Tender

Sign Language Interpretation

SCOTTISH PARLIAMENTARY CORPORATE BODY

This public procurement record has 1 release in its history.

Tender

30 Mar 2026 at 14:04

Summary of the contracting process

The Scottish Parliamentary Corporate Body (SPCB) is currently in the tender stage of procuring services for sign language interpretation, specifically focusing on interpretation services between English and British Sign Language (BSL) for parliamentary business. The location for this service is the Scottish Parliament in Holyrood, Edinburgh, UK. The procurement process utilises an open procedure method under the European Union procurement regulations, and the tender submission deadline is set for 18 May 2026, with an award period commencing shortly thereafter. The contract is valued at £150,000 GBP, covering a period from 1 August 2026 to 31 August 2029, with potential extension for up to 24 months at the discretion of SPCB.

This tender offers substantial business growth opportunities for firms specialising in interpretation services, particularly those with expertise in BSL and high-pressure live broadcast environments. Businesses capable of delivering real-time, high-quality BSL interpretation during live broadcasts, public events, and engagement activities are well-suited to compete. The requirement prioritises technical quality over cost, with a 60:40 ratio, and mandates certifications such as Cyber Essentials. Participating firms can expand their portfolio by collaborating with a significant legislative body, promising consistent and vital service delivery within the Scottish public sector. This contract highlights the chance for businesses to contribute to inclusive parliamentary engagement and showcase their excellence in sign language services, bolstered by high standards of cyber security and fair work practices.

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

Notice Title

Sign Language Interpretation

Notice Description

The Scottish Parliament Corporate Body (SPCB) requires a Contractor to provide Sign Language Interpretation Services. The main part of the requirement is from English to/from British Sign Language. The Contractor must provide simultaneous BSL interpreting for parliamentary business as requested. This will be filmed live and broadcasted on the BSL Channel on the Scottish Parliament TV (SPTV), other broadcast channels and will be archived. There will also be a requirement to provide other forms of sign languages or supporting services as required.

Lot Information

Lot 1

The Scottish Parliament Corporate Body (SPCB) requires a Contractor to provide Sign Language Interpretation Services. The objective of this Contract is to enable people living in Scotland who are Deaf, Deafblind, hard of hearing, or who have other communication support needs to engage with the Scottish Parliament and participate meaningfully in parliamentary business, public engagement activities, and events. The Contractor must work cooperatively with the SPCB to provide solutions for all SPCB sign language requirements. As a minimum, the Contractor must be able to provide the following Services: 1. BSL interpreting of FMQs, which are broadcast live on SPTV, currently on the BBC, and to visitors in the Chamber gallery and Main Hall. 2. BSL interpreting of other parliamentary business, which may also be filmed, and broadcast either live or retrospectively. 3. Interpreting for Scottish Parliament events, including ceremonial events such as the Opening of Parliament, and engagement events such as the Festival of Politics. Some of these events will be filmed, broadcast and archived. 4. Interpreting for witnesses giving evidence to committees. 5. Interpreting for participants in engagement activities, including workshops, focus groups, educational sessions, tours, and meetings. 6. Interpreting for visitors to the Scottish Parliament accessing parliamentary services and facilities. 7. Tactile BSL. Most requirements are expected to involve interpreting between English and BSL. The Contractor may be required to provide other sign languages or additional supporting services as needed. Requirements for live interpreting of parliamentary business that is broadcast will always be in BSL and is expected to form the main element of the Services under this Contract. The Contractor must be able to deliver this at a consistently high standard. In line with the commitments set out in its BSL Plan, the SPCB aims to continually improve the service it provides to Deaf and Deafblind BSL users. The Contractor must therefore not only meet the requirements in this Specification to a consistently high standard.

