Exprimer mon avis

Translation Services-International Republican Institute (IRI) Retour vers les opportunités


International Republican Institute

Lance   Appel à candidatures

Échéance

04 Janvier 2022 Il y a 2 years

Partager l'opportunité sur

Détails de l'opportunité

Régions concernées par cette opportunité: Tunisie

Procurement Number:  MENA2021T01o 
Open Date:  05/01/2022
Questions Deadline:  12/15/2021
Closing Deadline:  01/04/2022
Geographical Area Restrictions:  N/A
Point of Contact:  Sacha Gilles, sgilles@iri.org

 

Background 

The International Republican Institute (IRI) is a nonprofit, nonpartisan, organization  dedicated to advancing freedom and democracy worldwide. Since 1983, IRI has worked to  develop democratic institutions and ideals, carrying out a variety of international programs  to promote freedom, self-government and the rule of law worldwide. IRI provides technical  assistance in the areas of political party strengthening, developing civic institutions and open  elections, promoting democratic governance and advancing the rule of law.  

In Tunisia, IRI conducts a variety of workshops, trainings, conferences, and meetings at  which Arabic and English language is spoken and written. In these cases, the participants  and the trainers and/or IRI staff do not speak a common language and, therefore,  professional, simultaneous translation is required. IRI is accepting offers from professional  language interpreters to provide translations services. 

Period of Performance 

January 1, 2022 – December 31, 2022, with option to extend in one-year increments for up  to 5 years. 

Statement of Work 

IRI is seeking organizations in Tunisia to conduct translation services to support workshops,  conferences and meetings. Services should include: 

  • Professional (English / French / Arabic) Interpretation and simultaneous translation  services for meetings, events, conferences, workshops and trainings that IRI holds in  Tunisia. A minimum of two translators per event unless otherwise specified by IRI  Tunisia 
  • High quality equipment for the translation including, but not limited to, wireless  receivers and headphones, soundproof translation booth, and all other necessary  audio equipment 
  • Contractor is responsible for transportation of equipment and translators to and from  each event. 
  • Written translation of documents provided by IRI, including legal documents.  

A nonprofit organization dedicated to advancing democracy worldwide 

  • Certain IRI programs will request the above translation and interpretation services  between Arabic, English and French. Proposals must indicate if bidder is able to  provide translation and interpretation between Arabic and English only or if they are  able to provide translation between Arabic, English and French 

Technical Proposals 

Interested bidders must present the technical bids outlining the following information: 1. •Pricing presented as a menu of services IRI can request with 5 days’ notice.  Contractors will only be paid upon completion of service. 

  1. •Proposals must indicate if they are able to provide translation and interpretation  between Arabic, French, and English. 
  2. •Offerors may provide a list of up to three previously executed contracts of a similar  nature during the last three years, along with contact details. IRI may contact the firm  as reference check. 
  3. •Include the name, address, and telephone numbers of the Offeror (and electronic  address if available). 
  4. •Bidder’s cancelation policy 
  5. •Bidder should indicate which areas of Tunisia in which they are able to operate. 

Price Proposals 

Bidders must propose a firm-fixed Unit Price for each of the deliverables identified below  and in the format of the table below. The Bidder’s pricing must be valid for at least 60 (sixty)  calendar days after the due date for proposal submission. The proposed Unit Price should be  fixed and inclusive of all costs to perform, including inspection services, transportation,  taxes, import duties (if any), and other levies. To the extent that a Bidder proposed to include  any pricing not reflected in the table below, such pricing must be fully described in the  proposal. Proposals must be submitted in TND, payments under any resulting contract will  be made in this currency.

