Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 283439-2021

04/06/2021    S107

Norway-Mo i Rana: Interpretation services

2021/S 107-283439

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Arbeids- og Velferdsetaten (NAV)
National registration number: 889640782
Postal address: Postboks 354
Town: Mo i Rana
NUTS code: NO Norge
Postal code: 8601
Country: Norway
Contact person: Live Unstad
E-mail: live.unstad@nav.no
Telephone: +47 21071000
Internet address(es):
Main address: https://permalink.mercell.com/155707532.aspx
Address of the buyer profile: http://www.nav.no/
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://permalink.mercell.com/155707532.aspx
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://permalink.mercell.com/155707532.aspx
I.4)Type of the contracting authority
Ministry or any other national or federal authority, including their regional or local subdivisions
I.5)Main activity
General 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 code
79540000 Interpretation services
II.1.3)Type of contract
Services
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 value
Value excluding VAT: 416 627 020.80 NOK
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
79530000 Translation services
II.2.3)Place of performance
NUTS 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 criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 416 627 020.80 NOK
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration 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 variants
Variants will be accepted: no
II.2.11)Information about options
Options: 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 funds
The 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 registers
List 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 standing
List 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 ability
List 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 procedure
Open procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing system
The 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
Notice number in the OJ S: 2021/S 054-135056
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 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 tender
Tender must be valid until: 01/11/2021
IV.2.7)Conditions for opening of tenders
Date: 18/08/2021
Local time: 12:00

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: Oslo Tingrett
Town: Oslo
Country: Norway
VI.5)Date of dispatch of this notice:
01/06/2021