Renewal: May be extended up to 24 months at the sole discretion of the SPCB

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-067806
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/029191-2026
Current Stage
Tender
All Stages
Tender

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
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
£150,000 £100K-£500K
Lots Value
Not specified
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
30 Mar 20264 days ago
Submission Deadline
18 May 20262 months to go
Future Notice Date
Not specified
Award Date
Not specified
Contract Period
31 Jul 2026 - 31 Aug 2029 3-4 years
Recurrence
5 years after award date

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
SCOTTISH PARLIAMENTARY CORPORATE BODY
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
EDINBURGH
Postcode
EH99 1SP
Post Town
Edinburgh
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM1 East Central Scotland
Small Region (ITL 3)
TLM13 City of Edinburgh
Delivery Location
TLM75 City of Edinburgh

Local Authority
City of Edinburgh
Electoral Ward
City Centre
Westminster Constituency
Edinburgh East and Musselburgh

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-067806-2026-03-30T15:04:27+01:00",
    "date": "2026-03-30T15:04:27+01:00",
    "ocid": "ocds-h6vhtk-067806",
    "description": "The bidder must be able to meet the SPCB's minimum requirements in respect of Cyber Security for this Contract. The Cyber Risk Profile for this contract is moderate, based on the Scottish Cyber Assessment Service. At tender stage the bidder must, by means of completion of the Supplier Assurance Questionnaire (SAQ) demonstrate and maintain cyber security measures to meet a pass mark against this assessment. For assurance purposes, the SPCB requires tenderers to hold Cyber Essentials certification (or equivalent). The buyer is using PCS-Tender to conduct this ITT exercise. The Project code is 31525. For more information see: http://www.publiccontractsscotland.gov.uk/info/InfoCentre.aspx?ID=2343 (SC Ref:827298)",
    "initiationType": "tender",
    "tender": {
        "id": "SPCB-0512",
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "title": "Sign Language Interpretation",
        "status": "active",
        "classification": {
            "scheme": "CPV",
            "id": "79540000",
            "description": "Interpretation services"
        },
        "mainProcurementCategory": "services",
        "description": "The Scottish Parliament Corporate Body (SPCB) requires a Contractor to provide Sign Language Interpretation Services. The main part of the requirement is from English to/from British Sign Language. The Contractor must provide simultaneous BSL interpreting for parliamentary business as requested. This will be filmed live and broadcasted on the BSL Channel on the Scottish Parliament TV (SPTV), other broadcast channels and will be archived. There will also be a requirement to provide other forms of sign languages or supporting services as required.",
        "value": {
            "amount": 150000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "The Scottish Parliament Corporate Body (SPCB) requires a Contractor to provide Sign Language Interpretation Services. The objective of this Contract is to enable people living in Scotland who are Deaf, Deafblind, hard of hearing, or who have other communication support needs to engage with the Scottish Parliament and participate meaningfully in parliamentary business, public engagement activities, and events. The Contractor must work cooperatively with the SPCB to provide solutions for all SPCB sign language requirements. As a minimum, the Contractor must be able to provide the following Services: 1. BSL interpreting of FMQs, which are broadcast live on SPTV, currently on the BBC, and to visitors in the Chamber gallery and Main Hall. 2. BSL interpreting of other parliamentary business, which may also be filmed, and broadcast either live or retrospectively. 3. Interpreting for Scottish Parliament events, including ceremonial events such as the Opening of Parliament, and engagement events such as the Festival of Politics. Some of these events will be filmed, broadcast and archived. 4. Interpreting for witnesses giving evidence to committees. 5. Interpreting for participants in engagement activities, including workshops, focus groups, educational sessions, tours, and meetings. 6. Interpreting for visitors to the Scottish Parliament accessing parliamentary services and facilities. 7. Tactile BSL. Most requirements are expected to involve interpreting between English and BSL. The Contractor may be required to provide other sign languages or additional supporting services as needed. Requirements for live interpreting of parliamentary business that is broadcast will always be in BSL and is expected to form the main element of the Services under this Contract. The Contractor must be able to deliver this at a consistently high standard. In line with the commitments set out in its BSL Plan, the SPCB aims to continually improve the service it provides to Deaf and Deafblind BSL users. The Contractor must therefore not only meet the requirements in this Specification to a consistently high standard.",
