Award

Provision of Translation Services

GLASGOW CITY COUNCIL

This public procurement record has 3 releases in its history.

Award

07 Apr 2025 at 00:00

TenderUpdate

19 Nov 2024 at 00:00

Tender

25 Oct 2024 at 00:00

Summary of the contracting process

Glasgow City Council has completed the procurement process for the provision of translation services, shifting from an in-house arrangement to an outsourced model. The awarded contract, titled "Provision of Translation Services," focuses on providing face-to-face, telephone, and video conference translation, as well as document translation, both from various non-English languages into English and vice versa, within Glasgow. This open procedure falls within the general public services category (CPV Code: 79530000), with key dates spanning from the initial tender publication on 25 October 2024 to the contract signing on 25 February 2025. The award was granted to Premium Linguistic Services, a Birmingham-based SME, with a contract value of £4,439,830, reflecting the procurement's completion stage.

This tender represents a significant opportunity for businesses specialising in translation and interpretation services, particularly those experienced in handling large-scale contracts involving multiple languages. SMEs with robust resource management capabilities, especially those capable of managing TUPE implications including 70 sessional interpreters and 2 administrative staff, are well-suited for such undertakings. The council’s emphasis on quality service delivery and competitive pricing presents an attractive potential for business growth for firms in the linguistics sector, leveraging their expertise to meet the council's requirements while ensuring compliance with regulatory standards.

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 Translation Services

Notice Description

The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.

Lot Information

Lot 1

The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.

Renewal: There will be an option to extend for 27 months which included a 3 month mobilisation/demobilisation period at the end of this contract.

Publication & Lifecycle

Open Contracting ID
ocds-r6ebe6-0000781510
Publication Source
Public Contracts Scotland
Latest Notice
https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527704
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
OJEU - F3 - Contract Award 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

Notice Value(s)

Tender Value
£6,500,000 £1M-£10M
Lots Value
£6,500,000 £1M-£10M
Awards Value
Not specified
Contracts Value
£4,439,830 £1M-£10M

Notice Dates

Publication Date
7 Apr 202510 months ago
Submission Deadline
25 Nov 2024Expired
Future Notice Date
Not specified
Award Date
25 Feb 202512 months ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

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

Contracting Authority (Buyer)

Main Buyer
GLASGOW CITY COUNCIL
Contact Name
Available with D3 Tenders Premium →
Contact Email
Available with D3 Tenders Premium →
Contact Phone
Available with D3 Tenders Premium →

Buyer Location

Locality
GLASGOW
Postcode
G2 1DU
Post Town
Glasgow
Country
Scotland

Major Region (ITL 1)
TLM Scotland
Basic Region (ITL 2)
TLM3 West Central Scotland
Small Region (ITL 3)
TLM32 Glasgow City
Delivery Location
TLM82 Glasgow City

Local Authority
Glasgow City
Electoral Ward
Anderston/City/Yorkhill
Westminster Constituency
Glasgow North East

Supplier Information

Number of Suppliers
1
Supplier Name

PREMIUM LINGUISTIC SERVICES

Further Information

Notice Documents

  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516979
    Provision of Translation Services - The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.
  • https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527704
    Provision of Translation Services - The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.

