Interpretation ordering system

Every year the law courts in Norway require interpretation services, both physical and digital. The courts in Norway c/o DA shall therefore enter into a contract for the operation and maintenance of an interpretation ordering system. The system shall facilitate the ordering of the best qualified and available interpreter at …

CPV: 48000000 Programmatūras pakotne un informācijas sistēmas, 48100000 Specizalizēta programmatūras pakotne, 48211000 Platformu savienojamību nodrošinoša programmatūras pakotne, 48942000 Kalendāra programmatūras pakotne, 72000000 IT pakalpojumi konsultēšana, programmatūras izstrāde, internets un atbalsts, 72260000 Ar programmatūru saistītie pakalpojumi, 72261000 Programmatūras atbalsta pakalpojumi, 72262000 Programmatūras izstrādes pakalpojumi, 72263000 Programmatūras ieviešanas pakalpojumi, 72266000 Programmatūras konsultāciju pakalpojumi, 72268000 Programmatūras piegādes pakalpojumi, 79530000 Rakstiskās tulkošanas pakalpojumi, 79540000 Mutiskās tulkošanas pakalpojumi
Izpildes vieta:
Interpretation ordering system
Piešķīrēja iestāde:
Domstoladministrasjonen
Piešķīruma numurs:
25/1292

1. Buyer

1.1 Buyer

Official name : Domstoladministrasjonen
Legal type of the buyer : Public undertaking
Activity of the contracting authority : General public services

2. Procedure

2.1 Procedure

Title : Interpretation ordering system
Description : Every year the law courts in Norway require interpretation services, both physical and digital. The courts in Norway c/o DA shall therefore enter into a contract for the operation and maintenance of an interpretation ordering system. The system shall facilitate the ordering of the best qualified and available interpreter at a reasonable distance from the address place.  A contract shall be signed with one tenderer for the assignment. The following contract will form the basis of the procurement: The Government Standard Terms and Conditions – ongoing service procurements over internet 2018 (SSA-L).
Procedure identifier : db1120d7-86a0-4589-93ef-d49a90f5a434
Internal identifier : 25/1292
Type of procedure : Negotiated with prior publication of a call for competition / competitive with negotiation
The procedure is accelerated : no
Justification for the accelerated procedure :
Main features of the procedure : Please refer to the tender documents for information regarding the procurement process, including qualification requirements, award criteria and negotiations.

2.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48942000 Calendar software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79540000 Interpretation services

2.1.2 Place of performance

Country : Norway
Anywhere in the given country

2.1.3 Value

Estimated value excluding VAT : 5 000 000 Norwegian krone

2.1.4 General information

Additional information : Due to limitations in Eforms, tenderers are asked to refer to the tender documentation and its annexes and annexes regarding information on the procurement and contract. This particularly applies to qualification requirements, award criteria, process for negotiations, qualification and invitation.
Legal basis :
Directive 2014/24/EU

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 following rejection reasons in the Public Procurement Regulations § 24-2 are purely national rejection reasons: § 24-2 (2) - In this provision it is stated that the contracting authority shall reject a tenderer when he is aware that the tenderer has been legally convicted or has accepted a wrought for the stated punishable conditions. The requirement that the contracting authority shall reject tenderers who have accepted a wreap for the stated punishable conditions is a distinctively Norwegian requirement.  § 24-2 (3) letter in - Serious errors that can lead to doubts about the tenderer's professional integrity
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 ordering system
Description : Every year the law courts in Norway require interpretation services, both physical and digital. The courts in Norway c/o DA shall therefore enter into a contract for the operation and maintenance of an interpretation ordering system. The system shall facilitate the ordering of the best qualified and available interpreter at a reasonable distance from the address place.  A contract shall be signed with one tenderer for the assignment. The following contract will form the basis of the procurement: The Government Standard Terms and Conditions – ongoing service procurements over internet 2018 (SSA-L).
Internal identifier : 25/1292

5.1.1 Purpose

Main nature of the contract : Services
Main classification ( cpv ): 72260000 Software-related services
Additional classification ( cpv ): 48000000 Software package and information systems
Additional classification ( cpv ): 48100000 Industry specific software package
Additional classification ( cpv ): 48211000 Platform interconnectivity software package
Additional classification ( cpv ): 48942000 Calendar software package
Additional classification ( cpv ): 72000000 IT services: consulting, software development, Internet and support
Additional classification ( cpv ): 72261000 Software support services
Additional classification ( cpv ): 72262000 Software development services
Additional classification ( cpv ): 72263000 Software implementation services
Additional classification ( cpv ): 72266000 Software consultancy services
Additional classification ( cpv ): 72268000 Software supply services
Additional classification ( cpv ): 79530000 Translation services
Additional classification ( cpv ): 79540000 Interpretation services
Options :
Description of the options : The contract will run for 3 (three) years calculated from the delivery day. The agreement will then be renewed automatically for 1 (one) year at a time, cf. point 5.1 in SSA-L.

5.1.2 Place of performance

Country : Norway
Anywhere in the given country
Additional information :

5.1.3 Estimated duration

Duration : 3 Year

5.1.5 Value

Estimated value excluding VAT : 5 000 000 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
Additional information : Due to limitations in Eforms, tenderers are asked to refer to the tender documentation and its annexes and annexes regarding information on the procurement and contract. This particularly applies to qualification requirements, award criteria, process for negotiations, qualification and invitation.

5.1.9 Selection criteria

Sources of selection criteria : Notice
Criterion : Other economic or financial requirements
Description : Tax certificate.
The criteria will be used to select the candidates to be invited for the second stage of the procedure
Order of importance : 1
Information about the second stage of a two-stage procedure :
Minimum number of candidates to be invited for the second stage of the procedure : 3
Maximum number of candidates to be invited for the second stage of the procedure : 10
The procedure will take place in successive stages. At each stage, some participants may be eliminated
The buyer reserves the right to award the contract on the basis of the initial tenders without any further negotiations

5.1.11 Procurement documents

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
Deadline for receipt of requests to participate : 19/06/2025 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 :
No framework agreement
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 : This will result from relevant letters.
Organisation providing more information on the review procedures : Domstoladministrasjonen -

8. Organisations

8.1 ORG-0001

Official name : Domstoladministrasjonen
Registration number : 984195796
Postal address : Dronningens gate 2
Town : TRONDHEIM
Postcode : 7011
Country subdivision (NUTS) : Trøndelag/Trööndelage ( NO060 )
Country : Norway
Contact point : Fredrik Thomassen
Telephone : +47 41219096
Internet address : https://www.domstol.no
Roles of this organisation :
Buyer
Organisation providing more information on the review procedures

8.1 ORG-0002

Official name : Oslo tingrett
Registration number : 926725939Os
Town : Oslo
Postcode : 0125
Country subdivision (NUTS) : Oslo ( NO081 )
Country : Norway
Roles of this organisation :
Review organisation
Notice information
Notice identifier/version : 54d8aea2-8fd2-48c8-acab-d8342bd29895 - 01
Form type : Competition
Notice type : Contract or concession notice – standard regime
Notice dispatch date : 15/05/2025 07:12 +00:00
Notice dispatch date (eSender) : 15/05/2025 07:30 +00:00
Languages in which this notice is officially available : English
Notice publication number : 00318464-2025
OJ S issue number : 94/2025
Publication date : 16/05/2025