Translation services between Norwegian and English.

The aim of the procurement is to cover the Ministry Fellowship ́s need for translation of texts from Norwegian to English and English into Norwegian, as well as language vetting and proofreading the texts. The aim of the procurement is to cover the Ministry Fellowship ́s need for translation of …

CPV: 79530000 Fordítási szolgáltatások, 79821100 Korrektúrázási szolgáltatások
Határidő:
2025. szeptember 30. 13:00
A határidő típusa:
Ajánlat benyújtása
A végrehajtás helye:
Translation services between Norwegian and English.
Díjat odaítélő szervezet:
Departementenes sikkerhets- og serviceorganisasjon
Díj száma:
25/334

1. Buyer

1.1 Buyer

Official name : Departementenes sikkerhets- og serviceorganisasjon
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Translation services between Norwegian and English.
Description : The aim of the procurement is to cover the Ministry Fellowship ́s need for translation of texts from Norwegian to English and English into Norwegian, as well as language vetting and proofreading the texts.
Procedure identifier : aeaef684-111d-40d5-adc1-bcca959d7c80
Internal identifier : 25/334
Type of procedure : Open
The procedure is accelerated : no

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79821100 Proofreading services

2.1.2 Place of performance

Anywhere

2.1.3 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone
Maximum value of the framework agreement : 30 000 000 Norwegian krone

2.1.4 General information

Legal basis :
Directive 2014/24/EU

2.1.5 Terms of procurement

Terms of submission :
Maximum number of lots for which one tenderer can submit tenders : 2
Terms of contract :
Maximum number of lots for which contracts can be awarded to one tenderer : 2

2.1.6 Grounds for exclusion

Sources of grounds for exclusion : Notice
Corruption : In accordance with the procurement regulations.
Fraud : In accordance with the procurement regulations.
Money laundering or terrorist financing : In accordance with the procurement regulations.
Participation in a criminal organisation : In accordance with the procurement regulations.
Terrorist offences or offences linked to terrorist activities : In accordance with the procurement regulations.
Child labour and including other forms of trafficking in human beings : In accordance with the procurement regulations.
Breaching of obligations in the fields of environmental law : In accordance with the procurement regulations.
Breaching of obligations in the fields of labour law : In accordance with the procurement regulations.
Breaching of obligations in the fields of social law : In accordance with the procurement regulations.
Agreements with other economic operators aimed at distorting competition : In accordance with the procurement regulations.
Grave professional misconduct : In accordance with the procurement regulations.
Misrepresentation, withheld information, unable to provide required documents and obtained confidential information of this procedure : In accordance with the procurement regulations.
Offence concerning its professional conduct in the domain of defence procurement : In accordance with the procurement regulations.
Conflict of interest due to its participation in the procurement procedure : In accordance with the procurement regulations.
Direct or indirect involvement in the preparation of this procurement procedure : In accordance with the procurement regulations.
Early termination, damages, or other comparable sanctions : In accordance with the procurement regulations.
Lack of reliability to exclude risks to the security of the country : In accordance with the procurement regulations.
Breaching of obligations set under purely national exclusion grounds : In accordance with the procurement regulations.
Breaching obligation relating to payment of social security contributions : In accordance with the procurement regulations.
Breaching obligation relating to payment of taxes : In accordance with the procurement regulations.
Business activities are suspended : In accordance with the procurement regulations.
Bankruptcy : In accordance with the procurement regulations.
Arrangement with creditors : In accordance with the procurement regulations.
Insolvency : In accordance with the procurement regulations.
Assets being administered by liquidator : In accordance with the procurement regulations.
Analogous situation like bankruptcy, insolvency or arrangement with creditors under national law : In accordance with the procurement regulations.

5. Lot

5.1 Lot technical ID : LOT-0001

Title : Translation services between Norwegian and English.
Description : The aim of the procurement is to cover the Ministry Fellowship ́s need for translation of texts from Norwegian to English and English into Norwegian, as well as language vetting and proofreading the texts.
Internal identifier : 1-0

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79821100 Proofreading services
Options :
Description of the options : The framework agreement will be valid for 2 years, with an option for an extension for 1+1 year, total length 4 years.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 20 000 000 Norwegian krone

5.1.6 General information

Reserved participation : Participation is not reserved.
The names and professional qualifications of the staff assigned to perform the contract must be given : Tender requirement
Procurement Project not financed with EU Funds.
The procurement is covered by the Government Procurement Agreement (GPA) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : Requirement: Payment of taxes and duties. Documentation: Norwegian tenderers: Tax certificate, not older than six months, confirming that the tenderer has fulfilled his tax, social security and VAT payments, can be ordered and obtained from Altinn by using a separate link on the skatteetaten.no. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirement: The tenderer shall be a legally established company. Documentation: Norwegian companies: Company Registration Certificate or printout from the Register of Business Units for non-registration obliged individual companies. Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be submitted in writing or with reference to BRIS.
Criterion : Financial ratio
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be adequate. Documentation: A credit rating with key figures from a certified credit rating company or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Criterion : References on specified deliveries
Description : Requirement: The tenderer shall have sufficient ability and experience to be able to fulfil the contract. Documentation: A description of the tenderer's up to three most relevant assignments in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient (if possible).
Criterion : Certificates by quality control institutes
Description : Requirement: Tenderers shall have a system for quality assurance adapted to the requested services in the competition. Documentation: A brief description shall be given of the tenderer ́s quality assurance system and procedures for language services. If a tenderer is certified in accordance with ISO 9001 or equivalent standard, it is sufficient to enclose a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points will be given after comparing the tenders ́ prices cf. Annex 5 to the contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Points will be awarded based on a comparison of the competence and quality of the offered personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80

