Notice Information
Notice Title
Court Reporting & Transcription Services
Notice Description
The Ministry of Justice (MoJ) and the Ministry of Defence (MoD) as the contracting Authorities intend to run a procurement exercise for the delivery of Court Reporting and Transcription Services (CRT). The MoJ and MoD record hearings which take place in a variety of Courts. Audio recordings provide a true and accurate record of proceedings and are used, when required, to produce transcripts as an official court record. Transcription Services will be split into the following three services: 1) Off-Site Transcription Services (OTS), covering all off-site transcriptions; 2) Attendance Based Transcription Services (ATS), covering court reporting and stenography, on-site transcription; 3) Real-Time Transcription Services (RTS), covering all instantaneous on-site transcription. The above services will be split into Lots as follows: 1A: OTS_London 1B: OTS_North 1C: OTS_South 1D: OTS_Midlands & Wales 2A: ATS_Civil & Other 2B: ATS_Crime 2C: ATS_MoD 3: RTS CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. Services are to be contracted for an initial term of 2 years with an option to extend up to 2 further years. CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. The Authority will use a procedure similar to the open procedure described in Regulation 27. The Authority reserves the right to reject all or any of the bids for the competition and not to award a contract to any bidder, without any liability on its part. Nothing in this prior information notice shall generate any contractual obligations prior to the signature of a contract following a competition. The MoJ will be the contracting authority for the following lots: - Lot 1A - Lot 1B - Lot 1C - Lot 1D - Lot 2A - Lot 2B - Lot 3 The MoD will be the contracting authority for lot 2C and will lead on the evaluations process for this lot. The MoD will also assist on the evaluations process for OTS lots (1A - 1D). Bids for all lots will be assessed on a quality/price ratio of 70:30. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 20
Notice Details
Publication & Lifecycle
- Open Contracting ID
- ocds-b5fd17-7eff6cb8-90a6-458c-ba67-f8c3a5d112b8
- Publication Source
- Contracts Finder
- Latest Notice
- https://www.contractsfinder.service.gov.uk/Notice/b6e8435f-5804-4c3b-ac2b-2d739397526a
- Current Stage
- Tender
- All Stages
- Planning, Tender
Procurement Classification
- Notice Type
- Tender Notice
- Procurement Type
- Standard
- Procurement Category
- Services
- Procurement Method
- Not Specified
- Procurement Method Details
- Other - CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. The Authority will use a procedure similar to the open
- Tender Suitability
- SME, VCSE
- Awardee Scale
- Not specified
Common Procurement Vocabulary (CPV)
- CPV Divisions
75 - Administration, defence and social security services
79 - Business services: law, marketing, consulting, recruitment, printing and security
-
- CPV Codes
75130000 - Supporting services for the government
75231000 - Judicial services
75231100 - Law-courts-related administrative services
79400000 - Business and management consultancy and related services
79900000 - Miscellaneous business and business-related services
79996100 - Records management
Notice Value(s)
- Tender Value
- £23,331,100 £10M-£100M
- Lots Value
- Not specified
- Awards Value
- Not specified
- Contracts Value
- Not specified
Notice Dates
- Publication Date
- 13 Oct 20205 years ago
- Submission Deadline
- 3 Nov 2020Expired
- Future Notice Date
- 20 Mar 2020Expired
- Award Date
- Not specified
- Contract Period
- 31 Jul 2021 - 31 Jul 2025 4-5 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
- Available with D3 Tenders Premium →
- Contact Email
- Available with D3 Tenders Premium →
- Contact Phone
- Available with D3 Tenders Premium →
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/b6e8435f-5804-4c3b-ac2b-2d739397526a
13th October 2020 - Opportunity notice on Contracts Finder -
https://www.contractsfinder.service.gov.uk/Notice/2b258f65-8dea-4b4a-98a6-abe115d4e24d
12th March 2020 - Future 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-b5fd17-7eff6cb8-90a6-458c-ba67-f8c3a5d112b8-2020-10-13T11:49:10+01:00",
"date": "2020-10-13T11:49:10+01:00",
"ocid": "ocds-b5fd17-7eff6cb8-90a6-458c-ba67-f8c3a5d112b8",
"language": "en",
"initiationType": "tender",
"planning": {
"documents": [
{
"id": "1",
"documentType": "plannedProcurementNotice",
"description": "Future opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/2b258f65-8dea-4b4a-98a6-abe115d4e24d",
"datePublished": "2020-03-12T08:43:25Z",
"format": "text/html",
"language": "en"
}
]
},
"tender": {
"id": "tender_231062/872201",
"title": "Court Reporting & Transcription Services",
