Tender

Provision of Language Services

NHS LONDON PROCUREMENT PARTNERSHIP

This public procurement record has 1 release in its history.

TenderUpdate

17 Jun 2022 at 10:53

Summary of the contracting process

The NHS London Procurement Partnership is initiating a tender for the "Provision of Language Services", specifically focusing on interpretation services under CPV code 79540000. This procurement process aims to establish a Dynamic Purchasing System (DPS) that will facilitate the provision of various language services, such as spoken and non-spoken face-to-face interpretation, telephone and video interpretation, and written translation and transcription. The DPS is set to run for five years, with the option to extend, and is open to public sector organisations across England. Key amendments have updated the deadline for submissions to 26 August 2023.

This tender presents significant opportunities for service providers specialising in language services, particularly those experienced in handling diverse communication needs in the public sector. Companies that focus on interpretation, translation, and transcription services—especially those with the capacity to cover multiple regional areas—would be ideally positioned to compete. The flexible structure of the DPS allows providers to engage in further competitions tailored to specific requirements, thus enabling potential growth in their client base within the public sector.

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

Provision of Language Services

Notice Description

Guy's & St Thomas' NHS Foundation Trust (as host of the NHS London Procurement Partnerhip) is seeking to establish a Dynamic Purchasing System "DPS" for the provision of Language Services including Spoken Face to Face Interpretation; Non-spoken Face to Face Interpretation (including British Sign Language), Telephone & Video Interpretation & Written Translation & Transcription & Ancillary Services. The DPS is structured to offer participating authorities flexibility & choice. It shall be a matter of judgment for the participating authorities to decide which particular lot(s) are most appropriate to meet their specific requirements, to best deliver their business needs. The DPS shall be open to public sector organisations including but not limited to: LPP member bodies as listed at: http://www.lpp.nhs.uk/about-lpp/our-members/ , and any additional new LPP members for the duration of the contract, plus any other Public Sector bodies located in England, subject to the approval of LPP. This DPS will enable participating organisations to conduct futher competitions as and when their organisation's requirement arises. The Language Services are given in the Lots listed below. Lots 1-3 are divided in to regional sub-lots. Providers will submit responses based on their experience and capabilities in the individual Lots, and on the regions to be covered. It is envisaged that providers will submit their tenders in the following combinations: A Tender for only one Language Service Lot (a single Lot or sub-lot within Lots 1 through to 5), A Tender for multiple Language Service Lots (a combination of Lots or sub-lots within Lots 1 through to 5), A Tender for all the Language Service Lots (Lots 1 through to 5 including all sub-lots). Providers are at liberty to tender for any or all of the Lots and/or regional sub-lots. During their decision-making process,providers should consider the following points: -- Their expertise in carrying out any / all of the listed Language Service Lots, -- The geographic areas they can cover. Further competitions are dependant on the specific requirements of the Trusts and other DPS users within the regions, and therefore may be for any number of the Lots, -- For clarification please note that providers can only be selected for any further competitions based on the specific lots that they have expressed interest for and consequently been awarded to the DPS for, following the PQQ stage. For example, a provider who has only been awarded to Lot 5 of the DPS will not be eligible to participate in a further competitions for Lots 1 through to 4. The language service lots to be included in the DPS are: Lot 1 -- Multidiscipline/Managed Service . Lot 2 -- Face to Face Spoken Interpretation Lot 3 -- Face to Face Non-Spoken Interpretation Lot 4 -- Telephone & Video Interpretation Lot 5 -- Written Translation, Transcription & Ancillary Services In applying for a position on the DPS for any or all of the regional sub-lots under Lot 1, providers will need to ensure that they can provide all the services covered by Lots 2-5 (either directly or through the engagement of sub-contractors) and in all the geographic regions being applied for. For example a provider wishing to apply for Lot 1a must also be able to provide the services for Lot 2a, 3a, 4 & 5. The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-0347af
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/016650-2022
Current Stage
Tender
All Stages
Tender

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Dynamic
Procurement Category
Services
Procurement Method
Not Specified
Procurement Method Details
Not specified
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

79 - Business services: law, marketing, consulting, recruitment, printing and security


CPV Codes

79540000 - Interpretation services

Notice Value(s)

Tender Value
Not specified
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
17 Jun 20223 years ago
Submission Deadline
Not specified
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
NHS LONDON PROCUREMENT PARTNERSHIP
Contact Name
Laura Whitworth
Contact Email
laura.whitworth@lpp.nhs.uk
Contact Phone
+44 2071887188

Buyer Location

Locality
LONDON
Postcode
SE1 4YB
Post Town
South East London
Country
England

Major Region (ITL 1)
TLI London
Basic Region (ITL 2)
TLI4 Inner London - East
Small Region (ITL 3)
TLI44 Lewisham and Southwark
Delivery Location
Not specified

Local Authority
Southwark
Electoral Ward
Chaucer
Westminster Constituency
Bermondsey and Old Southwark

