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 Award Notice

Language Services

  • First published: 03 June 2025
  • Last modified: 03 June 2025
  • Record interest

     

  • This file may not be fully accessible.

  •  

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)

Contents

Summary

OCID:
ocds-h6vhtk-040ace
Published by:
The Minister for the Cabinet Office acting through Crown Commercial Service
Authority ID:
AA77645
Publication date:
03 June 2025
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The Crown Commercial Service (the Authority) has established a comprehensive Framework Contract for Language Services, encompassing the following key components:

Translation Services

Transcription, Stenography and Recording Services

Telephone Interpreting

Spoken and Visual Video Interpreting Services

Spoken and Visual Face-to-Face Interpreting Services

The Framework Contract was structured into 5 Lots, with Lot 5 requiring overseas requirements to be met.

Full notice text

Contract award notice

Results of the procurement procedure

Section I: Contracting entity

I.1) Name and addresses

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

NUTS: UK

Internet address(es)

Main address: https://www.gov.uk/ccs

I.2) Joint procurement

The contract is awarded by a central purchasing body

I.4) Type of the contracting authority

Ministry or any other national or federal authority, including their regional or local subdivisions

I.5) Main activity

General public services

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Language Services

Reference number: RM6302

II.1.2) Main CPV code

79540000

 

II.1.3) Type of contract

Services

II.1.4) Short description

The Crown Commercial Service (the Authority) has established a comprehensive Framework Contract for Language Services, encompassing the following key components:

Translation Services

Transcription, Stenography and Recording Services

Telephone Interpreting

Spoken and Visual Video Interpreting Services

Spoken and Visual Face-to-Face Interpreting Services

The Framework Contract was structured into 5 Lots, with Lot 5 requiring overseas requirements to be met.

II.1.6) Information about lots

This contract is divided into lots: Yes

II.1.7) Total value of the procurement

Value excluding VAT: 250 000 000.00  GBP

II.2) Description

Lot No: 1

II.2.1) Title

National Managed Service

II.2.2) Additional CPV code(s)

32232000

32353000

48521000

48740000

64211000

72212740

75230000

79510000

79530000

79540000

79551000

79552000

79821100

79822300

79822500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot encompasses the provision of a comprehensive Managed Service across the United Kingdom.

Suppliers selected for Lot 1 must deliver a flexible solution, allowing the Buyer to call off one, some, or all services. The services, provided by Suppliers awarded to Lot 1, should cover advisory services, administrative support, and efficient business processes, tailored to meet the diverse language service requirements of the Buyer.

Spoken and Visual Translation, Transcription, Stenography, Recording and Support Services Spoken Telephone and Spoken and Visual Video Interpreting

Spoken and Visual Face to Face Interpreting

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot 1 – National Managed Service = 21 places

Lot No: 2

II.2.1) Title

Translation and Supporting Services

II.2.2) Additional CPV code(s)

48740000

72212740

79530000

79552000

79821100

79822300

79822500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

The provision of Translation and Support Services throughout the United Kingdom.

Translation: The conversion of written documents into another language as text.

Support Services: Additional services which include documentation formatting and file recreation.

Please note that this Lot would not support any visual or tactile requirements such as Braille or In-vision BSL, refer to Lot 4 for these services.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot 2 – Translation and Supporting Services = 22 places

Lot No: 3

II.2.1) Title

Transcription, Stenography and Recording Services

II.2.2) Additional CPV code(s)

48740000

72212740

79551000

79552000

79821100

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This lot entails the provision of Transcription, Stenography and Recording Services throughout the United Kingdom.

These included:

Transcription Services: The conversion of recorded speech into a written format, delivered remotely or onsite.

Recording Services: In person or remote recording and logging servicing.

