CWC22149 - The Provision of Interpretation and Translation Services

Award

Value

£320,000

Suppliers

Classifications

  • Translation services

Tags

  • award
  • contract

Published

1 year ago

Description

City of Wolverhampton Council has a responsibility to meet the communication support needs of all service users and employees and to provide appropriate access to interpretation, translation and transcription services when needed. The Council is now looking to commission the Interpretation, Translation and Transcript services required.
The service will cover a wide range of community languages, taking account of the diversity that exists within the City of Wolverhampton. Census data has identified that there is an increased level of ethnic minority communities living in Wolverhampton (45%). Data is also available through ‘Wolverhampton on Profile’ Census 2021. We believe there are approximately 80 spoken languages in Wolverhampton.
The service will support client departments across the council, including Adult Social Care and Children’s Services where sensitive /complex interpretation and translations will be required for service users with support requirements/communication needs.

Documents

Premium

Bypass the hassle of outdated portals. Get all the information you need right here, right now.

  • Contract Agreement

    The official contract terms, conditions, and scopes of work.

    Download
  • Award Notice

    Details on the tender award and selected suppliers.

    Download

Similar Contracts

Open

Support for Victims of Modern Slavery (SVMS) Contract

Modern Slavery is an umbrella term that encompasses human trafficking, slavery, servitude and forced or compulsory labour. It cruelly destroys the lives of victims who are exploited by criminals for profit, often in seemingly legitimate businesses. The Modern Slavery Unit, within the Home Office's Modern Slavery Directorate, is responsible for leading the Government's response to modern slavery. Modern slavery is a barbaric crime that dehumanises people for profit. The Government is committed to tackling it in all its forms and to giving survivors the support and certainty they need to recover. The UK is committed to meeting its obligations and to providing effective support to ensure that victims are assisted in their recovery from their experiences of exploitation or trafficking. These obligations are currently met through the Modern Slavery Victim Care Contract (MSVCC) which provides specialist support to adult victims of exploitation and trafficking identified through the NRM in England and Wales, as well as support delivered through wider state services. The new Support for Victims of Modern Slavery (SVMS) contract will replace the MSVCC. The SVMS service will lift modern slavery victims out of exploitation, keep them safe, and provide temporary tailored needs-based support to assist them in their recovery and reduce their risk of re-exploitation. It will be innovative, flexible, responsive to demand, and adaptive to the needs of service users. It will facilitate the smooth transition of Service Users out of the service when contracted support is no longer required, through alignment with other statutory services and productive partnerships with statutory and non-statutory organisations. It will harness new data and technology advancements to support Service Users and deliver contract efficiency. The following key pillars and enablers will be required as part of SVMS service provision. Support worker: each Service User is assigned a Support Worker who plays a central role in their recovery. Support Workers complete the assessment process, develop Support Plans and conduct monthly support meetings with Service Users to review progress and adjust support as needed. This includes providing referrals, advocacy and access to services across social, legal, psychological and health domains. Support Workers operate to defined minimum standards to ensure a high quality and consistent level of support across all cases, receive enhanced, trauma-informed training and have access to specialist resources for complex cases. Emphasis is placed on consistency of care, ensuring that Service Users experience reliable and coordinated support across geographical areas. Suppliers shall respond to the needs of staff, ensuring their safety and supporting their overall well-being. Accommodation: Service Users at risk of re-exploitation or destitution can access safe accommodation that meets their needs and level of independence. A range of shared single sex, family and individual units will be available, which must meet minimum standards stipulated in the Authority's requirements and be regularly and well maintained. A transport service safely transports Service Users to the accommodation and on to alternative accommodation when they are required to exit. Most service users will not require accommodation from the service and will receive outreach support. Financial support: Service Users will be paid means-tested financial support payments to meet their essential living needs and recovery needs. A deposit grant and move-in funding is available to help eligible Service Users secure suitable long-term accommodation. Psychological assistance: Service Users are entitled to psychological assistance, including a Mental Health Assessment by a qualified healthcare professional. Should the assessor deem local NHS service wait times do not align to the urgency of the identified need, the Service User would be in scope to receive short-term therapeutic support. This support is documented in a Psychological Support Plan. Referrals are made by Support Workers, and therapy is primarily delivered remotely to increase accessibility. Digital tools and technology: The service includes digital solutions to enhance accessibility and engagement, including streamlined data capture and sharing across the contract, automated translation and interpretation, a victim portal for Service Users to access personal information and track progress, and a resource hub with information on rights, entitlements, and external services. The Supplier will design, maintain, and report on these systems as part of monitoring and evaluation. Partnership working across the supply chain and a range of external support providers and stakeholders such as local authorities, job centres, GPs and asylum support services will ensure Service Users can access longer-term support pathways and transition to independence outside the service. Full details of the Authority's requirements are available by accessing the Home Office Jaggaer site signposted in this notice.

Katy Reed

Published 1 day ago
Open

Northamptonshire Children's Trust Language Support Services

Northamptonshire Children's Trust wishes to invite Tender Responses for the supply of Language Support Services. The objectives of this Framework Agreement is to have a range of Providers that are able to provide high quality Language Support Services to the Trust's clients - both the Children and Young People the Trust is supporting and their wider family network who may also require the service. The service specification describes a requirement to establish a framework agreement with several Service Providers to supply Language Support Services to clients who speak, communicate or read languages other than English, or who need to communicate in English in non-standard ways e.g. via audio media, either individually or in groups. The Children's Trust is setting up a Framework Agreement for the provision of Language Support Services for an initial period of 24 months, with the option to extend for two additional periods of 12 months each, for a maximum duration of 48 months (2+1+1 years). The Services sought under this framework agreement will be split into the following five lots: Lot 1a - Telephone Interpretation Services Lot 1b - Video Remote Interpretation Services Lot 2 - Face to Face Interpretation Services Lot 3 - Translation Services (including hard copy and electronic translation services) Lot 4 - Sensory Impairment Interpretation and Translation The Contract has an estimated annual budget of £400,000 (exclusive of VAT) for the delivery of the requirement as set out in the Specification. In order to be considered for this opportunity, you MUST have registered and submitted your core supplier information to the Central Digital Platform (CDP). Please visit https://supplier-information.find-tender.service.gov.uk/ to register, and provide your core supplier information. Please note, you are then required to confirm your share code and provide a PDF copy of this information when you submit your tender return.

Katy Reed

Published 3 weeks ago

AI Bid Assistant

Our AI-powered tool to help you create winning bids is coming soon!

View Contract Source Save Contract

Timeline complete

Publish
Bid
Evaluate
Award
Complete