Tender

Framework for the Procurement of Court Reporting and Transcription (CRT) Services

MINISTRY OF JUSTICE

This public procurement record has 1 release in its history.

Tender

18 Nov 2022 at 16:51

Summary of the contracting process

The Ministry of Justice is conducting a tender for the procurement of Court Reporting and Transcription (CRT) Services on behalf of HM Courts & Tribunals Service. The procurement involves the intention to obtain services under a framework agreement for Off-site, Attendance-based, and Real-time Transcription Services. The tender response deadline has been extended until 23rd December 2022 at 11:00 (GMT). The procurement is managed under the Light Touch Regime and aims to ensure compliance with security standards for handling HMCTS data within the UK.

This tender presents an opportunity for businesses specializing in judicial services to compete for providing Court Reporting and Transcription services. Suitable businesses should be able to offer Off-site, Attendance-based, and Real-time Transcription Services. Small and medium-sized enterprises (SMEs) are encouraged to participate. The Ministry of Justice has highlighted key security requirements that bidders must meet to ensure data protection and service quality. Interested businesses need to register on the MOJ Sourcing Portal and access the Invitation to Tender Pack for detailed competition stages, evaluation criteria, and award processes.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Framework for the Procurement of Court Reporting and Transcription (CRT) Services

Notice Description

The Ministry of Justice (hereafter the Authority) intends to run a competition for the procurement of Court Reporting and Transcription Services (CRT) on behalf of HM Courts & Tribunals Service (HMCTS). The Authority is legally required to record Court proceedings across England and Wales and where requested, produce official transcripts from these hearings. The transcripts are used as evidence in appeals, legal publishing for public interest and form part of case law. It is the intention that the following transcription services will be procured under a framework agreement: a. Off-site Transcription Services (OTS) which involves the Court recordings being sent to the relevant supplier where they produce the transcription services based on the contracted service level timeframe. b. Attendance-based Transcription Services (ATS) comprises stenographers or loggers attending the Court proceeding and then later producing the transcript to the contracted timescales. c. Real-time Transcription Services (RTS) involves temporarily supplying equipment and production of near-instantaneous transcriptions of proceedings on site. Information Assurance and Security requirements include: - Compliance against Cabinet Office standards for providing ICT services to Her Majesty's Government (HMG) or equivalent - All Her Majesty's Courts and Tribunals Service (HMCTS) data accessed, obtained or processed will not be processed or accessed from outside of the UK. For the initial Call-Off Contracts the intention is for: - Bidders to be limited to one Lot 1 Call-Off Contract - Lot 2 and 3 Call-Off Contracts to be awarded to different Bidders for supplier contingency; and - A maximum of two Call-Off Contracts to be awarded any individual Bidder. However, this is subject to a sufficient number of Bidders being successfully awarded to the individual Lots. Additional information: The tender response deadline has been extended until 23rd December 2022 at 11:00 (GMT). The Authority is managing this procurement in accordance with its general obligations under the Laws of England and Wales and utilising the Light Touch Regime broadly in accordance with the Open Procedure set out in the Regulations. Information Assurance and Security requirements include: - Compliance against Cabinet Office standards for providing ICT services to Her Majesty's Government (HMG) or equivalent - All Her Majesty's Courts and Tribunals Service (HMCTS) data accessed, obtained or processed will not be processed or accessed from outside of the UK. For the initial Call-Off Contracts the intention is for: - Bidders to be limited to one Lot 1 Call-Off Contract - Lot 2 and 3 Call-Off Contracts to be awarded to different Bidders for supplier contingency; and - A maximum of two Call-Off Contracts to be awarded any individual Bidder. However, this is subject to a sufficient number of Bidders being successfully awarded to the individual Lots. Based on the Authority's assessment of the Bidders' economic and financial security, some Bidders may be required to provide a signed Parent Company Guarantee within 15 working days of the Call-Off Contract Decision Letter. If a Parent Company Guarantee, signed by a Parent or Ultimate Parent Company with suitable economic and financial standing is not provided to sufficiently assure the Authority within the requested timescale, the Call-Off Contract(s) will not be placed with the Bidder. Further detail about the requirement, competition stages, evaluation and award process is provided in the Invitation to Tender Pack. The Bidder will need to Register on the MOJ Sourcing Portal (at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) if they do not already have an account which directly relates to the part of their organisation that is submitting the Tender. Once logged in navigate to 'ITTs Open to All Suppliers' and then select 'ITT_6329' which relates to the Procurement for the Court Reporting and Transcription (CRT) Services Framework. The ITT documents are within the Attachments drop down menu.

