Scope
Reference
4783
Description
East Sussex County Council (ESCC) requires Translation and Interpreting Services in order to meet our commitment to delivering accessible services and help towards meeting some of the needs of the diverse communities within the county.
ESCC currently acts as lead Authority for the 'SUSTI Framework' (Sussex Translation & Interpreting) which is accessed by CCGs (Clinical Commissioning Groups), NHS organisations, West Sussex County Council (WSCC), Surrey County Council (SCC), Brighton and Hove City Council (BHCC) along with District & Borough Councils across East and West Sussex and Surrey.
The current Framework ends 31st December 2025. The service wishes to let a replacement framework to ensure that there is continuation of service provision and delivery.
Legal advice and support have been sought to include, but is not limited to:
• Consideration of changes to the associated Framework and call-off Terms and Conditions;
• support with invitation to tender;
• advice on the Framework structure;
• advice on Access Agreements (whether they are needed and how they are executed);
advice on potential use of competitive flexible procedure under new Procurement Act 2023
This will be a multi-supplier framework. the proposed Lot structure at present, to be agreed once preliminary market engagement has taken place is:
• Lot 1. Spoken Language - remote (telephone/video) and face-to-face
• Lot 2. Non-Spoken Languages (eg: British Sign Language) - remote (video) and face-to-face
• Lot 3. Translation, Transcription and Ancillary Services
Commercial tool
Establishes a framework
Total value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Above the relevant threshold
Contract dates (estimated)
- 1 January 2026 to 31 December 2029
- 4 years
Main procurement category
Services
CPV classifications
- 79530000 - Translation services
- 79540000 - Interpretation services
Contract locations
- UKJ21 - Brighton and Hove
- UKJ22 - East Sussex CC
- UKJ25 - West Surrey
- UKJ26 - East Surrey
- UKJ27 - West Sussex (South West)
- UKJ28 - West Sussex (North East)
- UKJ3 - Hampshire and Isle of Wight
- UKJ4 - Kent
Lot 1. Face to face and Telephone/Video Interpreting Services for Spoken Language
Description
Spoken Face-to-Face and Telephone or Video Interpreting Services for Spoken Language
As described in the Stage 2 procurement documents.
Lot value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 2. Face-to-Face and Video Interpreting Services for Non-spoken Languages (eg: BSL)
Description
Face-to-Face and Video Interpreting Services for Non-spoken Languages (eg: BSL)
As detailed in the Stage 2 procurement documents.
Lot value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Lot 3. Translation, Transcription and Ancillary Services
Description
Translation, Transcription and Ancillary Services
As described in the Stage 2 procurement documents
Lot value (estimated)
- £15,000,000 excluding VAT
- £18,000,000 including VAT
Framework lot values may be shared with other lots
Same for all lots
CPV classifications, contract locations and contract dates are shown in the Scope section, because they are the same for all lots.
Framework
Maximum number of suppliers
Unlimited
Maximum percentage fee charged to suppliers
2%
Further information about fees
For Bidders that are successfully appointed to the Framework, if the total annual spend from all Participating Authorities is £5,000 or more (excluding VAT), those Bidders will be required to pay a Framework Fee (calculated as 2% of the total annual spend) to the Council to support and facilitate the administration of the Framework. The Framework Fee will be collected annually in arrears.
Framework operation description
Prices will be fixed for the duration of the Framework. Contracts will be awarded without re-opening competition and this will be based on Bidder's ranking.
Award method when using the framework
Without competition
Contracting authorities that may use the framework
East Sussex County Council Surrey County Council Brighton & Hove City Council West Sussex County Council
All District and Borough Councils and Maintained Schools covered by the International Territorial Level TLJ2
All Health Authorities, National Health Service Trusts, Integrated Care Boards, social care organisations, and any other person(s) or body established or financed under the National Health Service Act 1977 as amended and future bodies (e.g. Foundation Trusts) associated with the delivery of healthcare, within East Sussex, Surrey, Brighton & Hove and West Sussex
Sussex Police Authority, Surrey Police Authority
East Sussex Fire and Rescue Service, West Sussex Fire and Rescue Service, Surrey Fire and Rescue Service
South East Coast Ambulance Service
Voluntary and Community Organisations (including 3rd Sector Organisations) and Housing Associations with a presence in East Sussex, Surrey, Brighton & Hove and West Sussex.
Contracting authority location restrictions
- UKJ2 - Surrey, East and West Sussex
- UKJ3 - Hampshire and Isle of Wight
- UKJ4 - Kent
Participation
Particular suitability
Lot 1. Face to face and Telephone/Video Interpreting Services for Spoken Language
Lot 2. Face-to-Face and Video Interpreting Services for Non-spoken Languages (eg: BSL)
Lot 3. Translation, Transcription and Ancillary Services
- Small and medium-sized enterprises (SME)
- Voluntary, community and social enterprises (VCSE)
Submission
Submission type
Requests to participate
Deadline for requests to participate
12 June 2025, 12:00pm
Submission address and any special instructions
Documents to be submitted should be uploaded using the Supplier Network e-Sourcing Portal
https://supplierlive.proactisp2p.com/Account/Login
Search for RFX1000903
Tenders may be submitted electronically
Yes
Languages that may be used for submission
English
Award decision date (estimated)
6 November 2025
Award criteria
Name | Type | Weighting |
---|---|---|
Quality | Quality | 60% |
Price | Price | 40% |
Other information
Applicable trade agreements
- Government Procurement Agreement (GPA)
Conflicts assessment prepared/revised
Yes
Procedure
Procedure type
Competitive flexible procedure
Competitive flexible procedure description
We are utilising a two stage Competitive Flexible Procedure process. At Stage 1, a Procurement Specific Questionnaire (PSQ) will be used to assess and down select bidders to be taken forwards to Stage 2 the Invitation to Tender.
Contracting authority
East Sussex County Council
- Public Procurement Organisation Number: PXGX-2145-PRQJ
County Hall, St Anne's Crescent
Lewes
BN7 1UE
United Kingdom
Contact name: Richard Pocklington
Region: UKJ22 - East Sussex CC
Organisation type: Public authority - sub-central government