Award

Provision of Sign Language Interpretation Services

NORTHERN IRELAND ASSEMBLY COMMISSION

This public procurement record has 2 releases in its history.

Award

28 Apr 2025 at 08:15

Tender

24 Jan 2025 at 15:31

Summary of the contracting process

The Northern Ireland Assembly Commission has completed the procurement process for the provision of British Sign Language (BSL) and Irish Sign Language (ISL) translation and interpretation services, with a contract awarded to the Kristina Laverty Consortium. This contract aims to support the Assembly’s legislative, scrutiny, and representational roles, ensuring effective communication and engagement with a diverse range of citizens. The procurement, conducted through an open procedure, falls under the industry category of translation services with a CPV code of 79530000. The procurement phase has transitioned from tender to award, with the contract signed on 14th April 2025, valued at £178,100. Services may be delivered across the United Kingdom, specifically in-person or remotely, with options for recorded video formats.

This tender presents significant opportunities for businesses specialising in language and interpretation services, particularly those capable of providing BSL and ISL translation. Companies that offer innovative approaches to live-broadcast interpretation or remote delivery will find potential for growth and engagement in the legislative processes of Northern Ireland. Small and medium enterprises (SMEs), especially those with experience in delivering interpretation services within governmental or legislative contexts, will be well-placed to compete in similar future tenders. As the contract supports broader engagement in the democratic process, businesses can leverage their expertise to contribute to informed decision-making and expand their operations 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 Sign Language Interpretation Services

Notice Description

The Northern Ireland Assembly Commission is seeking to procure British Sign Language (BSL) and Irish Sign Language (ISL) translation and interpretation services in order to deliver its duties and provide an effective service to Members and the public. It is seeking to appoint a supplier of sign language interpretation services, in BSL/ISL, to support the Assembly's legislative, scrutiny and representational roles. This will facilitate understanding by a more diverse range of citizens of the policy, legislative and scrutiny work of the Assembly and its Committees, creating opportunities for broader engagement in the democratic process and leading to more informed and comprehensive decision making by the Assembly. These services may be required to be delivered in-person, in a live-broadcast environment and at times requests may be made for remote delivery, or provision in a recorded for broadcast video format.

Lot Information

Lot 1

The Northern Ireland Assembly Commission is seeking to procure British Sign Language (BSL) and Irish Sign Language (ISL) translation and interpretation services in order to deliver its duties and provide an effective service to Members and the public. It is seeking to appoint a supplier of sign language interpretation services, in BSL/ISL, to support the Assembly's legislative, scrutiny and representational roles. This will facilitate understanding by a more diverse range of citizens of the policy, legislative and scrutiny work of the Assembly and its Committees, creating opportunities for broader engagement in the democratic process and leading to more informed and comprehensive decision making by the Assembly. These services may be required to be delivered in-person, in a live-broadcast environment and at times requests may be made for remote delivery, or provision in a recorded for broadcast video format.

Renewal: prior to expiry this contract may be renewed or re tendered

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-04d62c
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/017183-2025
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Services
Procurement Method
Open
Procurement Method Details
Open procedure
Tender Suitability
Not specified
Awardee Scale
SME

Common Procurement Vocabulary (CPV)

CPV Divisions

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


CPV Codes

79530000 - Translation services

79540000 - Interpretation services

Notice Value(s)

Tender Value
£178,100 £100K-£500K
Lots Value
£178,100 £100K-£500K
Awards Value
Not specified
Contracts Value
£178,100 £100K-£500K

Notice Dates

Publication Date
28 Apr 202510 months ago
Submission Deadline
25 Feb 2025Expired
Future Notice Date
Not specified
Award Date
13 Apr 202510 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
NORTHERN IRELAND ASSEMBLY COMMISSION
Additional Buyers

NI ASSEMBLY

Contact Name
procurementniassembly.gov.uk
Contact Email
procurement@niassembly.gov.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT4 3XX
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN0 Northern Ireland

Local Authority
Belfast
Electoral Ward
Stormont
Westminster Constituency
Belfast East