Translation Services
Unit  Unit Cost (TND)
Rate for Document Translation (word  document) per page (max 500 words/page)
Rate for Express/Urgent Document  

Translation

Rate for Translation of PowerPoint (per slide)
Interpretation Services 
Simultaneous Interpretation – Daily Rate/  translator
Consecutive Interpretation Service – Daily  Rate/ translator
Overtime rate (beyond 8 working hours) for  events –Hourly rate/per translator
Translation Equipment and Sound System

 

Including sound system nick microphones, delegate microphones, wireless  microphones, soundproof interpretation booth, backup receivers, headsets, etc.  Rates may be presented as a lump sum or per item. 
30 participants or below: 
31 – 70 participants: 
71 – 100 participants: 
101 – 200 participants:
201 – 300 participants: 
above 300 participants:
Extra equipment (screen, date show, laptop)  rent rate/day and rent rate /hour

 

Bidders are encouraged to submit quotes for any other type of service (ex: materials for  simultaneous translation, microphones, etc.) 

Evaluation and Award Process 

  1. IRI may contact any Bidder for clarification or additional information, but Bidders are  advised that IRI intends to evaluate the offers based on the written proposals, without  discussions, and reserves the right to make decisions based solely on the information  provided with the initial proposals. IRI may but is not obligated to conduct additional  negotiations with the most highly rated Bidders prior to award of a contract, and may  at its sole discretion elect to issue contracts to one or more Bidders. 
  2. Mathematical errors will be corrected in the following manner: If a discrepancy exists  between the total price proposed and the total price resulting from multiplying the  unit price by the corresponding amounts, then the unit price will prevail and the total  price will be corrected. If there is a discrepancy between the numbers written out in  words and the amounts in numbers, then the amount expressed in words will prevail.  If the Bidder does not accept the correction, the offer will be rejected.  
  3. IRI may determine that a proposal is unacceptable if the prices proposed are  materially unbalanced between line items or sub-line items. Unbalanced pricing  exists when, despite an acceptable total evaluated price, the price of one or more  contract line items is significantly overstated or understated as indicated by the  application of cost or price analysis techniques. A proposal may be rejected if IRI  determines that the lack of balance poses an unacceptable risk.  
  4. IRI will conduct a source selection based as follows:

Best Value: 

Technical evaluation, (including  technical capabilities, proposed  technical approach, and personnel  qualifications) 50
Ability to provide consecutive and  simultaneous translation services   25
Ability to provide translation equipment  15
Ability to travel and transport  

equipment 

10
Experience in conducting similar work  20
Price  30
Total  100

 

IRI intends to evaluate Bidders’ proposals in accordance with these factors and make an  award to the responsible Bidder whose proposal is most advantageous to the program.  

  1. If a cost realism analysis is performed, cost realism may be considered in evaluating  performance or price.  

Submission Instructions 

Bids must be submitted via email to Sacha Gilles, at sgilles@iri.org with the subject line “IFB MENA2021T01o – Translation Services” by the deadline listed above. 