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-r6ebe6-0000781510-2025-04-07T00:00:00Z",
    "date": "2025-04-07T00:00:00Z",
    "ocid": "ocds-r6ebe6-0000781510",
    "initiationType": "tender",
    "parties": [
        {
            "id": "org-43",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "Molly Doherty",
                "email": "molly.doherty@glasgow.gov.uk",
                "url": "http://www.publictendersscotland.publiccontractsscotland.gov.uk"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-6",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "org-12",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "James Cook",
                "email": "james.cook@glasgow.gov.uk",
                "telephone": "+44 1412876429",
                "url": "http://"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-29",
            "name": "Glasgow City Council",
            "identifier": {
                "legalName": "Glasgow City Council"
            },
            "address": {
                "streetAddress": "40 John St, City Chambers",
                "locality": "Glasgow",
                "region": "UKM82",
                "postalCode": "G2 1DU"
            },
            "contactPoint": {
                "name": "David Hart",
                "email": "david.hart@glasgow.gov.uk",
                "url": "http://"
            },
            "roles": [
                "buyer",
                "centralPurchasingBody"
            ],
            "details": {
                "classifications": [
                    {
                        "id": "Regional or local authority",
                        "scheme": "TED_CA_TYPE"
                    },
                    {
                        "id": "01",
                        "description": "General public services",
                        "scheme": "COFOG"
                    }
                ],
                "url": "http://www.glasgow.gov.uk"
            }
        },
        {
            "id": "org-244",
            "name": "Premium Linguistic Services",
            "identifier": {
                "legalName": "Premium Linguistic Services"
            },
            "address": {
                "streetAddress": "Unit 4, Great Barr Business Park, Baltimore Road",
                "locality": "Birmingham",
                "region": "UKG31",
                "postalCode": "B42 1DY"
            },
            "roles": [
                "supplier"
            ],
            "details": {
                "scale": "sme",
                "url": "http://"
            }
        },
        {
            "id": "org-3",
            "name": "Glasgow Sheriff Court & Justice of the Peace Court",
            "identifier": {
                "legalName": "Glasgow Sheriff Court & Justice of the Peace Court"
            },
            "address": {
                "streetAddress": "1 Carlton Place",
                "locality": "Glasgow",
                "postalCode": "G5 9TW"
            },
            "contactPoint": {
                "telephone": "+44 1414298888",
                "url": "http://"
            },
            "roles": [
                "reviewBody"
            ]
        }
    ],
    "buyer": {
        "name": "Glasgow City Council",
        "id": "org-29"
    },
    "tender": {
        "id": "GCC006168CPU",
        "title": "Provision of Translation Services",
        "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.",
        "status": "complete",
        "items": [
            {
                "id": "1",
                "additionalClassifications": [
                    {
                        "id": "79530000",
                        "scheme": "CPV"
                    }
                ],
                "deliveryLocation": {
                    "description": "Glasgow"
                },
                "deliveryAddresses": [
                    {
                        "region": "UKM82"
                    },
                    {
                        "region": "UKM82"
                    }
                ],
                "relatedLot": "1"
            }
        ],
        "value": {
            "amount": 6500000,
            "currency": "GBP"
        },
        "procurementMethod": "open",
        "procurementMethodDetails": "Open procedure",
        "mainProcurementCategory": "services",
        "submissionMethod": [
            "electronicSubmission"
        ],
        "submissionMethodDetails": "https://www.publictendersscotland.publiccontractsscotland.gov.uk",
        "tenderPeriod": {
            "endDate": "2024-11-25T12:00:00Z"
        },
        "awardPeriod": {
            "startDate": "2024-11-25T12:00:00Z"
        },
        "documents": [
            {
                "id": "OCT516979",
                "documentType": "contractNotice",
                "title": "Provision of Translation Services",
                "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=OCT516979",
                "format": "text/html"
            },
            {
                "id": "APR527704",
                "documentType": "awardNotice",
                "title": "Provision of Translation Services",
                "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.",
                "url": "https://www.publiccontractsscotland.gov.uk/search/show/search_view.aspx?ID=APR527704",
                "format": "text/html"
            }
        ],
        "lots": [
            {
                "id": "1",
                "description": "The council is seeking to outsource for the first time the translation services provision which is currently being provided in-house. The council require a service provided to provide in person face to face translation from both non English language or dialect to English language and vice versa, within the council's properties or at other nominated locations as well as telephone, video conference services and document translation from both non English language or dialect to English language and vice versa. As this is an in-house service currently there will be a TUPE implication which will include 70 sessional interpreters, 2 Admin staff and sessional accessor.. Economic operators may be excluded from this competition if they are in any of the situations referred to in regulation 58 of the Public Contracts (Scotland) Regulations 2015.",
                "status": "complete",
                "value": {
                    "amount": 6500000,
                    "currency": "GBP"
                },
                "awardCriteria": {