Publication & Lifecycle

Open Contracting ID
ocds-b5fd17-3b2abd2f-b8c4-463b-a8a6-c44e4294f73c
Publication Source
Contracts Finder
Latest Notice
https://www.contractsfinder.service.gov.uk/Notice/c6955d65-79af-4701-95a1-be03064ae754
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Framework
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Other - Light Touch Regime broadly in accordance with the open procedure set out in PCR 2015
Tender Suitability
SME
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

75 - Administration, defence and social security services


CPV Codes

75231000 - Judicial services

Notice Value(s)

Tender Value
£17,903,695 £10M-£100M
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
18 Nov 20223 years ago
Submission Deadline
23 Dec 2022Expired
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
2 Jul 2023 - 30 Jun 2025 1-2 years
Recurrence
Not specified

Notice Status

Tender Status
Active
Lots Status
Not Specified
Awards Status
Not Specified
Contracts Status
Not Specified

Contracting Authority (Buyer)

Main Buyer
MINISTRY OF JUSTICE
Contact Name
Sarah Burton
Contact Email
ccmdopenjustice@justice.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
LONDON
Postcode
SW1H 9AJ
Post Town
South West London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI3 Inner London - West
Small Region (ITL 3)
TLI35 Westminster and City of London
Delivery Location
TLC North East (England), TLD North West (England), TLE Yorkshire and The Humber, TLF East Midlands (England), TLG West Midlands (England), TLI London, TLJ South East (England), TLK South West (England), TLL Wales

Local Authority
Westminster
Electoral Ward
St James's
Westminster Constituency
Cities of London and Westminster

