Interpretation Services

The Contracting Authority hereby invites tenderers to a competition for a framework agreement for interpretation services. The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for interpretation services. The interpretation service shall include on-site interpretation, telephone interpretation and …

CPV: 79540000 Услуги по устни преводи, 79000000 Бизнес услуги: право, маркетинг, консултиране, набиране на персонал, печат и охрана, 79500000 Секретарски и преводачески услуги; услуги по размножаване, 79530000 Услуги по писмени преводи
Краен срок:
Окт. 6, 2025, 10 преди обяд
Вид на крайния срок:
Подаване на оферта
Място на изпълнение:
Interpretation Services
Издаващ орган:
Fredrikstad kommune
Номер на наградата:
2024/27810

1. Buyer

1.1 Buyer

Official name : Fredrikstad kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

1.1 Buyer

Official name : Hvaler kommune
Legal type of the buyer : Body governed by public law, controlled by a local authority
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Interpretation Services
Description : The Contracting Authority hereby invites tenderers to a competition for a framework agreement for interpretation services. The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for interpretation services. The interpretation service shall include on-site interpretation, telephone interpretation and monitor interpretation. The framework agreement shall also include the translation of documents. Interpretation and translation shall be to/from Norwegian and a foreign language.  As long as the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be signed with up to two tenderers. Call-offs will be made in accordance with the method of surging. See the framework agreement point 6.1 for detailed information on call-off mechanisms. The estimated value of the agreements totals NOK 14 million to NOK 25 million over four years. The need may change. Fredrikstad municipality is estimated to have approx. 95% of the value of the contract. Hvaler municipality is estimated to have approx. 5% of the value of the contract. The estimated value shall be seen as a guideline and is not binding for the contracting authority ́s Complete description of the delivery is in the annexes to the tender documentation.
Procedure identifier : e978b18d-afd9-4df6-b755-d7744d1ca640
Internal identifier : 2024/27810
Type of procedure : Open
The procedure is accelerated : no
Main features of the procedure : The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for interpretation services. The interpretation service shall include on-site interpretation, telephone interpretation and monitor interpretation. The framework agreement shall also include the translation of documents. Interpretation and translation shall be to/from Norwegian and a foreign language.  As long as the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be signed with up to two tenderers. Call-offs will be made in accordance with the method of surging. See the framework agreement point 6.1 for detailed information on call-off mechanisms. The estimated value of the agreements totals NOK 14 million to NOK 25 million over four years. The need may change. Fredrikstad municipality is estimated to have approx. 95% of the value of the contract. Hvaler municipality is estimated to have approx. 5% of the value of the contract. The estimated value shall be seen as a guideline and is not binding for the contracting authority. The contracting authority ́s need for interpretation services mainly comprises the following areas: Child welfare, primary and secondary schools, adult education, PPT, nurseries, health centres (including the midwife service), the school health service, Children, youth and family help , (parent supervision - preventive provision within mental health and social challenges). The municipal area Health and municipal area Community: Resettlement of refugees, NAV, Fredrikstadhjelpa and doctor, health and care services, here are included assignments by GVs that are paid by the contracting authority. There are currently approx. 90 general practitioners in Fredrikstad municipality. See www.fredrikstad.kommune.no and www.hvaler.kommune.noFredrikstad municipality has ordered approx. 7,000-9,000 interpretation assignments per annum for further information on the contracting authority's entities. Approx. 30-50% of the assignments have been meeting assignments. The contracting authority aims to use more remote interpretation (telephone/monitor).

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79540000 Interpretation services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79500000 Office-support services
Additional classification ( cpv ): 79530000 Translation services

2.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway

2.1.4 General information

Legal basis :
Directive 2014/24/EU
Anskaffelsesforskriften - Procurement Regulations

