Back to tenders & grants page
Iceland-Reykjavik: Interpretation services Business Services Iceland-Reykjavik: Interpretation services
Receive Tenders like this by email

Iceland-Reykjavik: Interpretation services

Iceland-Reykjavik: Interpretation services has been closed on 23 May 2022. It no longer accepts any bids. For further information, you can contact the Reykjavik Procurement Office (530269-7609)

Bellow, you can find more information about this project: 

Location: Iceland

General information

Donor:

Reykjavik Procurement Office (530269-7609)

Industry:

Business Services

Status:

Closed

Timeline

Published:

15 Apr 2022

Deadline:

23 May 2022

Value:

Not available

Contacts

Description

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Reykjavik Procurement Office
National registration number: 530269-7609
Postal address: Borgartun 12-14
Town: Reykjavik
NUTS code: IS001 Höfuðborgarsvæði
Country: Iceland
E-mail: [email protected]
Internet address(es):
Main address: https://reykjavik.is/utbod
Address of the buyer profile: https://reykjavik.is/utbod
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://utbod.reykjavik.is/
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted electronically via: https://utbod.reykjavik.is/
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authority
Regional or local authority
I.5)Main activity
General public services

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

15435 - Framework Agreement on Interpreting and Translation Services

II.1.2)Main CPV code
79540000 Interpretation services
II.1.3)Type of contract
Services
II.1.4)Short description:

Interpreting and Translation Services for City of Reykjavik

II.1.5)Estimated total value
Value excluding VAT: 1.00 GBP
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:

General interpretation services

Lot No: 1
II.2.2)Additional CPV code(s)
79540000 Interpretation services
II.2.3)Place of performance
NUTS code: IS001 Höfuðborgarsvæði
Main site or place of performance:

II.2.4)Description of the procurement:

General interpretation services

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1.00 GBP
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: no
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.2.14)Additional information

II.2)Description
II.2.1)Title:

Electronic interpreter

Lot No: 2
II.2.2)Additional CPV code(s)
79540000 Interpretation services
II.2.3)Place of performance
NUTS code: IS001 Höfuðborgarsvæði
Main site or place of performance:

II.2.4)Description of the procurement:

Electronic interpreter

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1.00 GBP
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: no
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.2.14)Additional information

II.2)Description
II.2.1)Title:

General translation service

Lot No: 3
II.2.2)Additional CPV code(s)
79530000 Translation services
II.2.3)Place of performance
NUTS code: IS001 Höfuðborgarsvæði
Main site or place of performance:

II.2.4)Description of the procurement:

General translation service

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1.00 GBP
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: no
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.2.14)Additional information

II.2)Description
II.2.1)Title:

The service of certified translators

Lot No: 4
II.2.2)Additional CPV code(s)
79530000 Translation services
II.2.3)Place of performance
NUTS code: IS001 Höfuðborgarsvæði
Main site or place of performance:

II.2.4)Description of the procurement:

The service of certified translators

II.2.5)Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated value
Value excluding VAT: 1.00 GBP
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: no
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.2.14)Additional information

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:

III.1.2)Economic and financial standing
Selection criteria as stated in the procurement documents
III.1.3)Technical and professional ability
Selection criteria as stated in the procurement documents

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 several operators
In the case of framework agreements, provide justification for any duration exceeding 4 years:

x

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: 23/05/2022
Local time: 10:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
IV.2.4)Languages in which tenders or requests to participate may be submitted:
Icelandic, English
IV.2.7)Conditions for opening of tenders
Date: 23/05/2022
Local time: 10:00
Place:

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: yes
VI.3)Additional information:
VI.4)Procedures for review
VI.4.1)Review body
Official name: The Icelandic Public Procurement Complaint Committe
Town: Reykjavík
Country: Iceland
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

VI.5)Date of dispatch of this notice:
11/04/2022

http://ted.europa.eu/udl?uri=TED:NOTICE:206167-2022:TEXT:EN:HTML&src=0&tabId=2

Get free access to our Tenders & Grants Database

Our service is free of charge and will always be

Join Now

Donors

Find out more