                    "criteria": [
                        {
                            "type": "quality",
                            "name": "Service Delivery",
                            "description": "40"
                        },
                        {
                            "type": "price",
                            "description": "35"
                        }
                    ]
                },
                "hasOptions": false,
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "contractPeriod": {
                    "durationInDays": 1890
                },
                "hasRenewal": true,
                "renewal": {
                    "description": "There will be an option to extend for 27 months which included a 3 month mobilisation/demobilisation period at the end of this contract."
                }
            }
        ],
        "bidOpening": {
            "date": "2024-11-25T12:00:00Z",
            "address": {
                "streetAddress": "Glasgow City Council 40 John Street"
            }
        },
        "contractTerms": {
            "hasElectronicPayment": true,
            "hasElectronicOrdering": true,
            "electronicInvoicingPolicy": "allowed",
            "performanceTerms": "1.Call Response Timescales-1st year-95%-Calls must be answered within 10 minutes. After 1st year-98%- Calls must be answered within 10 minutes. 2.Call Response Timescales-1st year-95%-Calls must be answered within 10 minutes After 1st year-98%- Calls must be answered within 10 minutes. 3.Complaints/Non-Conformance -1st year-96%-Output of Non-Conformance to be advised to council within 2 Days. After 1st year-99%- Output of Non Conformance to be advised to council within 2 Days 4.Accuracy of invoices-1st year-98%-Accurate summary sheet with statement bill-After 1st Year 99%-Accurate summary sheet statement bill."
        },
        "coveredBy": [
            "GPA"
        ],
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "Not applicable to this procurement exercise"
                },
                {
                    "type": "economic",
                    "description": "Bidders will be required to state the values for the following financial ratios: - Ratio 1: Trading Performance - Description: An overall positive outcome on Pre Tax Profits over a 3 year period with exceptional items occurring in the normal course of business can be excluded from the calculation. Expressed in the ratio Pre-Tax Profit/Turnover. Minimum Requirement: Overall positive outcome on Pre-Tax Profits to Turnover over a 3 year period. Ratio 2: Balance Sheet Strength - Description: Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Intangibles can be included for purposes of the Total Assets figure, Expressed in the ratio Total Assets/Total Liabilities Minimum Requirement: Net worth of the organisation must be positive at the time of evaluation and organisation must not be subject to an insolvency process. Companies that are only required to file abbreviated accounts, must submit full sets of accounts for the last 2 individual years filed, in order for the 3 year profitability requirement to be verified. It is a requirement of this contract that bidders hold or can commit to obtain prior to the commencement of any subsequent awarded contract, the type and level of insurance indicate below: Employer's (Compulsory) Liability Insurance = 10000000 GBP Public Liability Insurance = 5000000 GBP professional Indemnity Insurance = 1000000 GBP The Council reserves the right at its own discretion to seek such other information from the Applicant in accordance with Regulation 61(7) or Regulation 61(8) of the Public Contracts (Scotland) Regulations 2015 to prove the Applicant's economic and financial standing."
                },
                {
                    "type": "technical",
                    "description": "SPD 4C.1.2 Statement [GOODS AND SERVICES ONLY] Please provide evidence and examples of services carried out during the last five years as specified in the contract notice: Please provide two examples that demonstrate your business and or relied upon sub-contractor (If applicable) experience in delivering similar services (Examples from both public and or private sector customers and clients may be provided). Your examples MUST be from the last five years and provide detail information on the following areas included but not limited to:- - Detailed description on the services delivered - Contract value - Date and duration of service",
                    "minimum": "Bidders must score a minimum of 60% in total for question 4C.1.2 question. Any Bidder who fails to achieve the minimum points score will be disqualified."
                }
            ]
        },
        "submissionTerms": {
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "endDate": "2025-03-25T00:00:00Z"
            }
        },
        "classification": {
            "id": "79530000",
            "scheme": "CPV"
        },
        "reviewDetails": "Glasgow City Council (\"the Council\") must, by notice in writing as soon as possible after the decision has been made, inform all bidders and candidates concerned of its decision to award the contract, conclude the framework agreement or establish a dynamic purchasing system. The Council must allow a period of at least the relevant standstill period (where the notice is sent by facsimile or electronic means the period is 10 days ending at midnight at the end of the 10th day after that on which the last notice is sent, when sent by other means the period is 15 days) to elapse between the date of despatch of the notice referred to in Regulation 85(1) of the Public Contracts (Scotland) Regulations 2015 (\"the Regulations\"). The Council is obliged to comply with the Regulations and any eligible economic operator can bring an action in the Sheriff Court or the Court of Session where as a consequence of a breach by the Council, suffers or risks suffering loss or damage. The bringing of court proceedings during the standstill period means that the Council must not enter into the contract, conclude the framework agreement or establish the dynamic purchasing system unless the proceedings are determined, discontinued or disposed of; or the court, by interim order, brings to an end the prohibition. The bringing of court proceedings after the standstill period has elapsed and the remedies that are available to the courts are detailed in the Regulations. Economic Operators can write to the Council seeking further clarification on the notice, to which the Council must respond within 15 days. Economic Operators should be mindful to seek their own independent legal advice when they consider appropriate to do so.",