Supplier Information

Number of Suppliers
1
Supplier Name

KRISTINA LAVERTY CONSORTIUM

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-04d62c-2025-04-28T09:15:21+01:00",
    "date": "2025-04-28T09:15:21+01:00",
    "ocid": "ocds-h6vhtk-04d62c",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-04d62c",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Provision of Sign Language Interpretation Services",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "79530000",
            "description": "Translation services"
        },
        "mainProcurementCategory": "services",
        "description": "The Northern Ireland Assembly Commission is seeking to procure British Sign Language (BSL) and Irish Sign Language (ISL) translation and interpretation services in order to deliver its duties and provide an effective service to Members and the public. It is seeking to appoint a supplier of sign language interpretation services, in BSL/ISL, to support the Assembly's legislative, scrutiny and representational roles. This will facilitate understanding by a more diverse range of citizens of the policy, legislative and scrutiny work of the Assembly and its Committees, creating opportunities for broader engagement in the democratic process and leading to more informed and comprehensive decision making by the Assembly. These services may be required to be delivered in-person, in a live-broadcast environment and at times requests may be made for remote delivery, or provision in a recorded for broadcast video format.",
        "value": {
            "amount": 178100,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Northern Ireland Assembly Commission is seeking to procure British Sign Language (BSL) and Irish Sign Language (ISL) translation and interpretation services in order to deliver its duties and provide an effective service to Members and the public. It is seeking to appoint a supplier of sign language interpretation services, in BSL/ISL, to support the Assembly's legislative, scrutiny and representational roles. This will facilitate understanding by a more diverse range of citizens of the policy, legislative and scrutiny work of the Assembly and its Committees, creating opportunities for broader engagement in the democratic process and leading to more informed and comprehensive decision making by the Assembly. These services may be required to be delivered in-person, in a live-broadcast environment and at times requests may be made for remote delivery, or provision in a recorded for broadcast video format.",
                "value": {
                    "amount": 178100,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 720
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "prior to expiry this contract may be renewed or re tendered"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "cancelled",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Quality",
                            "type": "quality",
                            "description": "70"
                        },
                        {
                            "name": "Cost",
                            "type": "cost",
                            "description": "30"
                        }
                    ]
                }
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKN0"
                    },
                    {
                        "region": "UKN0"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "electronicSubmission",
            "written"
        ],
        "submissionMethodDetails": "https://etendersni.gov.uk/epps",
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2025-02-25T15:00:00Z"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-05-26T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2025-02-25T15:30:00Z"
        },
        "bidOpening": {
            "date": "2025-02-25T15:30:00Z"
        },
        "hasRecurrence": true,
        "reviewDetails": "The Northern Ireland Assembly Commission complied with the Public Contracts. Regulations 2015 (as amended) and incorporated a standstill period of 10 calendar days) at the point information on the award of. contract was communicated to tenderers. That notification provided full information on the award decision and provided time for the. unsuccessful tenderers to challenge the award decision before the contract was entered into.."
    },
    "parties": [
        {
            "id": "GB-FTS-17",
            "name": "NI Assembly",
            "identifier": {
                "legalName": "NI Assembly"
            },
            "address": {
                "streetAddress": "Parliament Buildings",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT4 3XX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "procurementniassembly.gov.uk",
                "email": "procurement@niassembly.gov.uk",
                "url": "https://etendersni.gov.uk/epps"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Legislature"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-15523",
            "name": "Northern Ireland Assembly",
            "identifier": {
                "legalName": "Northern Ireland Assembly"
            },
            "address": {
                "streetAddress": "Parliament Buildings",
                "locality": "Belfast",
                "postalCode": "BT4 3XX",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-82039",
            "name": "Northern Ireland Assembly Commission",
            "identifier": {
                "legalName": "Northern Ireland Assembly Commission"
            },
            "address": {
                "streetAddress": "Parliament Buildings",
                "locality": "Belfast",
                "region": "UK",
                "postalCode": "BT4 3XX",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "name": "procurementniassembly.gov.uk",
                "email": "procurement@niassembly.gov.uk"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "buyerProfile": "https://etendersni.gov.uk/epps",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "id": "BODY_PUBLIC",
                        "description": "Body governed by public law"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Legislature"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-145224",
            "name": "Kristina Laverty Consortium",
            "identifier": {
                "legalName": "Kristina Laverty Consortium"
            },
            "address": {
                "locality": "Belfast",
                "region": "UKN06",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@niassembly.gov.uk"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "url": "https://etendersni.gov.uk/epps",
                "scale": "sme"
            }
        },
        {
            "id": "GB-FTS-145225",
            "name": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended.",
            "identifier": {
                "legalName": "The UK does not have any special review body with responsibility for appeal/mediation procedures in public procurement competitions. Instead, any challenges are dealt with by the High Court, Commercial Division, to which proceedings may be issued regarding alleged breaches of the PCR2015 as amended."
            },
            "address": {
                "locality": "none",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-82039",
        "name": "Northern Ireland Assembly Commission"
    },
    "language": "en",
    "description": "Contract performance will be monitored on an ongoing basis by both the Assembly Commission's Contract Manager and Procurement. Office. Any issues with performance will be managed by the Contract Manager on an ongoing basis with any unresolved issues escalated. to the Procurement Office. . The supplier must provide quarterly performance data against the agreed KPIs.",
    "awards": [
        {
            "id": "017183-2025-1-1",
            "relatedLots": [
                "1"
            ],
            "title": "Contract",
            "status": "active",
            "suppliers": [
                {
                    "id": "GB-FTS-145224",
                    "name": "Kristina Laverty Consortium"
                }
            ]
        }
    ],
    "contracts": [
        {
            "id": "017183-2025-1-1",
            "awardID": "017183-2025-1-1",
            "title": "Contract",
            "status": "active",
            "value": {
                "amount": 178100,
                "currency": "GBP"
            },
            "dateSigned": "2025-04-14T00:00:00+01:00"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "6",
                "measure": "bids",
                "relatedLot": "1",
                "value": 3
            },
            {
                "id": "7",
                "measure": "smeBids",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "8",
                "measure": "foreignBidsFromEU",
                "relatedLot": "1",
                "value": 1
            },
            {
                "id": "9",
                "measure": "foreignBidsFromNonEU",
                "relatedLot": "1",
                "value": 2
            },
            {
                "id": "10",
                "measure": "electronicBids",
                "relatedLot": "1",
                "value": 3
            }
        ]
    }
}