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-b5fd17-3b2abd2f-b8c4-463b-a8a6-c44e4294f73c-2022-11-18T16:51:40Z",
    "date": "2022-11-18T16:51:40Z",
    "ocid": "ocds-b5fd17-3b2abd2f-b8c4-463b-a8a6-c44e4294f73c",
    "language": "en",
    "initiationType": "tender",
    "tender": {
        "id": "tender_300547/1148020",
        "title": "Framework for the Procurement of Court Reporting and Transcription (CRT) Services",
        "description": "The Ministry of Justice (hereafter the Authority) intends to run a competition for the procurement of Court Reporting and Transcription Services (CRT) on behalf of HM Courts & Tribunals Service (HMCTS). The Authority is legally required to record Court proceedings across England and Wales and where requested, produce official transcripts from these hearings. The transcripts are used as evidence in appeals, legal publishing for public interest and form part of case law. It is the intention that the following transcription services will be procured under a framework agreement: a. Off-site Transcription Services (OTS) which involves the Court recordings being sent to the relevant supplier where they produce the transcription services based on the contracted service level timeframe. b. Attendance-based Transcription Services (ATS) comprises stenographers or loggers attending the Court proceeding and then later producing the transcript to the contracted timescales. c. Real-time Transcription Services (RTS) involves temporarily supplying equipment and production of near-instantaneous transcriptions of proceedings on site. Information Assurance and Security requirements include: - Compliance against Cabinet Office standards for providing ICT services to Her Majesty's Government (HMG) or equivalent - All Her Majesty's Courts and Tribunals Service (HMCTS) data accessed, obtained or processed will not be processed or accessed from outside of the UK. For the initial Call-Off Contracts the intention is for: - Bidders to be limited to one Lot 1 Call-Off Contract - Lot 2 and 3 Call-Off Contracts to be awarded to different Bidders for supplier contingency; and - A maximum of two Call-Off Contracts to be awarded any individual Bidder. However, this is subject to a sufficient number of Bidders being successfully awarded to the individual Lots. Additional information: The tender response deadline has been extended until 23rd December 2022 at 11:00 (GMT). The Authority is managing this procurement in accordance with its general obligations under the Laws of England and Wales and utilising the Light Touch Regime broadly in accordance with the Open Procedure set out in the Regulations. Information Assurance and Security requirements include: - Compliance against Cabinet Office standards for providing ICT services to Her Majesty's Government (HMG) or equivalent - All Her Majesty's Courts and Tribunals Service (HMCTS) data accessed, obtained or processed will not be processed or accessed from outside of the UK. For the initial Call-Off Contracts the intention is for: - Bidders to be limited to one Lot 1 Call-Off Contract - Lot 2 and 3 Call-Off Contracts to be awarded to different Bidders for supplier contingency; and - A maximum of two Call-Off Contracts to be awarded any individual Bidder. However, this is subject to a sufficient number of Bidders being successfully awarded to the individual Lots. Based on the Authority's assessment of the Bidders' economic and financial security, some Bidders may be required to provide a signed Parent Company Guarantee within 15 working days of the Call-Off Contract Decision Letter. If a Parent Company Guarantee, signed by a Parent or Ultimate Parent Company with suitable economic and financial standing is not provided to sufficiently assure the Authority within the requested timescale, the Call-Off Contract(s) will not be placed with the Bidder. Further detail about the requirement, competition stages, evaluation and award process is provided in the Invitation to Tender Pack. The Bidder will need to Register on the MOJ Sourcing Portal (at https://ministryofjusticecommercial.bravosolution.co.uk/web/login.html) if they do not already have an account which directly relates to the part of their organisation that is submitting the Tender. Once logged in navigate to 'ITTs Open to All Suppliers' and then select 'ITT_6329' which relates to the Procurement for the Court Reporting and Transcription (CRT) Services Framework. The ITT documents are within the Attachments drop down menu.",
        "datePublished": "2022-11-18T16:51:40Z",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "75231000",
            "description": "Judicial services"
        },
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "postalCode": "SW1H 9AJ"
                    },
                    {
                        "region": "North East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "North West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Yorkshire and the Humber",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "West Midlands",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "East of England",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "London",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South East",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "South West",
                        "countryName": "United Kingdom"
                    },
                    {
                        "region": "Wales",
                        "countryName": "United Kingdom"
                    }
                ]
            }
        ],
        "value": {
            "amount": 17903695,
            "currency": "GBP"
        },
        "procurementMethodDetails": "Other - Light Touch Regime broadly in accordance with the open procedure set out in PCR 2015",
        "tenderPeriod": {
            "endDate": "2022-12-23T11:00:00Z"
        },
        "contractPeriod": {
            "startDate": "2023-07-03T00:00:00+01:00",
            "endDate": "2025-06-30T23:59:59+01:00"
        },
        "suitability": {
            "sme": true,
            "vcse": false
        },
        "mainProcurementCategory": "services",
        "documents": [
            {
                "id": "1",
                "documentType": "tenderNotice",
                "description": "Opportunity notice on Contracts Finder",
                "url": "https://www.contractsfinder.service.gov.uk/Notice/c6955d65-79af-4701-95a1-be03064ae754",
                "datePublished": "2022-11-18T16:51:40Z",
                "format": "text/html",
                "language": "en"
            }
        ]
    },
    "parties": [
        {
            "id": "GB-CFS-227133",
            "name": "Ministry of Justice",
            "identifier": {
                "legalName": "Ministry of Justice"
            },
            "address": {
                "streetAddress": "Ministry of Justice, 102 Petty France",
                "locality": "London",
                "postalCode": "SW1H 9AJ",
                "countryName": "England"
            },
            "contactPoint": {
                "name": "Sarah Burton",
                "email": "CCMDOpenJustice@justice.gov.uk"
            },
            "details": {
                "url": "https://ministryofjusticecommercial.bravosolution.co.uk"
            },
            "roles": [
                "buyer"
            ]
        }
    ],
    "buyer": {
        "id": "GB-CFS-227133",
        "name": "Ministry of Justice"
    }
}