        "hasRecurrence": false,
        "legalBasis": {
            "id": "32014L0024",
            "scheme": "CELEX"
        },
        "amendments": [
            {
                "id": "amd-11",
                "description": "Deadline is extended to allow further time for applicants to prepare and submit bid.",
                "unstructuredChanges": [
                    {
                        "oldValue": {
                            "date": "2024-11-25T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-12-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.2",
                            "label": "Time limit"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2025-03-25T00:00:00Z"
                        },
                        "newValue": {
                            "date": "2025-04-18T00:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.6",
                            "label": "Minimum time frame during which the tenderer must maintain the tender"
                        }
                    },
                    {
                        "oldValue": {
                            "date": "2024-11-25T12:00:00Z"
                        },
                        "newValue": {
                            "date": "2024-12-19T12:00:00Z"
                        },
                        "where": {
                            "section": "IV.2.7",
                            "label": "Conditions for opening of tenders"
                        }
                    }
                ]
            }
        ]
    },
    "language": "EN",
    "description": "ESPD Questions 4D.1 4D1.1 4D1.2 4D2 4D2.1 and 4D2.2 bidders must hold the certificates for Quality Control and Environmental Management Standards or comply with all the questions noted in SPD Section 4D. Please refer to the 'SPD Statements' within the Tender document.FOI Act is contained in Appendix A of the ITT. Applicants must note the implications of this legislation and ensure that any information they wish the council to consider withholding is specifically indicated on the FOI Certificate contained within Technical Envelope within tender portal (NB the council does not bind itself to withhold this information).Certificate.Amendments-Applicants must enter any clause, condition, amendment to specification or any other qualification they may wish to make conditional to this offer. Applicants will be required to complete the tenderers amendment certificate contained in the technical Envelope within tender portal (at ITT stage).Prompt Payment-The successful tenderer shall, as a condition of being awarded the tender, be required to demonstrate to the council's satisfaction that all funds due to the tenderer's permitted sub-contractors in respect of these works are paid timeously and that as a minimum invoices rendered by subcontractors shall (unless formally disputed by the tenderer) be paid within 30 days of receipt. The successful tenderer shall also impose this condition on its subcontractors in respect of payments due to any sub-sub-contractors,if any.Applicants will be required to complete the prompt payment certificate contained in the Technical Envelope area within tender portal.Non-Collusion-Applicants will be required to complete the Non-Collusion certificate contained in the Technical Envelope area within the tender portal.Insurance Mandate-All successful suppliers will be required to sign an Insurance Mandate, which will be issued in conjunction with the award letter authorising the Council to request copies of insurance documents from the supplier's insurance provider. If the mandate is not signed and returned the Council reserves the right to request copies of insurance certificates from bidders at any point during the contract period.Terms and Conditions are located within the Buyers Attachments area of the tender portal.Request for Documentation: Once the Evaluation of Price and Quality has been completed, the recommended Bidder will be expected to provide all documentation as specified in the SPD.Bidders must supply the relevant information within 5 working days. Failure to provide this information within the specified time may result in your bid being rejected and the Council proceeding with the procurement exercise to the next appropriate bidder.Additional information pertaining to this contract notice is contained within the ITT documents. (SC Ref:795539)",
    "links": [
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781510"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781510"
        },
        {
            "rel": "canonical",
            "href": "https://api.publiccontractsscotland.gov.uk/v1/Notice?id=ocds-r6ebe6-0000781510"
        }
    ],
    "noticetype": "OJEU - F3 - Contract Award Notice",
    "awards": [
        {
            "id": "GCC006168CPU",
            "suppliers": [
                {
                    "id": "org-244",
                    "name": "Premium Linguistic Services"
                }
            ],
            "relatedLots": [
                "1"
            ]
        }
    ],
    "contracts": [
        {
            "id": "GCC006168CPU",
            "awardID": "GCC006168CPU",
            "status": "active",
            "value": {
                "amount": 4439830,
                "currency": "GBP"
            },
            "dateSigned": "2025-02-25T00:00:00Z"
        }
    ],
    "relatedProcesses": [
        {
            "id": "1",
            "relationship": [
                "planning"
            ],
            "scheme": "EU-OJ",
            "identifier": "2024/S 000-034733"
        }
    ],
    "bids": {
        "statistics": [
            {
                "id": "796",
                "measure": "bids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "797",
                "measure": "smeBids",
                "value": 3,
                "relatedLot": "1"
            },
            {
                "id": "798",
                "measure": "foreignBidsFromEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "799",
                "measure": "foreignBidsFromNonEU",
                "value": 0,
                "relatedLot": "1"
            },
            {
                "id": "800",
                "measure": "electronicBids",
                "value": 3,
                "relatedLot": "1"
            }
        ]
    }
}