                "awardCriteria": {
                    "criteria": [
                        {
                            "name": "Technical",
                            "type": "quality",
                            "description": "60"
                        },
                        {
                            "name": "Pricing",
                            "type": "cost",
                            "description": "40"
                        }
                    ]
                },
                "contractPeriod": {
                    "startDate": "2026-08-01T00:00:00+01:00",
                    "endDate": "2029-08-31T23:59:59+01:00"
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "May be extended up to 24 months at the sole discretion of the SPCB"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": false,
                "status": "active"
            }
        ],
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "scheme": "CPV",
                        "id": "79540000",
                        "description": "Interpretation services"
                    }
                ],
                "deliveryAddresses": [
                    {
                        "region": "UKM75"
                    }
                ],
                "deliveryLocation": {
                    "description": "The Scottish Parliament, Holyrood, Edinburgh, EH99 1SP"
                },
                "relatedLot": "1"
            }
        ],
        "participationFees": [
            {
                "id": "1",
                "type": [
                    "document"
                ]
            }
        ],
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "For SPD question 4A.1 - Not used For SPD question 4A.2 - Not used",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "economic",
                    "description": "For SPD questions 4B.1 to 4B.4 - Not used For SPD question 4B.5 - It is a requirement of this contract that bidders hold, or can commit to obtain prior to the commencement of any subsequently awarded contract, the types and levels of insurance indicated below: Employers Liability Insurance 5,000,000 Professional Indemnity 5,000,000 For SPD question 4B.6 - The Scottish Parliamentary Corporate Body (SPCB) uses Creditsafe, an independent provider of online business credit reports, to assess the financial standing of tenderers. We highly recommend that tenderers review their financial performance on Creditsafe to understand their credit score rating which will be used by the SPCB to evaluate the financial standing of the tenderer and that they read the information about how that data is collected and used prior to submitting a tender. Information and the opportunity to run a free report can be found at http://www.creditsafe.com/products/business-credit-reports/ The SPCB requires tenderers to have a Creditsafe Risk Score of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit risk score than 40 on Creditsafe and has the backing of a parent company with a credit risk score of 40 or higher, then the provision of a parent company guarantee will be required prior to the award of any contract. If a tenderer has a lower credit risk score than 40 and cannot provide a parent company guarantee, they must submit evidence to support a stable and improved financial standing with their tender or the tender may be rejected. If no evidence is provided with the tender or the evidence provided is not sufficient to demonstrate a satisfactory financial position to the satisfaction of the SPCB (whose decision in this regard shall be final), then the tender will be rejected and will not be evaluated further. If a tenderer is not listed on Creditsafe, for whatever reason, then it will be asked to submit equivalent accounts to enable the required assessment of financial standing to be carried out. If the information provided does not, in the SPCB's opinion, demonstrate a satisfactory financial position, the bid may be rejected.",
                    "minimum": "The SPCB requires tenderers to have a Creditsafe Risk Score of 40 or higher to demonstrate satisfactory financial standing. If a tenderer has a lower credit risk score than 40 on Creditsafe and has the backing of a parent company with a credit risk score of 40 or higher, then the provision of a parent company guarantee will be required prior to the award of any contract. If a tenderer has a lower credit risk score than 40 and cannot provide a parent company guarantee, they must submit evidence to support a stable and improved financial standing with their tender or the tender may be rejected. If no evidence is provided with the tender or the evidence provided is not sufficient to demonstrate a satisfactory financial position to the satisfaction of the SPCB (whose decision in this regard shall be final), then the tender will be rejected and will not be evaluated further",
                    "appliesTo": [
                        "supplier"
                    ]
                },
                {
