Tender

Tender Notice - TLS II

  • Mid South Essex NHS Foundation Trust

UK4: Tender notice - Procurement Act 2023 - view information about notice types

Notice identifier: 2025/S 000-039272

Procurement identifier (OCID): ocds-h6vhtk-055da6

Published 11 July 2025, 1:29pm



Scope

Reference

PR-1006

Description

The framework will include a range of Services including on-site face-to-face interpreting for spoken languages, the provision of remote interpreting solutions for spoken and non-spoken languages, enabling the immediate connection to an interpreter on the telephone, by video, by video conferencing and/or via a secure app-based service alongside the provision of wider translation and transcription services. The Services will also encompass a range of solutions for on-site and/or remote interpretation and translation solutions for non-spoken languages, including the provision of a managed or subscription-based service with technology to cover on-site (non-spoken) and/or remote (non-spoken) interpretation and translation services including British Sign Language (BSL).

This includes the deployment of a managed or subscription-based service with technology to cover on-site (spoken) and/or remote (spoken and non-spoken) interpretation, translation, and transcription services

Commercial tool

Establishes a framework

Total value (estimated)

  • £40,000,000 excluding VAT
  • £48,000,000 including VAT

Above the relevant threshold

Contract dates (estimated)

  • 15 September 2025 to 14 September 2027
  • Possible extension to 14 September 2029
  • 4 years

Description of possible extension:

I (one) extension option of 2 (two) years

Main procurement category

Services

CPV classifications

  • 79540000 - Interpretation services

Lot constraints

Description of how multiple lots may be awarded:

Each Lot will be evaluated independently against the award criteria, and any bidder that is recomended for award to multiple Lots shall receive a single Framework AGreement covering all Lots to which they are awarded.


Lot 1. Spoken Interpretation, Translation and Transcription Services

Description

Interpretation, Translation and Transcription Services (On-site and/or Remote) facilitating access to Suppliers providing Spoken translation services, including rare languages and those that are deemed to be more frequently provided.

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 and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 2. Non-Spoken Interpretation and Translation Services

Description

Interpretation and Translation Services (On-site and/or Remote) enables Participating Authorities to access Suppliers who are capable of providing Non-Spoken Translators and Interpreters which includes but is not limited to British Sign Language (BSL).

Lot value (estimated)

  • £20,000,000 excluding VAT
  • £24,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Lot 3. Interpretation, Translation and Transcription Managed Services

Description

will allow provision of multiple Lots under a single contract under a managed service and the added utilisation of technology software.

Lot value (estimated)

  • £5,000,000 excluding VAT
  • £6,000,000 including VAT

Framework lot values may be shared with other lots

Same for all lots

CPV classifications and contract dates are shown in the Scope section, because they are the same for all lots.


Framework

Maximum number of suppliers

999

Maximum percentage fee charged to suppliers

1%

Framework operation description

All services are priced per unit (either time, or 'per word' for translation services) and in some cases are subject to initialminimum booking times

Award method when using the framework

Either with or without competition

Contracting authorities that may use the framework

Avaialble to all public sector contracting authorities recognised by the UK government.


Submission

Enquiry deadline

23 July 2025, 3:00pm

Tender submission deadline

11 August 2025, 2:00pm

Submission address and any special instructions

Tenders may be submitted electronically

Yes

Languages that may be used for submission

English

Award decision date (estimated)

29 August 2025


Award criteria

This table contains award criteria for this lot
Name Description Type Weighting
Technical

Bidder responses assessed against the scoring criteria and methodology provided.

Quality 55.00%
Price

Submitted pricing applied to spend profile in order to generate evaluated cost to serve. scored as an inverse proportion aganst the best value bid

Price 35.00%
Social Value

Fixed value. Bidder responses assessed against the scoring criteria and methodology provided.

Quality 10.00%

Other information

Conflicts assessment prepared/revised

Yes


Procedure

Procedure type

Open procedure

Justification for not publishing a preliminary market engagement notice

PME was undertaken with approximately 10 suppliers in January 2025, prior to the implementation of the Procurement Act. All contracted suppliers on the existing framework were invited to participate and offered insight into best practice around cancellation and appropriate reimbursement (ie service credits).


Contracting authority

Mid South Essex NHS Foundation Trust

  • NHS Organisation Data Service: RAJ

Nether Mayne

Basildon

SS16 5NL

United Kingdom

Contact name: Customer Care

Telephone: 01268 524900

Email: customercare@htepg.com

Website: https://www.mse.nhs.uk/

Region: UKH37 - Essex Thames Gateway

Organisation type: Public authority - central government


Other organisation

These organisations are carrying out the procurement, or part of it, on behalf of the contracting authorities.

HealthTrust Europe LLP

Summary of their role in this procurement: On 11th August 2021, Mid and South Essex NHS Foundation Trust (MSE) published a contract notice for procurement partner services. HealthTrust Europe LLP (HTE) was selected to provide these services under the MSE Framework, including access to HTE's public sector frameworks. HTE is now conducting this procurement exercise as part of its services to the Customers under the MSE Framework.

  • Companies House: OC358224

19 George Road

Birmingham

B15 1NU

United Kingdom

Contact name: Customer Care

Telephone: 08458875000

Email: customercare@htepg.com

Region: UKG31 - Birmingham


Contact organisation

Contact HealthTrust Europe LLP for any enquiries.