Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityPublic order and safety
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Translation services for Eurojust.
Reference number: 2016/EJ/05/PO.
II.1.2)Main CPV code79530000 Translation services
II.1.3)Type of contractServices
II.1.4)Short description:
The scope of this contract is to provide high-quality and timely translation and proofreading services for documents in EU and non-EU languages. Documents may include case-related documents such as European arrest warrants, European evidence warrants, letters rogatory, supporting documents, requests for mutual legal assistance and administrative documents such as staff-related, pre-litigation and litigation documents, as well as documents received from other internal units/services and networks. Proofreading consists of the checking of either 1 text against a master text or the checking of a single document for proper grammar, style, syntax, consistency and, if necessary, correcting, formatting and merging of more than 1 document into a single document.
II.1.5)Estimated total valueValue excluding VAT: 2 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: NL332 Agglomeratie 's-Gravenhage
II.2.4)Description of the procurement:
The scope of this procurement procedure is the provision of translation services and proofreading services for Eurojust.
In the performance of its activities, Eurojust handles a variety of documents drafted in all European Union (EU) official languages and occasionally also documents drafted in non-EU languages. For example, in 2015 (until December), Eurojust requested the translation of approximately 249 documents for a total of approximately 1 982 pages. Document sizes varied, i.e., the smallest being a 0,5 page request and the largest containing 151 pages (89 207 words). Eurojust requested translation services for both EU and non-EU languages translated into one of the EU and/or non-EU languages. However, the vast majority of requests were for EU languages only. In addition to translation services, every single document that is translated needs to be proofread. Eurojust can also request only proofreading services without translations, if necessary.
Regardless of the abovementioned information, Eurojust makes neither a precise representation of its future needs nor an exact estimation of the related contract amount. These figures may change considerably during the implementation of the contract and Eurojust is not liable to compensate the contractor if volumes are lower than originally estimated.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 2 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 12
This contract is subject to renewal: yes
Description of renewals:
The framework contract is renewed automatically 3 times for 12 months each time, unless one of the parties receives formal notification to the contrary at least 3 months before the end of the ongoing duration. Renewal does not change or postpone any existing obligations.
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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 registersList and brief description of conditions:
As stated in the procurement documents.
III.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
As the result of this procurement procedure, a multiple framework contract with cascade with 3 economic operators will be concluded (provided there is a sufficient number of economic operators who satisfy the selection criteria or a sufficient number of admissible tenders that meet the award criteria). Eurojust will rank the tenders received in descending order according to the evaluation criteria stipulated in the invitation to tender with a view to establishing a list of 3 contractors and the sequence in which they will be invited when translation and/or proofreading services need to be purchased.
III.2.3)Information about staff responsible for the performance of the contractObligation to indicate the names and professional qualifications of the staff assigned to performing the contract
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen procedure
IV.1.3)Information about a framework agreement or a dynamic purchasing systemThe procurement involves the establishment of a framework agreement
Framework agreement with several operators
Envisaged maximum number of participants to the framework agreement: 3
IV.1.8)Information about the Government Procurement Agreement (GPA)The procurement is covered by the Government Procurement Agreement: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participateDate: 17/03/2016
Local time: 16:00
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:English, Bulgarian, Danish, German, Greek, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Latvian, Lithuanian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Spanish, Swedish, Czech
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 5 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 21/03/2016
Local time: 14:00
Place:
The public opening session will take place at Eurojust, Saturnusstraat 9, 2516 AD, The Hague, NETHERLANDS.
Information about authorised persons and opening procedure:
1 representative per tenderer is allowed to attend the opening session as an observer. Should a tenderer wish to be present, it shall inform Eurojust of the name of its representative by e-mail (procurement@eurojust.europa.eu) or by fax (+31 70 412 5585), not later than the date and time indicated in the procurement documents. See Section 13 of the instructions and conditions.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: yes
VI.3)Additional information:
Prospective tenderers can download the procurement documents and any additional information from the website: https://etendering.ted.europa.eu
It is the tenderer's responsibility to check for updates and modifications during the procurement procedure.
VI.4)Procedures for review
VI.4.1)Review bodyOfficial name: General Court of the Court of Justice of the European Union
Postal address: rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
Internet address:
http://curia.europa.eu VI.4.3)Review procedurePrecise information on deadline(s) for review procedures:
Within 2 months of notification to the plaintiff or, in absence thereof, of the day on which it came to knowledge. A complaint to the European Ombudsman does not have as an effect either to suspend this period or to open a new period for lodging appeals.
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:04/02/2016