Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Elise.Ballantyne@justice.gov.uk
Country
United Kingdom
Region code
UK - United Kingdom
Internet address(es)
Main address
https://www.gov.uk/government/organisations/ministry-of-justice
one.2) Information about joint procurement
The contract is awarded by a central purchasing body
one.4) Type of the contracting authority
Ministry or any other national or federal authority
one.5) Main activity
General public services
Section two: Object
two.1) Scope of the procurement
two.1.1) Title
Language Services - Lot 2
two.1.2) Main CPV code
- 79540000 - Interpretation services
two.1.3) Type of contract
Services
two.1.4) Short description
The provision of spoken language interpreting including face to face, and video interpreting services. The interpreter in all cases must convert the spoken language from one language to another enabling listeners and speakers to understand each other.
two.1.6) Information about lots
This contract is divided into lots: Yes
two.1.7) Total value of the procurement (excluding VAT)
Value excluding VAT: £17,900,000
two.2) Description
two.2.1) Title
Secondary Spoken Interpreting
Lot No
2
two.2.2) Additional CPV code(s)
- 79540000 - Interpretation services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
The Ministry of Justice (MoJ) has entered into contracts for the delivery of Language Services. The contracts are split into 4 Lots, the scope of services includes face to face, telephone and video interpreting services for spoken languages, BSL, visual and tactile communication and quality and assurance of all language services.
two.2.5) Award criteria
Quality criterion - Name: Mobilisation and Transition / Weighting: 7.5%
Quality criterion - Name: Booking Service – Development, Implementation and Maintenance / Weighting: 15%
Quality criterion - Name: Delivery of Bookings / Weighting: 15%
Quality criterion - Name: Staff recruitment, retention and performance / Weighting: 3.75%
Quality criterion - Name: Supplier Telephone Helpdesk / Weighting: 7.5%
Quality criterion - Name: Complaints and Feedback / Weighting: 7.5%
Quality criterion - Name: Stakeholder engagement and Continuous Improvement / Weighting: 3.75%
Quality criterion - Name: Interpreter Recruitment / Weighting: 15%
Quality criterion - Name: Training and Quality Management / Weighting: 7.5%
Quality criterion - Name: Fraud, Corruption and Bribery / Weighting: 3.75%
Price - Weighting: Price Per Quality Point
two.2.11) Information about options
Options: No
two.2.13) Information about European Union Funds
The procurement is related to a project and/or programme financed by European Union funds: No
two.2.14) Additional information
Additional Quality Criteria;
Information Security - 3.75%
Social Value - 10%
Section four. Procedure
four.1) Description
four.1.1) Type of procedure
Open procedure
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 000-031661
Section five. Award of contract
Lot No
2
Title
Secondary Spoken Interpreting
A contract/lot is awarded: Yes
five.2) Award of contract
five.2.1) Date of conclusion of the contract
16 January 2026
five.2.2) Information about tenders
Number of tenders received: 4
The contract has been awarded to a group of economic operators: No
five.2.3) Name and address of the contractor
Translate UK Limited
Halifax
Country
United Kingdom
NUTS code
- UK - United Kingdom
The contractor is an SME
Yes
five.2.4) Information on value of contract/lot (excluding VAT)
Total value of the contract/lot: £17,900,000
Section six. Complementary information
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
London
Country
United Kingdom