                    "type": "technical",
                    "description": "For SPD question 4C.1 - Not used For SPD question 4C.1.2 - Please provide 2 examples of your organisation delivering real-time, BSL/English interpreting in a high-pressure, public-facing live environment within the last 3 years. The example must demonstrate experience equivalent to live broadcast interpreting such as: - Live or live-streamed events (e.g. large webinars, hybrid or virtual conferences) - High-stakes public communication (e.g. press conferences, media statements) - Time-critical interpreting environments where speakers do not pause, content may be unscripted and there is a rapid turn-taking (e.g. simultaneous conference interpreting, panel events with live Q&A) Failure to provide examples which demonstrate the relevant experience will result in the bidder's submission being rejected. For SPD questions 4C2 -4C5 - Not Used For SPD question 4C.6 - Please confirm that the following educational and professional qualifications are held by the service provider or the Contractor itself: All interpreters who will provide BSL interpreting services and all others providing specified services must be registered (where relevant) as either Registered Sign Language Interpreters (RSLIs), or Trainee Sign Language Interpreters (TSLIs), with either: - The Scottish Register of Language Professionals with the Deaf Community (SRLPDC) - The National Register of Communication Professionals working with Deaf and Deafblind People (NRCPD). For SPD question 4C.7 - Bidders will be required to provide evidence that their organisation has taken steps to build their awareness of the climate change emergency and how they will respond, including knowledge of their emissions sources and actions to address these. Accepted evidence includes but is not limited to: - a completed copy of the Bidder's 'relevant contract' Climate Change Plan Template, including planned projects and actions to reduce the bidder's carbon emissions. This does not need to contain calculated carbon emissions. Template plans and guidance on how Bidder Climate Change Plans are evaluated is available on the Sustainable Procurement Tools: Sustainable Procurement (sustainableprocurementtools.scot) For SPD questions 4C.8 to 4C.12 - Not used",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "contractTerms": {
            "performanceTerms": "In order to ensure the highest standards of service quality in this contract the SPCB requires the contractor to take a positive approach to fair work practices. Full details of all performance conditions are set out in the procurement documents.",
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "hasElectronicPayment": true
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2026-05-18T14:00:00+01:00"
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2026-08-03T23:59:59+01:00"
            }
        },
        "awardPeriod": {
            "startDate": "2026-05-18T14:00:00+01:00"
        },
        "bidOpening": {
            "date": "2026-05-18T14:00:00+01:00"
        },
        "hasRecurrence": true,
        "recurrence": {
            "description": "5 years after award date"
        }
    },
    "parties": [
        {
            "id": "GB-FTS-5276",
            "name": "Scottish Parliamentary Corporate Body",
            "identifier": {
                "legalName": "Scottish Parliamentary Corporate Body"
            },
            "address": {
                "streetAddress": "The Scottish Parliament, Procurement Services",
                "locality": "Edinburgh",
                "region": "UKM75",
                "postalCode": "EH99 1SP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "telephone": "+44 1313486617",
                "email": "karyn.hynd@parliament.scot",
                "url": "https://www.publictendersscotland.publiccontractsscotland.gov.uk/esop/pts-host/public/pts/web/login.html"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "url": "http://www.parliament.scot",
                "buyerProfile": "https://www.publiccontractsscotland.gov.uk/search/Search_AuthProfile.aspx?ID=AA10284",
                "classifications": [
                    {
                        "scheme": "TED_CA_TYPE",
                        "description": "Devolved Parliament"
                    },
                    {
                        "scheme": "COFOG",
                        "description": "Legislative Body"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-178907",
            "name": "THE SCOTTISH PARLIAMENT",
            "identifier": {
                "legalName": "THE SCOTTISH PARLIAMENT"
            },
            "address": {
                "streetAddress": "Holyrood Road",
                "locality": "Edinburgh",
                "postalCode": "EH99 1SP",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "procurement@parliament.scot"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-5276",
        "name": "Scottish Parliamentary Corporate Body"
    },
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000827298"
        }
    ],
    "language": "en"
}