Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Notice Documents
-
https://www.contractsfinder.service.gov.uk/Notice/c6955d65-79af-4701-95a1-be03064ae754
18th November 2022 - Opportunity notice on Contracts Finder
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
}