 5j Provision of Spoken Face to Face Interpreting Services North East England (Excluding Yorkshire and
Humberside);
Lot 5k Provision of Spoken Face to Face Interpreting Services Scotland;
Lot 5l Provision of Spoken Face to Face Interpreting Services South Wales;
Lot 5m Provision of Spoken Face to Face Interpreting Services Northern Ireland;
Lot 5n Provision of Spoken Face to Face Interpreting Services UK and Overseas.
The duration of the Framework Agreement referenced in Section II.1.4) is for the placing of orders, and all
Framework Agreements have been awarded for an initial term of 3 years with an option to extend for 1 further
period of 12 months. The extension will be exercised at the discretion of the Authority.
Electronic ordering and/or electronic invoicing and/or electronic payment may be used during the period of the
Framework Agreement and throughout the lifespan of any Call Off Agreements.
The above Public Sector Bodies have a need for Language Services.
The Services within the scope of this Framework Agreement have been


More information

Attachments

Additional text

Due to the current COVID-19 pandemic, Crown Commercial Service (CCS) believes that the first condition set out
in Regulation 72(1)(c) Public Contracts Regulations 2015 has been fulfilled in respect of the Framework
Agreement.
Crown Commercial Service has taken the decision to extend existing framework agreements that were due for
reprocurement for a period of twelve (12 months). This is to enable CCS resource to be diverted to procuring
urgent requirements to deal with COVID-19 consequences and to relieve pressure on the supply chain while short
staffed, to enable businesses to continue to deliver services and goods to customers. CCS intends to deliver
replacement framework agreements as quickly as possible after the initial COVID-19 impact


Award information

Awarded date

22 April 2016

Contract start date

22 April 2016

Contract end date

21 April 2020

Total value of contract

£140,000,000

This contract was awarded to 13 suppliers.

Capita Translation and Interpreting

Address

17 Rochester Row
London
SW1P1QT

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Cintra Translation

Address

Cintra Translation Limited
8 Wellington Mews
Wellington Street
Cambridge
Cambridgeshire
CB11HW

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Global Connections (Scotland)

Address

180 Hope Street
3rd Floor
Glasgow
Lanarkshire
G22UE

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

ITL North East

Address

Design Works
William Street
Felling
Gateshead
Tyne & Wear
NE100JP

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Clarion Interpreting Limited

Address

The Old Dairy
Brook Rd
Thriplow
Herts
SG87RG

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

DA Languages Limited

Address

Sand House
22-24 Greenwood Street
Altrincham
Cheshire
WA141RZ

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

K International

Address

14 Davy Avenue
Knowhill
Milton Keynes
Buckinghamshire
MK58PL

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Language Empire Limited

Address

Deeplish House
174 Milkstone Road
Rochdale
Lancashire
OL111NA

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Thebigword Group Limited

Address

Link Up House
Ring Road
Leeds
West Yorkshire
LS126AB

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

London Borough of Newham

Address

Newham Dockside
1000 Dockside Road
London
E162QU

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Prestige Network

Address

8 Thatcham Business Village
Colthrop
Thatcham
Berkshire
RG194LW

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

Sign Solutions (SLIA) Limited

Address

Rectory Court
Old Rectory Lane
Alvechurch
Birmingham
West Midlands
B487SX

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No

WorldWide Resources Limited

Address

51 Castle Street
High Wycombe
Buckinghamshire
HP136RN

Reference

None

Supplier is SME?

No

Supplier is VCSE?

No


About the buyer

Contact name

Supplier Service Desk

Address

9th Floor, The Capital, Old Hall Street
Liverpool
L3 9PP
England

Telephone

+443450103503

Email

supplier@crowncommercial.gov.uk

Website

www.gov.uk/ccs