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-h6vhtk-0347af-2022-06-17T11:53:32+01:00",
    "date": "2022-06-17T11:53:32+01:00",
    "ocid": "ocds-h6vhtk-0347af",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-0347af",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Language Services",
        "classification": {
            "scheme": "CPV",
            "id": "79540000",
            "description": "Interpretation services"
        },
        "mainProcurementCategory": "services",
        "description": "Guy's & St Thomas' NHS Foundation Trust (as host of the NHS London Procurement Partnerhip) is seeking to establish a Dynamic Purchasing System \"DPS\" for the provision of Language Services including Spoken Face to Face Interpretation; Non-spoken Face to Face Interpretation (including British Sign Language), Telephone & Video Interpretation & Written Translation & Transcription & Ancillary Services. The DPS is structured to offer participating authorities flexibility & choice. It shall be a matter of judgment for the participating authorities to decide which particular lot(s) are most appropriate to meet their specific requirements, to best deliver their business needs. The DPS shall be open to public sector organisations including but not limited to: LPP member bodies as listed at: http://www.lpp.nhs.uk/about-lpp/our-members/ , and any additional new LPP members for the duration of the contract, plus any other Public Sector bodies located in England, subject to the approval of LPP. This DPS will enable participating organisations to conduct futher competitions as and when their organisation's requirement arises. The Language Services are given in the Lots listed below. Lots 1-3 are divided in to regional sub-lots. Providers will submit responses based on their experience and capabilities in the individual Lots, and on the regions to be covered. It is envisaged that providers will submit their tenders in the following combinations: A Tender for only one Language Service Lot (a single Lot or sub-lot within Lots 1 through to 5), A Tender for multiple Language Service Lots (a combination of Lots or sub-lots within Lots 1 through to 5), A Tender for all the Language Service Lots (Lots 1 through to 5 including all sub-lots). Providers are at liberty to tender for any or all of the Lots and/or regional sub-lots. During their decision-making process,providers should consider the following points: -- Their expertise in carrying out any / all of the listed Language Service Lots, -- The geographic areas they can cover. Further competitions are dependant on the specific requirements of the Trusts and other DPS users within the regions, and therefore may be for any number of the Lots, -- For clarification please note that providers can only be selected for any further competitions based on the specific lots that they have expressed interest for and consequently been awarded to the DPS for, following the PQQ stage. For example, a provider who has only been awarded to Lot 5 of the DPS will not be eligible to participate in a further competitions for Lots 1 through to 4. The language service lots to be included in the DPS are: Lot 1 -- Multidiscipline/Managed Service . Lot 2 -- Face to Face Spoken Interpretation Lot 3 -- Face to Face Non-Spoken Interpretation Lot 4 -- Telephone & Video Interpretation Lot 5 -- Written Translation, Transcription & Ancillary Services In applying for a position on the DPS for any or all of the regional sub-lots under Lot 1, providers will need to ensure that they can provide all the services covered by Lots 2-5 (either directly or through the engagement of sub-contractors) and in all the geographic regions being applied for. For example a provider wishing to apply for Lot 1a must also be able to provide the services for Lot 2a, 3a, 4 & 5. The DPS shall be for a period of 5 years with the option to extend in line with the Public Contract Regulations 2015.",
        "amendments": [
            {
                "id": "1",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2022-08-26T17:00:00+01:00"
                        },
                        "newValue": {
                            "date": "2023-08-26T17:00:00+01:00"
                        },
                        "where": {
                            "section": "II.2.7.4"
                        }
                    },
                    {
                        "oldValue": {
                            "text": "Range: between 1 and 3 In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts in months: 12 (from the award of the contract) This is the second 12 month renewal from a possible 3."
                        },
                        "newValue": {
                            "text": "Range: between 1 and 3 In the case of renewable supplies or service contracts, estimated timeframe for subsequent contracts in months: 12 (from the award of the contract) This is the third 12 month renewal from a possible three."
                        },
                        "where": {
                            "section": "II.2.7.6"
                        }
                    }
                ],
                "description": "The Dynamic Purchasing System for the Provision of Language Services, original OJEU ref 2015/S 149-275624 will now be hosted on the Atamis eTendering portal rather than ProContract (Proactis). Interested bidders should now apply to the DPS at: - https://health-family.force.com/s/Welcome (rather than www .lppsourcing.org) and apply for project reference C47234 which replaces the old ProContract project reference DN225407. Alternatively the following link can be used: - https://health-family-contract-search.secure.force.com/ProSpend__CS_ContractPage?SearchType=Projects&uid=a074J00000HPtNYQA1&searchStr=language&sortStr=Recently+Published&page=1&filters=&County Suppliers who are already successfully awarded to the DPS will already have been contacted and do not need to reapply through Atamis. The DPS is now live on Atamis and the ProContract portal is no longer open for new bidder applications."
            }
        ]
    },
    "parties": [
        {
            "id": "GB-FTS-3279",
            "name": "NHS London Procurement Partnership",
            "identifier": {
                "legalName": "NHS London Procurement Partnership"
            },
            "address": {
                "streetAddress": "Ground Floor, 200 Great Dover Street",
                "locality": "London",
                "region": "UK",
                "postalCode": "SE1 4YB",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "Laura Whitworth",
                "telephone": "+44 2071887188",
                "email": "laura.whitworth@lpp.nhs.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.lpp.nhs.uk",
                "buyerProfile": "http://www.lpp.nhs.uk"
            }
        }
    ],
    "buyer": {
        "id": "GB-FTS-3279",
        "name": "NHS London Procurement Partnership"
    },
    "links": [
        {
            "rel": "prev",
            "href": "https://ted.europa.eu/udl?uri=TED:NOTICE:275624-2015:TEXT:EN:HTML"
        }
    ],
    "language": "en"
}