5.1.11 Procurement documents

Languages in which the procurement documents are officially available : Norwegian

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Deadline for receipt of tenders : 30/09/2025 13:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 15
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Organisation providing more information on the review procedures : Departementenes sikkerhets- og serviceorganisasjon

5.1 Lot technical ID : LOT-0002

Title : Translation services between English and Norwegian.
Description : The aim of the procurement is to cover the Ministry Fellowship ́s need for translation of texts from English to Norwegian, as well as proofreading and proofreading the texts.
Internal identifier : 2-1

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79821100 Proofreading services
Options :
Description of the options : The contract will be valid for 2 years, with an option for an extension for 1+1 year, total 4 years.

5.1.2 Place of performance

Anywhere
Additional information :

5.1.3 Estimated duration

Duration : 2 Year

5.1.4 Renewal

Maximum renewals : 2

5.1.5 Value

Estimated value excluding VAT : 10 000 000 Norwegian krone
Maximum value of the framework agreement : 10 000 000 Norwegian krone

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) : yes
This procurement is also suitable for small and medium-sized enterprises (SMEs) : yes

5.1.7 Strategic procurement

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Financial ratio
Description : Requirement: Payment of taxes and duties. Documentation: For Norwegian tenderers: Tax certificate, not older than 6 months, which confirms that the tenderer has fulfilled his obligations with respect skatteetaten.no to the payment of taxes, social security contributions and VAT. If this is not possible, it can be ordered from the tax collector or the Norwegian Tax Administration. The certificate is electronically certified and is therefore not signed. See the skatteetaten.no for further information.
Criterion : Authorisation or membership of a particular organisation needed for service contracts
Description : Requirement: The tenderer shall be a legally established company. Documentation: Norwegian companies: Company Registration Certificate or printout from the Register of Business Units for non-registration obliged individual companies. Foreign companies: Confirmation that the company is registered in a trade or business register as prescribed by the law of the country where the company is established. The confirmation can be submitted in writing or with reference to BRIS.
Criterion : Financial ratio
Description : Requirement: The tenderer shall have sufficient economic and financial capacity to be able to fulfil the contract. Creditworthiness with no requirement for collateral will be adequate. Documentation: A credit rating with key figures from a certified credit rating company or other form of documentation to demonstrate that the requirement has been met. The credit rating shall include the credit rating degree (rating) of the tenderer - typically indicated by a rating code or brief text. The assessment shall include, or be attached, an explanation on the rating code/scale of possible rating codes. The assessment should be based on the last annual accounts.
Criterion : References on specified deliveries
Description : Requirement: The tenderer shall have sufficient ability and experience to be able to fulfil the contract. Documentation: A description of the tenderer's up to three most relevant assignments in the last three years, together with information on the contract ́s value, date of delivery or execution and the name of the recipient (if possible).
Criterion : Certificates by quality control institutes
Description : Requirement: Tenderers shall have a system for quality assurance adapted to the requested services in the competition. Documentation: A brief description shall be given of the tenderer ́s quality assurance system and procedures for language services. If a tenderer is certified in accordance with ISO 9001 or equivalent standard, it is sufficient to enclose a copy of a valid certificate.

5.1.10 Award criteria

Criterion :
Type : Price
Name : Price
Description : Points will be given after comparing the tenders ́ prices cf. Annex 5 to the contract.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 20
Criterion :
Type : Quality
Name : Quality
Description : Points will be awarded based on a comparison of the competence and quality of the offered personnel.
Category of award threshold criterion : Weight (percentage, exact)
Award criterion number : 80

5.1.11 Procurement documents

5.1.12 Terms of procurement

Terms of submission :
Electronic submission : Allowed
Languages in which tenders or requests to participate may be submitted : Norwegian
Electronic catalogue : Not allowed
Variants : Not allowed
Tenderers may submit more than one tender : Allowed
Deadline for receipt of tenders : 30/09/2025 13:00 +00:00
Deadline until which the tender must remain valid : 2 Month
Terms of contract :
The execution of the contract must be performed within the framework of sheltered employment programmes : No
A non-disclosure agreement is required : yes
Electronic invoicing : Required
Electronic ordering will be used : no
Electronic payment will be used : yes

5.1.15 Techniques

Framework agreement :
Framework agreement, without reopening of competition
Maximum number of participants : 15
Information about the dynamic purchasing system :
No dynamic purchase system

5.1.16 Further information, mediation and review

Review organisation : Oslo Tingrett
Information about review deadlines : Oslo District Court.

8. Organisations

8.1 ORG-0001

Official name : Departementenes sikkerhets- og serviceorganisasjon
Registration number : 974 761 424
Postal address : Postboks 8129 Dep
Town : Oslo
Postcode : 0032
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Magnus Syversen
Telephone : +47 22249090
Internet address : https://www.dss.dep.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo Tingrett
Registration number : 926725939
Postal address : Postboks 2106 Vika
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Contact point : Magnus Syversen
Telephone : +47 22035200
Internet address : http://www.domstol.no/otir
Roles of this organisation :
Review organisation

Notice information

Notice identifier/version : 7ba5038c-42a8-44ee-aabe-811e963c4f4d - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 21/08/2025 07:38 +00:00
Notice dispatch date (eSender) : 21/08/2025 12:00 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00549233-2025
OJ S issue number : 160/2025
Publication date : 22/08/2025