Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Conclusion of framework contracts for the translation of legal texts from certain official languages of the European Union into Slovenian
II.1.2)Main CPV code79530000 Translation services
II.1.3)Type of contractServices
II.1.4)Short description:
The contract covers seven lots (see section II.2)). All the lots are permanent, so that new requests may be accepted at any time during the performance of the contract. Framework contracts will be awarded by lot. The contracts will be for a term of 1 year, renewable by tacit agreement for up to three further periods of 1 year. The maximum number of framework contracts to be concluded for each lot is specified in “Information about lots”. A classification list of contractors will be drawn up on the basis of the award criteria. That 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 work. This classification will be periodically renewed so that it reflects the actual quality of the services provided. During performance of the contract, the classification may also be altered following the conclusion of new framework contracts or the termination of existing framework contracts.
II.1.5)Estimated total valueValue excluding VAT: 6 000 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)Description
II.2.1)Title:
Translation of legal texts from German (DE)
Lot No: 1
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from German into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 22.10 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from English (EN)
Lot No: 2
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from English into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 23.60 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from Spanish (ES)
Lot No: 3
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from Spanish into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 31.07 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from French (FR)
Lot No: 4
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from French into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 23.57 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from Italian (IT)
Lot No: 5
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from Italian into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 25.31 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from Dutch (NL)
Lot No: 6
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from Dutch into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 43.70 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
II.2)Description
II.2.1)Title:
Translation of legal texts from Polish (PL)
Lot No: 7
II.2.2)Additional CPV code(s)79530000 Translation services
II.2.3)Place of performanceNUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:
Conclusion of multiple framework contracts for the translation of legal texts from Polish into Slovenian. The maximum number of framework contracts concluded for this lot will be 50. The invitation to tender is permanent.
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 value
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 48
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invitedEnvisaged minimum number: 50
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
The average price paid in 2020 for this lot was EUR 31.88 (total price per standard page of 1 500 characters, not including spaces, in the source language and covering all costs). The Court reserves the right to reject any tenders deemed to be excessively expensive or abnormally low.
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:
Participation in this call for tenders shall be open on equal terms to all natural and legal persons falling within the scope of the European Union Treaties and to all natural and legal persons established in a third country that has a special agreement with the European Union in the field of public procurement under the conditions laid down in that agreement. Candidates must indicate the State in which they are established and submit the required evidence of that matter according to the law of that State.
Candidates must therefore sign the declaration on their honour (available at the internet address set out in point I.3)) concerning the exclusion and selection criteria that they are not in any of the situations described in Articles 136 to 140 of Regulation (EU, Euratom) 2018/1046 of the European Parliament and of the Council.
If the candidate is a legal person (or a legal person that is part of a group) the exclusion criteria shall apply to the candidate and to each of the service providers presented by that candidate.
The following information must also be provided:
If the candidate is a legal person (or a legal person that is part of a group):
— indication and evidence of the place of establishment;
— 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;
— the identity of the persons having powers of representation, decision making or control over them.
If the candidate is a natural person (or a natural person who is part of a group):
— declaration 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 tender. Candidates who have not provided enough information, by filling out the mandatory registration form (available at the Internet address specified in point I.3)) and attaching the documents and evidence indicated, may have their request to participate rejected.
The number of copies of the request must correspond to the number of lots to which it relates, and the information necessary for the evaluation of the candidate's capacities must be provided in relation to each lot.
Candidates whose framework contract for the same lot has been terminated by the Court for lack of quality may also be excluded from participating in the contract for the lot concerned.
III.1.2)Economic and financial standingList and brief description of selection criteria:
III.1.3)Technical and professional abilityList and brief description of selection criteria:
Each candidate who is a natural person and each natural person engaged in providing the services concerned must have attained the following minimal level of technical and professional capacity:
Qualification and experience for lots FR, DE, EN, IT:
— legal education obtained at the faculty of law in Slovenia (law university graduate or bachelor of laws or master of laws); or
— a degree in linguistics and at least 1 year of proven experience in translating and/or revising legal texts; or
— a degree in any other discipline and at least 2 years of proven experience in translating and/or revising legal texts.
Qualification and experience for lots ES, PL, NL:
— legal education obtained at the faculty of law in Slovenia (law university graduate or bachelor of laws or master of laws); or
— a degree in linguistics; or
— a degree in any other discipline and at least 2 years of proven experience in translating and/or revising legal texts.
Other required skills for all lots:
— a perfect command of Slovenian and Slovenian legal terminology;
— a thorough knowledge of the source language (see the list of lots).
Information and formalities necessary for evaluating whether the requirements are met:
— a detailed curriculum vitae;
— a copy of the university degree or copy of the Bologna process degree to confirm the required education;
— information or proof of proficiency in Slovenian (e.g. mother tongue or information on the method of knowledge acquisition with appropriate evidence);
— a copy of the degree or any other relevant evidence or detailed information duly demonstrating a thorough knowledge of the source language for the relevant lot;
— if necessary, copies of evidence attesting to the acquisition of professional experience in translating legal texts (e.g. copies of contracts or copies of certificates or copies of financial documents or detailed information duly demonstrating the necessary experience).
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:
The quality of the services provided must be such as to enable the translated text to be used immediately, whether by publication or otherwise. Contractors must therefore ensure:
— compliance with specific instructions given by the Court;
— correct, rigorous and precise use of the target language;
— rigorous use of the appropriate legal language and terminology of the target language;
— strict use of the legal terminology used in the reference documents (source and target languages);
— rigorous citation of the relevant legislative and/or judicial texts;
— use of the necessary legal databases (of the European Union and national);
— compliance with the 'Vade Mecum' of the Court (if appropriate);
— delivery within the period agreed and specified in the order form.
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 procedureRestricted 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: 350
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: 03/09/2021
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:Slovenian
IV.2.6)Minimum time frame during which the tenderer must maintain the tenderDuration in months: 12 (from the date stated for receipt of tender)