Contract notice

Information

Published

Date of dispatch of this notice: 28/05/2020

Expire date: 08/04/2022

External Reference: 2020-270146

TED Reference: 2020/S 105-254121

Contract notice

Contract notice

Directive 2014/24/EU

Section I: Contracting authority

I.1)

Name and addresses

The Office of Government Procurement
IE3229842HH
3A Mayor Street Upper
Dublin 1. D01 PF72.
Dublin
IE
Internet address(es):
I.2)

Joint procurement

The contract is awarded by a central purchasing body
I.3)

Communication

The procurement documents are available for unrestricted and full direct access, free of charge, at:  
http://irl.eu-supply.com/app/rfq/rwlentrance_s.asp?PID=167012&B=ETENDERS_SIMPLE
Additional information can be obtained from
the abovementioned address:  
Tenders or requests to participate must be submitted
Tenders or requests to participate must be submitted
to the abovementioned address
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
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.1.5)

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
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

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
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.2.6)

Estimated value

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
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

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
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.2.6)

Estimated value

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
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

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
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.2.6)

Estimated value

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
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

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
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.2.6)

Estimated value

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

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:  Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
III.1.2)

Economic and financial standing

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
III.1.3)

Technical and professional ability

List and brief description of selection criteria:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
Minimum level(s) of standards possibly required:  
Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
III.2)

Conditions related to the contract

III.2.2)

Contract performance conditions

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).

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.2.2)

Time limit for receipt of tenders or requests to participate

Date:  01/07/2020
Local time:  15:00
IV.2.4)

Languages in which tenders or requests to participate may be submitted

English
IV.2.7)

Conditions for opening of tenders

Date:  01/07/2020
Local time:  15:00

Section VI: Complementary information

VI.1)

Information about recurrence

This is a recurrent procurement:  yes
Estimated timing for further notices to be published:  
We would envisage further notice will be published after the completion of thsi contract.
VI.3)

Additional information

Please refer to the Request for Tender documents associated with the notice published on www.etenders.gov.ie (RFT #169692).
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