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