RFP Terms and Conditions 

  1. Prospective Bidders are requested to review clauses incorporated by reference in the  section “Notice Listing Contract Clauses Incorporated by Reference”. 
  2. IRI may reject any or all proposals if such is within IRI’s interest. 
  3. Proof of costs incurred, such as but not limited to receipts, pictures and financial  documents, may be requested during and for up to three years after the end of the  contract period.  
  4. The Bidder’s initial proposal should contain the Bidder’s best offer. 5. Payment will be made upon receipt of invoices and deliverables/services. 6. Discussions with Bidders following the receipt of a proposal do not constitute a  rejection or counteroffer by IRI. 
  5. IRI will hold all submissions as confidential, and submissions shall not be disclosed  to third parties. IRI reserves the right to share proposals internally, across divisions,  for the purposes of evaluating the proposals.  
  6. For any currency conversion, the exchange rate to US Dollars listed on oanda.com on  the closing date of this solicitation shall be used.  
  7. Every contract will contain provisions governing termination for cause and  termination for convenience.
  8. By submitting a proposal, offeror agrees to comply with all terms, conditions, and  provisions included in the solicitation and agreement to the services identified above,  and will specifically identify any disagreement with or exceptions to the terms,  conditions, and provisions. 
  9. Offerors confirm that the prices in the proposal/proposal/application/quote have  been arrived at independently, without any consultation, communication, or  agreement with any other Bidder or competitor for the purpose of restricting  competition. 
  10. If IRI continues to require the goods and services and the price remains reasonable  and within market norms, resulting contract may be renewed each year for up to 5  years with 30 days’ notice to the Contractor. Bidder must establish any price increase  for each renewal year in the initial bid. 
  11. By applying to this RFP, applicant is certifying that if it is awarded a contract, none of  funds payable under the resulting contract will be used to (1) procure or obtain,  extend or renew a contract to procure or obtain; (2) enter into a contract (or extend  or renew a contract) to procure; or (3) obtain the equipment, services, or systems  that uses covered telecommunications equipment or services as a substantial or  essential component of any system, or as critical technology as part of any system in  compliance with the National Defense Authorization Act. Covered  telecommunications equipment and services mean any of the following: 
  12. Telecommunications equipment produced by Huawei Technologies Company  or ZTE Corporation (or any subsidiary or affiliate of such entities). 
  13. For the purpose of public safety, security of government facilities, physical  security surveillance of critical infrastructure, and other national security  purposes, video surveillance and telecommunications equipment produced by  Hytera Communications Corporation, Hangzhou Hikvision Digital Technology  Company, or Dahua Technology Company (or any subsidiary or affiliate of  such entities). 

iii. Telecommunications or video surveillance services provided by such entities  or using such equipment. 

  1. Telecommunications or video surveillance equipment or services produced or  provided by an entity that the Secretary of Defense, in consultation with the  Director of the National Intelligence or the Director of the Federal Bureau of  Investigation, reasonably believes to be an entity owned or controlled by, or  otherwise connected to, the government of a covered foreign country. (2 CFR 200.216). 
  2. Bidders agree to disclose as part of the proposal submission: 

o Any close, familial, or financial relationships with IRI staff and agents. For  example, the Bidder must disclose if a Bidder’s mother conducts volunteer  trainings for IRI. 

o Any family or financial relationship with other Bidders submitting proposals.  For example, if the Bidder’s father owns a company that is submitting another  proposal, the Bidder must state this. 

o Any other action that might be interpreted as potential conflict of interest.

Notice Listing Contract Clauses Incorporated by Reference 

IRI is required to make the contractor subject to certain flowdown clauses of the prime  award. This awarded contract will incorporate one or more clauses by reference, with the  same force and effect as if they were given in full text. Where “flow-down” to the contractor  is applicable, references to “USAID/Department of State” shall be interpreted to mean “IRI”,  “Recipient” to mean “Contractor”, and “Subrecipient” to mean “lower-tier subcontractor.”  Included by reference are the applicable provisions contained in Appendix II to 2 CFR Part  200 and USAID Standard Provisions for Non-US Non-governmental Organizations/US  Department of State Standard Terms and Conditions. 

IRI Obligations 

Issuance of this RFP does not constitute an award commitment on the part of IRI, nor does it  commit IRI to pay for costs incurred in the preparation and submission of a proposal or  quotation.  

Required Certifications 

The following certificates need to be signed by all Bidders. These certifications are an  integral part of the quotation/proposal. Please print them off and send back to us with your  proposal after signature on each certificate. They are:  

  • Certification regarding debarment, suspension, ineligibility and voluntary exclusion  lower tier covered transactions  
  • Authorized Individuals 

Certification Regarding Lobbying

MENA2021T01o – Translation Services

L'opportunité a expiré

Cette opportunité n'est malheureusement plus disponible sur Jamaity. Visitez régulièrement la rubrique opportunités pour ne plus en rater.

Suivez Jamaity sur LinkedIn


Obtenez Jamaity Mobile dès maintenant

Jamaity Mobile Promo

Appel à candidatures Publié sur Jamaity le 23 December 2021


Découvrez encore plus d'opportunités sur Jamaity en cliquant sur ce lien.




Supporté par

Réseau Euromed Logo UE Logo