Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
I.4)Type of the contracting authorityMinistry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Framework Agreement for Interpretation Services for NAV
Reference number: 20/20308
II.1.2)Main CPV code79540000 Interpretation services
II.1.3)Type of contractServices
II.1.4)Short description:
The Norwegian Labour and Welfare Organisation invites tenderers to an open tender contest for a framework agreement for interpretation services.
II.1.5)Estimated total valueValue excluding VAT: 416 627 020.80 NOK
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: NO Norge
II.2.4)Description of the procurement:
The aim of the procurement is to establish a framework agreement that will cover NAV's need for interpretation services nationwide. This involves oral translations from Norwegian to the interpretation language and vice versa.
The aim of the procurement:
— ensure that interpretation assignments in NAV are only done by qualified interpreters, i.e., interpreters with documented interpretation qualifications that qualify for inclusion in the National Interpreter Register, c.f. part III — Annex, point 2.3.2,
— that most of the assignments are done by interpreters in the four upper categories in the National Interpreter Register, c.f. part III - Annex, point 2.3.2,
— ensure good quality of the interpretation services that are offered and carried out. Good technological systems and available resources for innovation and improvements to the ordering systems and interpreter arrangements are vital.
Questions about the tender documentation received in July will not be answered before 9 August 2021. There is no deadline for asking questions other than what the regulations state. The contracting authority must, at the latest 6 days before the tender deadline, answer any questions. We would therefore like questions to be sent in a reasonable time before this.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 416 627 020.80 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 24
This contract is subject to renewal: yes
Description of renewals:
The contract duration will be 2 years from signing. The contracting authority (Client) has the option to extend the contract for a further 1 year + 1 year.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: yes
Description of options:
The contract duration will be 2 years from signing. The contracting authority (Client) has the option to extend the contract for a further 1 year + 1 year.
This contract will apply to the government part of NAV, but the municipal part will have an option to use the contract if it wants to.
II.2.13)Information about European Union fundsThe procurement is related to a project and/or programme financed by European Union funds: no
II.2.14)Additional information
Section III: Legal, economic, financial and technical information
III.1)Conditions for participation
III.1.1)Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registersList and brief description of conditions:
Tenderers are required to be a legally established company.
Norwegian Tenderers: Company registration certificate from the Brønnøysund Register Centre.
Foreign Tenderers: Certificate for registration in the Register of Business Enterprises as prescribed in the legislation of the country in which the tenderer is established.
III.1.2)Economic and financial standingList and brief description of selection criteria:
Tenderers are required to have the financial ability to implement the contract. The contracting authority will obtain credit ratings carried out by Experian; see www.Experian.no
If a tenderer feels that the credit rating will not provide an accurate picture, supplementary information is to be attached to the request for qualification.
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Tenderers are required to show experience (capacity) connected to concrete deliveries of interpretation services, and that the tenderer can refer to experience with providing interpreters who are registered in a national interpretation register.
A tenderer can rely on the experience of other companies to fulfil this qualification requirement. This applies regardless of the legal connection between the tenderer and the company/companies. If a tenderer would like to use other companies´experience, documentation that the requirement is met must be attached from both the tenderer and the other companies. Furthermore, the commitment statement that is included in the tender documentation must be completed and attached to the application.
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with a single operator
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.1)Previous publication concerning this procedure IV.2.2)Time limit for receipt of tenders or requests to participateDate: 18/08/2021
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:Norwegian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderTender must be valid until: 01/11/2021
IV.2.7)Conditions for opening of tendersDate: 18/08/2021
Local time: 12:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:01/06/2021