Contract notice
Section I: Contracting
authority
I.1) Name and addresses
NHS Shared Business Services
05280446
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
UK
E-mail: nsbs.categorymanagementsourcing@nhs.net
NUTS: UK
Internet address(es)
Main address: https://www.sbs.nhs.uk/
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://discovery.ariba.com/rfx/22114846
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Other: Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
I.5) Main activity
Health
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Interpretation & Translation Services (SBS10519)
Reference number: SBS10519
II.1.2) Main CPV code
79540000
II.1.3) Type of contract
Services
II.1.4) Short description
NHS Shared Business Services act in an Agency capacity for and on behalf of its customers (Approved Organisations) - existing and new. These comprise of NHS and Social Care organisations (whether acting individually, or on behalf of, or together as members of any consortia) along with any other public or private sector bodies which NHS SBS authorises to use the resulting Framework.
NHS Shared Business Services Limited (NHS SBS) intends to put in place a Framework Agreement for the provision of Interpretation & Translation Services for Healthcare to be used by NHS SBS Approved Organisations.
Our Approved Organisation list can be found on:
https://www.sbs.nhs.uk/services/framework-agreements-categories/
The Framework will be structured using the following Lots
1. Lot 1 Face to Face (spoken language)
2. Lot 2 British Sign Language (BSL) (F2F, Video and Document)
3. Lot 3 Telephone Interpreting
4. Lot 4 Document Translation and ancillary services
5. Lot 5 Video Interpretation
6. Lot 6 One Stop Shop
We are committed to working with suppliers who are dedicated to Sustainability and Social Value and there will be a significant weighting on these elements in the tender.
II.1.5) Estimated total value
Value excluding VAT:
73 000 000.00
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
Face to Face (spoken language)
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers the provision of Face to Face Interpretation Services. Suppliers will supply spoken word interpreters, across a range of languages for varied public sector language requirements. This could include interpreters with language specialisms including legal, medical, pharmaceutical, financial, IT, media, trauma, children, education, mental health, transportation, engineering, procurement, marketing, housing, benefits, immigration, defence, security, technical and government (central and local).
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 2
II.2.1) Title
British Sign Language (BSL)
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers the provision of BSL Interpretation and Translation Services and ancillary services. Suppliers will supply interpreters or translators able to provide non-verbal communication to the deaf and deaf-blind community for varied public sector requirements.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 3
II.2.1) Title
Telephone Interpreting
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers the provision of Telephone Interpretation, Suppliers will provide telephone based spoken word services across a range of common and rare languages for varied public sector customers
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 4
II.2.1) Title
Document Translation and Ancillary Services
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot cover the provision of Document Translation services including transcription and ancillary services, such as website localisation services, transcription services and more. Suppliers will provide document translation services across a range of languages across all forms of written texts and performed by qualified translators, Machine translated, or a mixture of both with post translation editing. Documents can be varied and may include manuals, handbooks, marketing brochures, flyers, leaflets and letters, website material, guidance or information documents. File formats may include MS Word, MS Excel, MS PowerPoint, and text, RTF, PDF, Quark, Photoshop and Illustrator plus many more
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 5
II.2.1) Title
Video Interpretation
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
This Lot covers the provision of Video Interpretation Services, both 'On-Demand' and 'Pre-Booked' services with the ability to use commonly used video conferencing software or bespoke portals from suppliers
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Lot No: 6
II.2.1) Title
One Stop Shop (Managed Service)
II.2.2) Additional CPV code(s)
79530000
II.2.3) Place of performance
NUTS code:
UK
II.2.4) Description of the procurement
The One Stop Shop is a comprehensive, managed service that includes all aspects of Interpretation and Translation (spoken, BSL, telephone, video, and document translation)..
This framework has 6 lots which are, Lot 1 Face to Face (spoken language) Lot 2 British Sign Language (BSL) (F2F, Video and Document) Lot 3 Telephone Interpreting Lot 4 Document Translation and ancillary services Lot 5 Video Interpretation and Lot 6 Managed Service.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 24
This contract is subject to renewal: No
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:
Yes
Description of options:
Up to 24 month extension
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
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.
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:
2024/S 000-016519
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
13/03/2025
Local time: 12:00
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
Duration in months: 6 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
13/03/2025
Local time: 13:00
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.3) Additional information
The value provided in 2.6 is only an estimate. NHS SBS cannot guarantee to successful Suppliers any business through this Framework Agreement. Spend and volumes may vary throughout the life of the Framework Agreement from the anticipated levels given in this notice.
VI.4) Procedures for review
VI.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
UK
VI.5) Date of dispatch of this notice
16/01/2025