Language Services Framework for UK Public Sector – Market Engagement Webinar
Crown Commercial Service as the authority intends to put in place a pan government collaborative agreement for the provision of Language Services to be utilised by Central Government Departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.
United Kingdom-Liverpool: Interpretation services
2020/S 122-300435
Prior information notice
This notice is for prior information only
Services
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addresses
Postal address: 9th Floor, The Capital Building, Old Hall Street
Town: Liverpool
NUTS code: UK UNITED KINGDOM
Postal code: L3 9PP
Country: United Kingdom
E-mail: supplier@crowncommercial.gov.uk
Telephone: +44 3450103503
I.2)Information about joint procurement
I.3)Communication
I.4)Type of the contracting authority
I.5)Main activity
Section II: Object
II.1.1)Title:
Language Services Framework
II.1.2)Main CPV code
II.1.3)Type of contract
II.1.4)Short description:
Crown Commercial Service (CCS) as the authority intends to put in place a pan government collaborative agreement for the provision of Language Services to be utilised by Central Government Departments and all other UK public sector bodies, including local authorities, health, police, fire and rescue, education and devolved administrations.
The lotting structure of this framework will be determined as a result of the market engagement.
II.1.5)Estimated total value
II.1.6)Information about lots
II.2.1)Title:
National Managed Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a managed service throughout the United Kingdom.
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of the lot to be delivered by a single supplier on a national scale.
The services will include:
• translation services
• transcription service
• telephone interpretation services
• video interpretation services
• face to face interpretation (spoken and non-spoken).
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.2.1)Title:
Written Translation, Transcription and Ancillary Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of written translation, transcription and ancillary services throughout the United Kingdom.
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of this lot to be delivered by a single supplier on a national scale.
The services required will include the translation and transcription of:
— advisory/guidance and instruction documents,
— correspondence and information leaflets,
— technical, scientific, legal, medical, financial or any other specialist category,
— verbatim (word for word),
— artwork, design, illustration and typesetting,
— proofreading,
— multimedia and e-learning,
— Campaign collateral,
— website localisation,
— software localisation; and
— audio/video recordings to written text.
The supplier may be required to deliver any of the services using human and/or computer aided tools.
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.2.1)Title:
Telephone and Video Interpretation Services (Spoken)
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a spoken telephone interpreting and video language services throughout the United Kingdom.
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of this lot to be delivered by a single supplier on a national scale.
The services required will include:
• the conversion of a spoken language from one language to another, enabling listeners and speakers to understand each other via telephone;
• video interpreters who can convert a spoken language from one language to another enabling listeners, viewers and speakers to understand each other.
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.2.1)Title:
Non Spoken Language Services
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of non-spoken language services throughout the United Kingdom on a regional basis. The regions are as follows:
4a — North East
4b — North West
4c — Yorkshire and the Humberside
4d — East Midlands
4e — West Midlands
4f — East of England
4g — London
4h — South East
4i — South West
4j — Wales
4k — Scotland
4l — Northern Ireland.
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of this lot to be delivered by a single supplier on a regional basis.
The services required will include:
• face to face interpretation
• video interpreting
• translation service
• transcription services.
These services are designed to support the communication between deaf and deaf/blind people and others requiring support to access English.
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.2.1)Title:
Regional Managed Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of a managed service throughout the United Kingdom and overseas on a regional basis. The regions are broken down as follows:
4a — North East
4b — North West
4c — Yorkshire and the Humberside
4d — East Midlands
4e — West Midlands
4f — East of England
4g — London
4h — South East
4i — South West
4j — Wales
4k — Scotland
4l — Northern Ireland
4m — Overseas
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of the lot to be delivered by a single supplier on a regional basis.
The services will include:
• translation services
• transcription service
• telephone interpretation services
• video interpretation services
• face to face interpretation (spoken and non-spoken).
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.2.1)Title:
Quality Assurance Service
II.2.2)Additional CPV code(s)
II.2.3)Place of performance
II.2.4)Description of the procurement:
The provision of quality assurance on interpreters/translators who operate under a call off via RM6141.
The scope of this lot will enable contracting authorities to select 1 or more services within the remit of the lot to be delivered by a single supplier up to a national scale.
These services include:
• assessment of recording of a face to face booking (audio or video):
• assessment of a live booking in person (spoken)
• assessment of a live booking in person (non-spoken)
• telephone and video interpretation
• assessment of a telephone interpretation
• assessment of a video interpretation (spoken)
• assessment of a video interpretation (non-spoken)
• video role play assessments
• assessment of a spoken language interpreter
• assessment of a non-spoken language interpreter.
II.2.14)Additional information
The lot structure and/or service required is provisional and may change prior to OJEU.
II.3)Estimated date of publication of contract notice:
Section IV: Procedure
IV.1.8)Information about the Government Procurement Agreement (GPA)
Section VI: Complementary information
VI.3)Additional information:
Crown Commercial Service intends to engage with the market to obtain suggestions and feedback on the proposed structure of the framework. This engagement will be undertaken via Webinar due to the ongoing restrictions.
For further information please see following link: https://www.contractsfinder.service.gov.uk/Notice/54371cf2-4960-4b8f-84be-afcae0e1c23d
To participate in this session please sign up via the following eventbrite page: https://www.eventbrite.co.uk/e/language-services-market-engagement-rm6141-tickets-110607698604
Please note tickets for this session will close on midnight 26 July 2020.
Crown Commercial Service (CCS) will use an eSourcing system for this competition and reserves the right to use an electronic auction. The eSourcing system we will use is https://crowncommercialservice.bravosolution.co.uk
Please note that, to register, you must have a valid DUNS number (as provided by Dun and Bradstreet) for the organisation which you are registering, who will be entering into a contract if invited to do so.
The value in II.1.5) is an indicative value over 3 years.
The date in II.3) is the estimated date of publication, please refer to the CCS website page https://www.crowncommercial.gov.uk/agreements/upcoming for updates and monitor Tenders Electronic Daily for the publication of the OJEU contract notice.
Please note the Cyber Essentials scheme is mandatory for Central Government Contracts which involve handling personal information and providing certain ICT products and services. The Government is taking steps to further 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 properly implemented, will provide organisations with basic protection from the most prevalent forms of threat coming from the internet.
To participate in this procurement, bidders will be required to demonstrate that they are Cyber Essentials certified for the services under and in connection with the procurement.
The bidder may be awarded a contract but shall not enter into any call off contracts with buyers until they are able to demonstrate to CCS that they meet the technical requirements prescribed by the Cyber Essentials Scheme for services under and in connection with this procurement.
The services that arise from this framework will involve the supplier holding material that has been assigned a protective marking under the Government Security Classifications Scheme (April 2014) of OFFICIAL/SECRET/TOP SECRET. Bidders will be required to implement their solution in accordance with the Agreement Schedule, “Security Requirement and Plan”, to meet the Agreement requirements. This will be released at the ITT stage.
Additionally, suppliers will be expected to hold/be working towards the following certificates or equivalent. Please note the below is only indicative and further standards may be applied prior to the ITT being issued:
• ISO 9001:2015
• ISO 10007:2017
• ISO 22301
• ISO/IEC 24762:2008
• ISO/IEC 27031:2011
• BS EN ISO 14001:2015
• ISO 27001
• ISO 45001.
VI.5)Date of dispatch of this notice: