II.1)
Scope of the procurement
Multi Supplier Framework Agreement for the Provision of Irish Language Translation Services
Reference number:
PROJ000006351
79530000
-
Translation services
Services
II.1.4)
Short description
The Contracting Authority invites tenders (“Tenders”) from economic operators (“Tenderers”) for appointment to a Multi-Supplier Framework Agreement for the Provision of Irish Language Translation Services (the “Framework Agreement”)] for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: Reliable and high quality Irish Language Translation Services for Framework Clients as and when required.
II.1.5)
Estimated total value
Value excluding VAT: 10000000.00
EUR
II.1.6)
Information about lots
This contract is divided into lots:
yes
Tenders may be submitted for
all lots
Lot 1 Translation of Standard Text
Lot No:
1
II.2.2)
Additional CPV code(s)
75111000
-
Executive and legislative services
75111200
-
Legislative 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 appointment to a Multi-Supplier Framework Agreement for the Provision of Irish Language Translation Services (the “Framework Agreement”)] for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: Reliable and high quality Irish Language Translation Services for Framework Clients as and when required.
Criteria below
Quality criterion
-
Name:
Quality of Service
/
Weighting:
350
Quality criterion
-
Name:
Customer Relationship Management and Response to Requests for Service
/
Weighting:
250
Quality criterion
-
Name:
Data and Information Security
/
Weighting:
150
Cost criterion
-
Name:
Cost
/
Weighting:
250
Value excluding VAT: 6000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
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:
This Framework Agreement shall take effect on the Commencement Date and expire 48 months thereafter (“the Framework Term”) unless terminated earlier in accordance with this Framework Agreement.
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 Translation of Technical Text
Lot No:
2
II.2.2)
Additional CPV code(s)
75111000
-
Executive and legislative services
75111200
-
Legislative 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 appointment to a Multi-Supplier Framework Agreement for the Provision of Irish Language Translation Services (the “Framework Agreement”)] for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: Reliable and high quality Irish Language Translation Services for Framework Clients as and when required.
Criteria below
Quality criterion
-
Name:
Quality of Service
/
Weighting:
300
Quality criterion
-
Name:
Customer Relationship Management and Response to Requests for Service
/
Weighting:
200
Quality criterion
-
Name:
Data and Information Security
/
Weighting:
100
Quality criterion
-
Name:
Technical Translation Knowledge, Expertise and Experience
/
Weighting:
200
Cost criterion
-
Name:
Cost
/
Weighting:
200
Value excluding VAT: 2000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
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:
This Framework Agreement shall take effect on the Commencement Date and expire 48 months thereafter (“the Framework Term”) unless terminated earlier in accordance with this Framework Agreement.
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 Translation and / or Proofreading of Legal Text and Documents
Lot No:
3
II.2.2)
Additional CPV code(s)
75111000
-
Executive and legislative services
75111200
-
Legislative 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 appointment to a Multi-Supplier Framework Agreement for the Provision of Irish Language Translation Services (the “Framework Agreement”)] for the provision of the services as described in Appendix 1 to this RFT (the “Services”).
In summary, the Services comprise: Reliable and high quality Irish Language Translation Services for Framework Clients as and when required.
Criteria below
Quality criterion
-
Name:
Quality of Service
/
Weighting:
300
Quality criterion
-
Name:
Customer Relationship Management and Response to Requests for Service
/
Weighting:
200
Quality criterion
-
Name:
Data and Information Security
/
Weighting:
100
Quality criterion
-
Name:
Legal Translation and Proofreading Knowledge, Expertise and Experience
/
Weighting:
200
Cost criterion
-
Name:
Cost
/
Weighting:
200
Value excluding VAT: 2000000.00
EUR
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months:
48
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:
This Framework Agreement shall take effect on the Commencement Date and expire 48 months thereafter (“the Framework Term”) unless terminated earlier in accordance with this Framework Agreement.
II.2.13)
Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
no