II.1)
Scope of the procurement
Framework for Interpretation Services(excluding Irish Language Services)
Reference number:
PROJ000005301 EMS051F
79540000
-
Interpretation services
Services
II.1.4)
Short description
(The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of four (4) single supplier framework contracts (each a “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Interpretation services (excluding Irish Language)
The spoken language interpretation services required are:
1. Face to Face Interpretation Services
2. Telephone Interpretation Services
3. Video Remote Interpretation Services
II.1.5)
Estimated total value
Value excluding VAT: 20000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Lot 1 Interpretation Services, The Courts Service
Lot No:
1
II.2.2)
Additional CPV code(s)
79540000
-
Interpretation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of four (4) single supplier framework contracts (each a “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Interpretation services (excluding Irish Language)
The spoken language interpretation services required are:
1. Face to Face Interpretation Services
2. Telephone Interpretation Services
3. Video Remote Interpretation Services
Criteria below
Quality criterion
-
Name:
Key Account Management
/
Weighting:
250
Quality criterion
-
Name:
Quality Control Processes
/
Weighting:
125
Quality criterion
-
Name:
Complaints Procedures
/
Weighting:
125
Cost criterion
-
Name:
COST Proposal
/
Weighting:
500
Value excluding VAT: 5000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
24
This contract is subject to renewal:
no
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 2 Interpretation Services, An Garda Siochana
Lot No:
2
II.2.2)
Additional CPV code(s)
79540000
-
Interpretation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of four (4) single supplier framework contracts (each a “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Interpretation services (excluding Irish Language)
The spoken language interpretation services required are:
1. Face to Face Interpretation Services
2. Telephone Interpretation Services
3. Video Remote Interpretation Services
Criteria below
Quality criterion
-
Name:
Key Account Management
/
Weighting:
250
Quality criterion
-
Name:
Quality Control Processes
/
Weighting:
125
Quality criterion
-
Name:
Complaints Procedures
/
Weighting:
125
Cost criterion
-
Name:
Cost
/
Weighting:
500
Value excluding VAT: 5000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
24
This contract is subject to renewal:
no
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 3 Interpretation Services, DoJ, LAB, DEASP
Lot No:
3
II.2.2)
Additional CPV code(s)
79540000
-
Interpretation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of four (4) single supplier framework contracts (each a “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Interpretation services (excluding Irish Language)
The spoken language interpretation services required are:
1. Face to Face Interpretation Services
2. Telephone Interpretation Services
3. Video Remote Interpretation Services
Criteria below
Quality criterion
-
Name:
Key Account Management
/
Weighting:
250
Quality criterion
-
Name:
Quality Control Processes
/
Weighting:
125
Quality criterion
-
Name:
Complaints Procedures
/
Weighting:
125
Cost criterion
-
Name:
Cost
/
Weighting:
500
Value excluding VAT: 5000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
24
This contract is subject to renewal:
no
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no
Lot 4 Interpretation Services, All other FW Clients
Lot No:
4
II.2.2)
Additional CPV code(s)
79540000
-
Interpretation services
II.2.3)
Place of performance
Main site or place of performance:
Dublin 1
II.2.4)
Description of the procurement
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for the award of four (4) single supplier framework contracts (each a “Framework Contract”) for the provision of the services as described in Appendix 1 to this RFT (“the Services”).
In summary, the Services comprise:
Interpretation services (excluding Irish Language)
The spoken language interpretation services required are:
1. Face to Face Interpretation Services
2. Telephone Interpretation Services
3. Video Remote Interpretation Services
Criteria below
Quality criterion
-
Name:
Key Account Management
/
Weighting:
250
Quality criterion
-
Name:
Quality Control Processes
/
Weighting:
125
Quality criterion
-
Name:
Complaints Procedures
/
Weighting:
125
Cost criterion
-
Name:
Cost
/
Weighting:
500
Value excluding VAT: 5000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
24
This contract is subject to renewal:
no
II.2.10)
Information about variants
Variants will be accepted:
no
II.2.11)
Information about options
Options:
yes
Description of options:
The Contracting Authority reserves the right to extend the Term for a period or periods of up to twelve (12) months with a maximum of two (2) such extension or extensions on the same terms and conditions, subject to the Contracting Authority’s obligations at law. The Term will not exceed four (4) years in aggregate
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no