Contract

Language Services - Lot 4

  • Ministry of Justice

F03: Contract award notice

Notice identifier: 2026/S 000-005963

Procurement identifier (OCID): ocds-h6vhtk-04a54f

Published 22 January 2026, 4:59pm



Section one: Contracting authority

one.1) Name and addresses

Ministry of Justice

102 Petty France

London

SW1H 9AJ

Email

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 4

two.1.2) Main CPV code

  • 80000000 - Education and training services

two.1.3) Type of contract

Services

two.1.4) Short description

The provision of Quality and Assurance of all Language Services contracts. This provision enables assurance in process and quality for the other Language Services Lots. 

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: £12,900,000

two.2) Description

two.2.1) Title

Quality and Assurance

Lot No

4

two.2.2) Additional CPV code(s)

  • 80000000 - Education and training 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: Staff Recruitment, retention, and performance / Weighting: 3.75%

Quality criterion - Name: MoJ Register  / Weighting: 15%

Quality criterion - Name: Interpreter assessments – Planned and Individual  / Weighting: 15%

Quality criterion - Name: Assurance Activity  / Weighting: 3.75%

Quality criterion - Name: Trainee Scheme / Weighting: 3.75%

Quality criterion - Name: Recruitment of Assessors  / Weighting: 15%

Quality criterion - Name: Training and Quality Management / Weighting: 7.5%

Quality criterion - Name: Complaints and Feedback / Weighting: 7.5%

Quality criterion - Name: Stakeholder engagement and continuous improvement   / 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;

Fraud, corruption, and bribery  - 3.75%

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

4

Title

Quality and Assurance

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

19 January 2026

five.2.2) Information about tenders

Number of tenders received: 2

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

five.2.3) Name and address of the contractor

The Language Shop Limited

London

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: £12,900,000


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