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a enforceable verdict has been convicted of corruption by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Corruption as defined in Article 3 of the Convention on Combating Corruption, Involving European Communities or European Union Member States (EUT C 195 of 25.6.1997, s. 1), and in Article 2, point 1, in the Council ́s framework decision 2003/568/RIA of 22 July 2003 on combating corruption in the private sector (EUT L 192 of 31.7.2003, p. 54). This rejection reason also includes corruption as defined in national law for the contracting authority or supplier.
Fraud : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted of fraud has been convicted of fraud by a verdict handed down not more than five years ago, or a rejection period determined directly in the judgement that still applies? Fraud included in Article 1 of the Convention on protection of the Financial Interests of the European Communities (EFT C 316 of 27.11.1995, p. 48).
Money laundering or terrorist financing : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of money laundering or financing terrorism by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Money laundering or financing terrorism As defined in Article 1 of the European Parliament and Council Directive 2005/60/EF of 26 October 2005 on preventive measures against the use of the financial system for money laundering and financing terrorism (EUT L 309 of 25.11.2005, p. 15).
Participation in a criminal organisation : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, at the time a legally convicted verdict of participation in a criminal organisation by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Participation in a criminal organisation as defined in Article 2 of the Council ́s framework decision 2008/841/RIA of 24 October 2008 on control of organised crime (EUT L 300 of 11.11.2008, p. 42)
Terrorist offences or offences linked to terrorist activities : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body, or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of acts of terrorism or criminal acts connected to terrorist activities by a verdict handed down no more than five years ago, or a rejection period set out directly in the judgement that still applies? Acts of terrorism or criminal acts relating to terrorist activity as defined in Article 1 and 3 of the Council ́s framework decision 2002/475/RIA of 13 June 2002 on combating terrorism (EFT L 164, af 22.6.2002, p. 3). This rejection reason also includes incitement to, participation or attempts to commit such actions as included in Article 4 in the mentioned framework decision.
Child labour and including other forms of trafficking in human beings : Is the tenderer himself or a person, who is a member of the tenderer's administration, management or supervisory body or has the competence to represent or control or make decisions in such bodies, in the event a legal verdict has been convicted of child labour and other forms of human trafficking by a verdict handed down no more than five years ago, or a rejection period determined directly in the judgement that still applies? Child labour and other forms of human trafficking as defined in Article 2 of the European Parliament and council directive 2011/36/EU of 5. 1 April 2011 on the prevention and control of human trafficking and the protection of its victims and for compensation of the Council ́s framework decision 2002/629/RIA (EUT L 101 of 15.4.2011, p. 1).
Breaching of obligations in the fields of environmental law : Is the tenderer aware of breaches of environmental provisions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of labour law : Is the tenderer aware of breaches of provisions on working conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Breaching of obligations in the fields of social law : Is the tenderer aware of breaches of provisions on social conditions as stated in national law, the relevant notice or procurement documents or Article 18 (2) of Directive 2014/24/EU.
Agreements with other economic operators aimed at distorting competition : Has the tenderer entered into agreement(s) with other tenderers with the intention of turning the competition?
Grave professional misconduct : Has the tenderer committed serious errors in professional practice? If relevant, see the definitions in national law, the relevant notice or procurement documents.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : Have the tenderer:a) given grossly incorrect information when notifying the information required to verify that there is no basis for rejection, or of the qualification requirements being met,b) failed to provide such information,c) subject to immediately submitting the supporting documents requested by the Contracting Authority, ord) improperly affecting the Contracting Authority's decision process to acquire confidential information that could give this an unlawful advantage in connection with competition, or negligently has given misleading information that can have a significant influence on decisions on rejection, selection or award?
Conflict of interest due to its participation in the procurement procedure : Are tenderers aware of a conflict of interest as stated in national law, the relevant notice or procurement documents?
Direct or indirect involvement in the preparation of this procurement procedure : Has the tenderer or an entity associated with the supplier advised the contracting authority or in another way been involved in the planning of the competition?
Early termination, damages, or other comparable sanctions : Has the tenderer committed significant breaches of contract in connection with the fulfilment of a previous public contract, a previous contract with a public contracting authority or a previous concession contract, where the breach has led to the cancellation of the contract, compensation or other similar sanctions?
Breaching of obligations set under purely national exclusion grounds : The contracting authority shall state that in Norway there are national rejection reasons. These shall be described in the procurement documents. Tenderers must respond to whether they are in one or more of the situations described in the national rejection reasons. Will the purely national rejection reasons, as stated in the relevant notice or in the procurement documents, apply?
Breaching obligation relating to payment of social security contributions : Have tenderers failed to fulfil all their social security obligations in the country where they are established and in their member state, if this is a different country than what he is established in?
Breaching obligation relating to payment of taxes : Has the tenderer not fulfilled his tax and duty obligations in the country in which he is established, and in the contracting authority's member state, if this is a different country than what he is established in?
Business activities are suspended : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Bankruptcy : Is the tenderer in a bankruptcy situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Arrangement with creditors : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Insolvency : Is the tenderer in an insolvency situation? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Assets being administered by liquidator : Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : Is the supplier in a situation where he has been forced debt arrangement? Specify why, under the mentioned circumstances, one is able to carry out the contract, considering the current national provisions and measures for continuing the business activities? It is not necessary to provide this information if rejection of tenderers made mandatory in accordance with the current national law without the possibility for exceptions.

