Section one: Contracting authority
one.1) Name and addresses
NHS Shared Business Services
Three Cherry Tree Lane
Hemel Hempstead
HP2 7AH
nsbs.categorymanagementsourcing@nhs.net
Country
United Kingdom
Region code
UK - United Kingdom
Companies House
05280446
Internet address(es)
Main address
one.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 above-mentioned address
Tenders or requests to participate must be submitted to the above-mentioned address
one.4) Type of the contracting authority
Other type
Public Sector Framework Provider https://www.sbs.nhs.uk/nhs-sbs-about-us
one.5) Main activity
Health
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Interpretation & Translation Services (SBS10519)
Reference number
SBS10519
two.1.2) Main CPV code
- 79540000 - Interpretation services
two.1.3) Type of contract
Services
two.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.
two.1.5) Estimated total value
Value excluding VAT: £73,000,000
two.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
two.2) Description
two.2.1) Title
Face to Face (spoken language)
Lot No
1
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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).
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
two.2) Description
two.2.1) Title
British Sign Language (BSL)
Lot No
2
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
two.2) Description
two.2.1) Title
Telephone Interpreting
Lot No
3
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
two.2) Description
two.2.1) Title
Document Translation and Ancillary Services
Lot No
4
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
two.2) Description
two.2.1) Title
Video Interpretation
Lot No
5
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
two.2) Description
two.2.1) Title
One Stop Shop (Managed Service)
Lot No
6
two.2.2) Additional CPV code(s)
- 79530000 - Translation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.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.
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
24
This contract is subject to renewal
No
two.2.10) Information about variants
Variants will be accepted: No
two.2.11) Information about options
Options: Yes
Description of options
Up to 24 month extension
Section three. Legal, economic, financial and technical information
three.1) Conditions for participation
three.1.2) Economic and financial standing
Selection criteria as stated in the procurement documents
three.1.3) Technical and professional ability
Selection criteria as stated in the procurement documents
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
four.1.3) Information about a framework agreement or a dynamic purchasing system
The procurement involves the establishment of a framework agreement
Framework agreement with several operators
four.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.1) Previous publication concerning this procedure
Notice number: 2024/S 000-016519
four.2.2) Time limit for receipt of tenders or requests to participate
Date
13 March 2025
Local time
12:00pm
four.2.4) Languages in which tenders or requests to participate may be submitted
English
four.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)
four.2.7) Conditions for opening of tenders
Date
13 March 2025
Local time
1:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.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.
six.4) Procedures for review
six.4.1) Review body
High Court of England and Wales
Royal Courts of Justice
London
WC1A 2LL
Country
United Kingdom