Stenography Services: The provision of Stenographers to take dictation

using either shorthand notation or a stenotype machine, then later

transcribe their notes into formal documents/records either remotely or

onsite

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot 3 – Transcription, Stenography and Recording Services = 14 places

Lot No: 4

II.2.1) Title

Visual Interpreting Services

II.2.2) Additional CPV code(s)

32232000

32353000

48521000

48740000

72212740

79530000

79540000

79821100

79822300

79822500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot facilitated communication for the Deaf, Deafblind,

and others requiring support through the following services:

Interpreting Services: The provision of face to face and remote (VRS/VRI) interpreting services.

Translation Services: The provision of visual translation services, including BSL invision, braille and other visual/tactile translation services.

Transcription Services: The provision of subtitling and or captioning services.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot 4 – Visual Interpreting Services = 12 places

Lot No: 5

II.2.1) Title

Overseas and UK Interpreting Services

II.2.2) Additional CPV code(s)

32232000

32353000

48521000

48740000

64211000

72212740

75230000

79510000

79530000

79540000

79551000

79552000

79821100

79822300

79822500

II.2.3) Place of performance

NUTS code:

UK

II.2.4) Description of the procurement

This Lot facilitated the provision of Spoken Face to Face Interpreting Services throughout the United Kingdom and Overseas.

Suppliers awarded to this Lot are expected to deliver tailored solutions covering advisory services, administrative support, and efficient business processes to ensure effective delivery of services within the UK and Overseas.

II.2.5) Award criteria

Quality criterion: Quality / Weighting: 70

Price / Weighting:  30

II.2.11) Information about options

Options: No

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

Lot 5 – Overseas and UK Interpreting Services = 11 places

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

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 000-026674

Section V: Award of contract

Lot No: 1

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

07/05/2025

V.2.2) Information about tenders

Number of tenders received: 37

Number of tenders received from SMEs: 32

Number of tenders received by electronic means: 37

The contract has been awarded to a group of economic operators: No

V.2.3) Name and address of the contractor

See Contracts Finder Notice for full supplier list

9th Floor, The Capital, Old Hall Street. L3 9PP

Liverpool

L3 9PP

UK

NUTS: UK

The contractor is an SME: No

V.2.4) Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot: : 250 000 000.00  GBP

V.2.5) Information about subcontracting

Section VI: Complementary information

VI.3) Additional information

The value provided in Section II.1.7 is only an estimate. We cannot guarantee to suppliers any business through this Commercial Agreement.

As part of this contract award notice the following can be accessed at:

https://www.contractsfinder.service.gov.uk/Notice/e5ec2a2d-5b62-4a01-8ce7-49c3e58d5a93

1) Redacted Commercial Agreement

2) List of Successful Suppliers

3) Approved Customer list

4) Transparency Agenda

On 02/04/2014, 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 were required to 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 were required to demonstrate they comply with the technical requirements prescribed by Cyber Essentials, for services under and in connection with this procurement.

VI.4) Procedures for review

VI.4.1) Review body

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.4.2) Body responsible for mediation procedures

The Minister for the Cabinet Office acting through Crown Commercial Service

9th Floor, The Capital, Old Hall Street

Liverpool

L3 9PP

UK

Telephone: +44 3454102222

E-mail: supplier@crowncommercial.gov.uk

VI.5) Date of dispatch of this notice

27/05/2025

Coding

Commodity categories

ID Title Parent category
72212740 Foreign language translation software development services Programming services of application software
48740000 Foreign language translation software package Software package utilities
79822500 Graphic design services Composition services
79540000 Interpretation services Office-support services
75230000 Justice services Provision of services to the community
48521000 Music or sound editing software package Multimedia software package
79821100 Proofreading services Print finishing services
64211000 Public-telephone services Telephone and data transmission services
32353000 Sound recordings Parts of sound and video equipment
79510000 Telephone-answering services Office-support services
79530000 Translation services Office-support services
79822300 Typesetting services Composition services
79551000 Typing services Typing, word-processing and desktop publishing services
32232000 Video-conferencing equipment Radio transmission apparatus with reception apparatus
79552000 Word-processing services Typing, word-processing and desktop publishing 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:
supplier@crowncommercial.gov.uk
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.