5. Lot

5.1 Lot technical ID : LOT-0000

Title : Interpretation Services
Description : The Contracting Authority hereby invites tenderers to a competition for a framework agreement for interpretation services. The contracting authority shall enter into a framework agreement for 2 years, with an option for an extension for 1+1 year for interpretation services. The interpretation service shall include on-site interpretation, telephone interpretation and monitor interpretation. The framework agreement shall also include the translation of documents. Interpretation and translation shall be to/from Norwegian and a foreign language.  As long as the contracting authority receives a sufficient number of suitable tenders, parallel framework agreements shall be signed with up to two tenderers. Call-offs will be made in accordance with the method of surging. See the framework agreement point 6.1 for detailed information on call-off mechanisms. The estimated value of the agreements totals NOK 14 million to NOK 25 million over four years. The need may change. Fredrikstad municipality is estimated to have approx. 95% of the value of the contract. Hvaler municipality is estimated to have approx. 5% of the value of the contract. The estimated value shall be seen as a guideline and is not binding for the contracting authority ́s Complete description of the delivery is in the annexes to the tender documentation.
Internal identifier : 2024/27810

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79540000 Interpretation services
Additional classification ( cpv ): 79000000 Business services: law, marketing, consulting, recruitment, printing and security
Additional classification ( cpv ): 79500000 Office-support services
Additional classification ( cpv ): 79530000 Translation services

5.1.2 Place of performance

Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Additional information :

5.1.3 Estimated duration

Duration : 48 Month

5.1.6 General information

Reserved participation : Participation is not reserved.
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : no

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Enrolment in a trade register
Description : Tenderers are registered in a company register or a trade register in the member state in which the tenderer is established. As described in annex XI of directive 2014/24/EU; suppliers from certain member states may have to fulfil other requirements in the mentioned annex.
Criterion : Other economic or financial requirements
Description : Regarding any other economic and financial requirements that have been stated in the notice or in the procurement documents, the tenderer declares that: Minimum qualification requirements Tenderers must have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be sufficient to meet the requirement. The contracting authority will evaluate the tenderer's fulfilment of the requirement in the following manner: o A credit rating based on the most recent financial figures. The rating shall be carried out by a credit rating company with licence to conduct this service. o The credit rating shall have a minimum rating of creditworthy. o Newly established companies, or companies that are rated lower than credit worthy, can instead submit a parent company guarantee or a bank guarantee that can document sufficient economic and financial capacity to fulfil the contract obligations. o If a parent company guarantee is submitted, the parent company will be rated in an equivalent way so the requirement for creditworthiness thus applies to the parent company. See the annex parent company guarantee. If a tenderer has a justifiable reason for not submitting the documentation required by the contracting authority, he can document his economic and financial capacity by presenting any other document that the Contracting Authority deems appropriate.
Criterion : References on specified services
Description : Only for services: In the reference period, the tenderer has carried out the following important goods deliveries of the requested type, or the following important services of the requested type. The contracting authority can require up to three years experience and allow experience from the previous three years to be taken into consideration. Minimum qualification requirements Tenderers shall have experience from comparable contracts. Documented by a description of the tenderer ́s up to 3 most relevant assignments in the course of the last 3 years. The description must include a statement of the contract ́s value, date and recipient (name, telephone number and e-mail address). It is the tenderer ́s responsibility to document relevance through the description. Tenderers can document their experience by referring to competence of the personnel he has at his disposal and can use this assignment, even if the experience has been worked up while the personnel have served another service provider.

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian
Deadline for requesting additional information : 24/09/2025 10:00 +00:00
Address of the procurement documents : https://permalink.mercell.com/262652958.aspx

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Required
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Advanced or qualified electronic signature or seal (as defined in Regulation (EU) No 910/2014) is required
Variants : Not allowed
Deadline for receipt of tenders : 06/10/2025 10:00 +00:00
Deadline until which the tender must remain valid : 6 Month
Information about public opening :
Opening date : 06/10/2025 10:00 +00:00
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
Electronic invoicing : Required
Electronic ordering will be used : yes
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 2
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Søndre Østfold Tingrett
Information about review deadlines : In accordance with the procurement regulations.

8. Organisations

8.1 ORG-0001

Official name : Fredrikstad kommune
Registration number : 940039541
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : FREDRIKSTAD
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Kine Gjerlaugsen
Telephone : +47 69306000
Roles of this organisation :
Buyer
Group leader

8.1 ORG-0002

Official name : Hvaler kommune
Registration number : 964947082
Town : Hvaler
Postcode : 1680
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Contact point : Fredrikstad kommune
Telephone : 69306200
Roles of this organisation :
Buyer

8.1 ORG-0003

Official name : Søndre Østfold Tingrett
Registration number : 926722808
Postal address : Rådhuset, Nygaardsgaten 14-16
Town : Fredrikstad
Postcode : 1606
Country subdivision (NUTS) : Østfold ( NO083 )
Country : Norway
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 9b02155d-53cc-4ab9-8f7c-49d56558aef1 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 02/09/2025 11:54 +00:00
Notice dispatch date (eSender) : 02/09/2025 12:46 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00578042-2025
OJ S issue number : 169/2025
Publication date : 04/09/2025