COURT OF JUSTICE OF EUROPEAN UNION (CJEU) has floated a tender for Contract notice: Conclusion of framework contracts for the translation of legal texts from Polish into Slovak.. The project location is Luxembourg and the tender is closing on 29 Apr 2019. The tender notice number is 132850-2019, while the TOT Ref Number is 31731915. Bidders can have further information about the Tender and can request the complete Tender document by Registering on the site.

Expired Tender

Procurement Summary

Country : Luxembourg

Summary : Contract notice: Conclusion of framework contracts for the translation of legal texts from Polish into Slovak.

Deadline : 29 Apr 2019

Other Information

Notice Type : Tender

TOT Ref.No.: 31731915

Document Ref. No. : 132850-2019

Competition : ICB

Financier : Self Financed

Purchaser Ownership : -

Tender Value : Refer Document

Purchaser's Detail

Purchaser : COURT OF JUSTICE OF EUROPEAN UNION (CJEU)
Office Name: Court of Justice of European Union (CJEU)
Address: Plateau de Kirchberg (bureau T-0197)
Town: Luxembourg
Postal Code: L-2925
Contact Point: Slovenské prekladate?ské oddelenie SDEÚ

Phone: +352 43034176
Fax: +352 43034317
Luxembourg
Email :freelancesk@curia.europa.eu
URL :http://curia.europa.eu

Tender Details

Object of the contract
Conclusion of framework contracts for the translation of legal texts from Polish into Slovak.

Description: Contract notice: Conclusion of framework contracts for the translation of legal texts from Polish into Slovak.

Authority Type: European Institution/Agency or International Organisation
Contact Nature: Services
Procedure: Restricted procedure
Document: Contract notice
Regulation: European Institution/Agency or International Organisation
Award criteria: The most economic tender
CPV code: 79530000, 79530000
CPV Description: Translation services.

Conclusion of framework contracts for the translation of legal texts from Polish into Slovak.

The public procurement is permanent, so that new requests may be accepted at any time during its performance. The duration of the framework contract is 1 year, renewable by implicit consent up to 3 times, each time for a 1-year period. The maximum number of framework contracts to be concluded is specified. A classification list of contractors will be drawn up based on the award criteria. This list will determine the initial order in which, in the light of their output capacity and possible field of specialisation, contractors will be contacted in order to be offered specific translations. This classification will be periodically reviewed so that it reflects the actual quality of the services provided. The classification will also be altered following the conclusion of new framework contracts or the termination of existing framework contracts.

Conclusion of framework contracts for the translation of legal texts from Polish into Slovak. The maximum number of framework contracts is 20. The call for requests to participate is permanent.

This contract is open on the same conditions to all natural and legal persons falling within the scope of the treaties on which the European Union is founded and to all natural and legal persons established in third countries with which the European Union concluded a specific agreement in the field of public procurement based on the terms and conditions set in this agreement. Candidates must indicate the State in which they are established and support this fact with documents required according to the legislation of that State.

Candidates must sign a solemn declaration (available at the Internet address given in point I.3) concerning the conditions for exclusion and conditions for participation that they are not in any of the situations described in Article 136 of Regulation (EU, Euratom) No 2018/1046 of the European Parliament and of the Council.

In case of candidates who are legal persons these conditions for exclusion apply to the candidate and also to each natural person responsible for contract performance.

The following information must also be provided:

* in the case of candidates who are legal persons:

— Indication and evidence of the place of residence,

— Indication and evidence of legal status, e.g. entry in the commercial register, entry in the VAT register, copies of the instruments of incorporation or constitution, in accordance with the provisions of the State, in which the candidate is established,

— Identity of the persons having powers of representation, decision making or control over them.

* in the case of candidates who are natural persons:

— Proof of self-employed status in the context of providing the services covered by the contract,

— Declaration relating to liability to VAT.

Requests to participate must be written in such a way as to enable their evaluation to be complete, accurate and as rapid as possible, permitting the selection of candidates who will be invited to submit a tender. Candidates who have not provided enough information when filling out the mandatory application form (available at the Internet address specified in point I.3) and who have not attached the documents and evidence indicated may have their request to participate rejected.

The candidate must have the necessary economic and financial capacity to perform this public contract.

Signed requests to participate are sent via email (signed and scanned application form sent as an attachment to the message) or by post (signed application form). References to online storage capacity shall not be accepted.

On the basis of the evaluation of their capacities, the candidates deemed to be most capable of performing the contract will be invited to submit 1 tender (a minimum of 5 candidates, provided that a sufficient number of candidates satisfy the conditions for participation).

As the public procurement is permanent, an evaluation will be made at regular intervals during the performance of the contract of new requests received after the time limit for receipt, provided that the maximum number of contractors has not been reached. Participation in this procurement procedure is free and, as a consequence, does not confer on candidate/tenderer any right to request any financial compensation in respect of the costs incurred.

The selected candidates will be invited by email to submit their tender drawn up for administrative reasons either in English or in French.

The texts to be translated cover a range of legal subjects corresponding to the cases brought before the Court. Texts vary as to their length and the degree of urgency with which translations are requested. Examples of the types of texts to be translated may be found on the Court's website at http://www.curia.europa.eu

Contractors may be required to work on texts which have been first processed using an environment to support the translation. Successful tenderers will be required to state that they are prepared to familiarise themselves with that environment if it is necessary for any specific work. If they are not prepared to do so, they waive their right to receive any work for which this familiarisation is required, irrespective of their classification on the list of contractors.

Potential parts of text that have been fully or partially translated in advance and that will be supplied to the contractor in the file for translation or separately may be deducted from the calculated number of pages in compliance with the provisions of the framework contract.


Internet address (URL): http://curia.europa.eu

Documents

 Tender Notice