"description": "The Ministry of Justice (MoJ) and the Ministry of Defence (MoD) as the contracting Authorities intend to run a procurement exercise for the delivery of Court Reporting and Transcription Services (CRT). The MoJ and MoD record hearings which take place in a variety of Courts. Audio recordings provide a true and accurate record of proceedings and are used, when required, to produce transcripts as an official court record. Transcription Services will be split into the following three services: 1) Off-Site Transcription Services (OTS), covering all off-site transcriptions; 2) Attendance Based Transcription Services (ATS), covering court reporting and stenography, on-site transcription; 3) Real-Time Transcription Services (RTS), covering all instantaneous on-site transcription. The above services will be split into Lots as follows: 1A: OTS_London 1B: OTS_North 1C: OTS_South 1D: OTS_Midlands & Wales 2A: ATS_Civil & Other 2B: ATS_Crime 2C: ATS_MoD 3: RTS CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. Services are to be contracted for an initial term of 2 years with an option to extend up to 2 further years. CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. The Authority will use a procedure similar to the open procedure described in Regulation 27. The Authority reserves the right to reject all or any of the bids for the competition and not to award a contract to any bidder, without any liability on its part. Nothing in this prior information notice shall generate any contractual obligations prior to the signature of a contract following a competition. The MoJ will be the contracting authority for the following lots: - Lot 1A - Lot 1B - Lot 1C - Lot 1D - Lot 2A - Lot 2B - Lot 3 The MoD will be the contracting authority for lot 2C and will lead on the evaluations process for this lot. The MoD will also assist on the evaluations process for OTS lots (1A - 1D). Bids for all lots will be assessed on a quality/price ratio of 70:30. Transparency: HM Government requires that tender documentation issued by government departments for contracts exceeding 10 000 GBP over the life of the contract are published online (www.gov.uk/contracts-finder) for the public. The resulting contract shall also be published. The authority may use its discretion to redact information to protect key commercial interest or on prescribed grounds. Therefore, bidders who wish information not to be published, if successful, should secure agreements with the Authority prior to submission. These could cover key commercial interest, trade secrets and commercial interests which would be prejudiced by publication, all following the test in Section 43 of the Freedom of Information Act 20",
"status": "active",
"classification": {
"scheme": "CPV",
"id": "75231100",
"description": "Law-courts-related administrative services"
},
"additionalClassifications": [
{
"scheme": "CPV",
"id": "75130000",
"description": "Supporting services for the government"
},
{
"scheme": "CPV",
"id": "75231000",
"description": "Judicial services"
},
{
"scheme": "CPV",
"id": "79400000",
"description": "Business and management consultancy and related services"
},
{
"scheme": "CPV",
"id": "79900000",
"description": "Miscellaneous business and business-related services"
},
{
"scheme": "CPV",
"id": "79996100",
"description": "Records management"
}
],
"items": [
{
"id": "1",
"deliveryAddresses": [
{
"countryName": "British Oversea Territories"
},
{
"countryName": "Channel Islands"
},
{
"countryName": "Europe"
},
{
"countryName": "Isle of Man"
},
{
"countryName": "Rest of the World"
},
{
"countryName": "United Kingdom"
},
{
"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": 23331100,
"currency": "GBP"
},
"procurementMethodDetails": "Other - CRT services are within the scope of services listed in Schedule 3 of the Public Contracts Regulations 2015 (PCR) and shall be awarded pursuant to Regulation 74, that is under the Light Touch Regime. The Authority will use a procedure similar to the open",
"communication": {
"futureNoticeDate": "2020-03-20T00:00:00Z"
},
"contractPeriod": {
"startDate": "2021-08-01T00:00:00+01:00",
"endDate": "2025-07-31T23:59:59+01:00"
},
"suitability": {
"sme": true,
"vcse": true
},
"datePublished": "2020-10-13T11:49:10+01:00",
"tenderPeriod": {
"endDate": "2020-11-03T13:00:00Z"
},
"mainProcurementCategory": "services",
"documents": [
{
"id": "1",
"documentType": "tenderNotice",
"description": "Opportunity notice on Contracts Finder",
"url": "https://www.contractsfinder.service.gov.uk/Notice/b6e8435f-5804-4c3b-ac2b-2d739397526a",
"datePublished": "2020-10-13T11:49:10+01:00",
"format": "text/html",
"language": "en"
}
]
},
"parties": [
{
"id": "GB-CFS-222603",
"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": {
"email": "Transcription_serv@justice.gov.uk"
},
"details": {
"url": "https://ministryofjusticecommercial.bravosolution.co.uk"
},
"roles": [
"buyer"
]
},
{
"id": "GB-CFS-77261",
"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": {
"email": "Transcription_serv@justice.gov.uk"
},
"roles": [
"buyer"
]
}
],
"buyer": {
"id": "GB-CFS-77261",
"name": "Ministry of Justice."
}
}