Contract award notice

Information

Published

Date of dispatch of this notice: 24/11/2022

External Reference: 2022-207368

TED Reference: 2022/S 230-664453

Contract award notice

Contract award notice

Results of the procurement procedure

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin
Dublin 1
IE
NUTS code:  IE -  IRELAND
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
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 for Interpretation Services (excluding Irish Language Services)
Reference number:  PROJ000005301 EMS051F RFT#169692
II.1.2)

Main CPV code

79540000  -  Interpretation services
II.1.3)

Type of contract

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.1.6)

Information about lots

This contract is divided into lots: yes
II.1.7)

Total value of the procurement

Value excluding VAT:  20000000.00  EUR
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Multiple locations around Ireland
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
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Multiple locations around Ireland
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
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Multiple locations around Ireland
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
II.2.5)

Award criteria

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
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
II.2)

Description

II.2.1)

Title

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

NUTS code:  IE -  IRELAND
Main site or place of performance:  
Multiple locations around Ireland
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
II.2.5)

Award criteria

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
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

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
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: 2020/S 105-254121

Section V: Award of contract

Contract No: 1

Lot No: 1

Title: Lot 1 Interpretation Services, The Courts Service

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/11/2022
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Forbidden City Ltd. t/a translation.ie
46 Mount Street Upper
Dublin
D02RX88
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
Schedule Intelligence Ltd.
96 The Drumlins
Virginia
Cavan
IE
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 2

Lot No: 2

Title: Lot 2 Interpretation Services, An Garda Siochana

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/11/2022
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Forbidden City Ltd. t/a translation.ie
46 Mount Street Upper
Dublin
Dublin 2
IE
Telephone: +353 16520760
Fax: +353 16520766
NUTS code:  IE -  IRELAND

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 3

Lot No: 3

Title: Lot 3 Interpretation Services, DoJ, LAB, DEASP

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

21/11/2022
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  yes
V.2.3)

Name and address of the contractor

Freelance Providers Ltd (t/a TRANSLIT)
18 Mallow Street Upper
Limerick
Co. Limerick
IE
Telephone: +353 14595158
NUTS code:  IE -  IRELAND
Internet address: http://https://translit.ie

The contractor is an SME : yes
EFFECTIFF, LLC
275 Commercial Blvd, Ste 301
Lauderdale by the Sea
Florida
US
NUTS code:  US -  United States

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  5000000.00  EUR

Section V: Award of contract

Contract No: 4

Lot No: 4

Title: Lot 4 Interpretation Services, All other FW Clients

A contract/lot is awarded: yes
V.2)

Award of contract

V.2.1)

Date of conclusion of the contract

18/11/2022
V.2.2)

Information about tenders

Number of tenders received:  10
Number of tenders received by electronic means:  10
The contract has been awarded to a group of economic operators :  no
V.2.3)

Name and address of the contractor

Language Training & Translating Ltd.
Context
Galway
Maree, Oranmore
IE
Telephone: +353 091790255
Fax: +353 091790514
NUTS code:  IE -  IRELAND
Internet address: http://www.context.ie

The contractor is an SME : yes
V.2.4)

Information on value of the contract/lot (excluding VAT)

Total value of the contract/lot:  5000000.00  EUR

Section VI: Complementary information

VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
The successful tenderer for Lot 1 is a consortium known as 'InterpretingServicesIreland' which is comprised of Forbidden City Ltd. t/a translation.ie and Schedule Intelligence Ltd. Both constituent economic operators are noted within Section V of this notice.
The successful tenderer for Lot 3 is a consortium known as 'TRANSLIT Consortium' which is comprised of Freelance Providers Ltd. t/a Translit and Effectiff, LLC. Both constituent economic operators are noted within Section V of this notice.
VI.4)

Procedures for review

VI.4.1)

Review body

High Court of Ireland
Dublin
IE

VI.4.3)

Review procedure

Precise information on deadline(s) for review procedures: 
Please consult your own legal advisors