Section one: Contracting authority
one.1) Name and addresses
Ministry of Justice
102 Petty France
London
SW1H 9AJ
Contact
Elise Ballantyne
elise.ballantyne@justice.gov.uk
Telephone
+44 02033343555
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.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://ministryofjusticecommercial.bravosolution.co.uk
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://ministryofjusticecommercial.bravosolution.co.uk
Tenders or requests to participate must be submitted to the above-mentioned address
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
The Provision of Language Services
two.1.2) Main CPV code
- 79540000 - Interpretation services
two.1.3) Type of contract
Services
two.1.4) Short description
The Ministry of Justice (MoJ) is running a procurement exercise for the delivery of Language Services. The services are available to the Ministry of Justice, its executive agencies and its arm's length bodies. 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.1.5) Estimated total value
Value excluding VAT: £269,748,051
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
The Provision of Language Services - Spoken Languages (Primary)
Lot No
1
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
Face to face and remote interpreting for spoken languages
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £247,527,861
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 October 2026
This contract is subject to renewal
Yes
Description of renewals
Initial period of four years with extension options of one plus one plus one (4+1+1+1)
two.2.10) Information about variants
Variants will be accepted: No
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
Estimated potential value of the contract - £247,527,861.00 - £310,036,237.95
two.2) Description
two.2.1) Title
The Provision of Language Services - Quality and Assurance
Lot No
4
two.2.2) Additional CPV code(s)
- 72225000 - System quality assurance assessment and review services
two.2.3) Place of performance
NUTS codes
- UK - United Kingdom
two.2.4) Description of the procurement
Quality and Assurance of Language Services
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £4,395,566
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 October 2026
This contract is subject to renewal
Yes
Description of renewals
An initial period of four years with extension options of one plus one plus one (4+1+1+1).
two.2.10) Information about variants
Variants will be accepted: No
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
Estimated potential value of the contract - £4,395,566.00 - £8,072,529.35
two.2) Description
two.2.1) Title
The Provision of Language Services - Spoken Languages (Secondary)
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
Face to face and remote interpreting for spoken languages
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £3,625,000
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 October 2026
This contract is subject to renewal
Yes
Description of renewals
An initial period of two years with extension options of up to five further years in one or more extensions (2+1+1+1+1+1).
two.2.10) Information about variants
Variants will be accepted: No
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
Estimated potential value of the contract - £3,625,000.00 - £7,301,963.35
two.2) Description
two.2.1) Title
The Provision of Language Services - Visual and Tactile
Lot No
3
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
Face to face and remote interpreting for BSL and visual and tactile communication
two.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
two.2.6) Estimated value
Value excluding VAT: £14,199,624
two.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start date
5 October 2026
This contract is subject to renewal
Yes
Description of renewals
An initial period of four years with extension options of one plus one plus one (4+1+1+1).
two.2.10) Information about variants
Variants will be accepted: No
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
Estimated potential value of the contract - £14,199,624.00 - £17,876,587.35
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.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: Yes
four.2) Administrative information
four.2.2) Time limit for receipt of tenders or requests to participate
Date
28 November 2024
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: 18 (from the date stated for receipt of tender)
four.2.7) Conditions for opening of tenders
Date
28 November 2024
Local time
12:00pm
Section six. Complementary information
six.1) Information about recurrence
This is a recurrent procurement: No
six.2) Information about electronic workflows
Electronic ordering will be used
Electronic invoicing will be accepted
Electronic payment will be used
six.3) Additional information
Estimated potential total value of the contracts - £269,748,051 - £343,287,318
six.4) Procedures for review
six.4.1) Review body
The High Court of England and Wales
Royal Courts of Justice, Strand
London
WC2A 2LL
Country
United Kingdom
six.4.3) Review procedure
Precise information on deadline(s) for review procedures
Ministry of Justice will incorporate a minimum 10 calendar day Standstill Period following electronic notification (minimum of 15 calendar days for any other means of communication) to unsuccessful applicants of the award decision.
Communications should be made through the Ministry of Justice eSourcing portal.