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

Interpretation & Translation Services (SBS10519)

  • First published: 26 February 2025
  • Last modified: 26 February 2025
  • Version: N/A
  • This file may not be fully accessible.

  •  

Information icon

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)

Information icon
You are viewing an expired notice.

Contents

Summary

OCID:
ocds-h6vhtk-046b81
Published by:
NHS Shared Business Services
Authority ID:
AA78032
Publication date:
26 February 2025
Deadline date:
13 March 2025
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

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.

Full notice text

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

Coding

Commodity categories

ID Title Parent category
79540000 Interpretation services Office-support services
79530000 Translation services Office-support 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:
nsbs.categorymanagementsourcing@nhs.net
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.