Services - 448162-2020

25/09/2020    S187

Luxembourg-Luxembourg: Conclusion of framework contracts for correction of spelling and typographical errors as well as linguistic verification of submissions, in French of the Advocates-General of the Court of Justice of the EU

2020/S 187-448162

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: Court of Justice of the European Union
Postal address: Plateau de Kirchberg
Town: Luxembourg
NUTS code: LU000 Luxembourg
Postal code: L-2925
Country: Luxembourg
Contact person: Unité de traduction de langue française, cellule «Freelances»
E-mail: freelancefr@curia.europa.eu
Telephone: +352 43031
Internet address(es):
Main address: http://www.curia.europa.eu
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=7193
Additional 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 authority
European institution/agency or international organisation
I.5)Main activity
General public services

Section II: Object

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

Conclusion of framework contracts for correction of spelling and typographical errors as well as linguistic verification of submissions, in French of the Advocates-General of the Court of Justice of the EU

II.1.2)Main CPV code
79821100 Proofreading services
II.1.3)Type of contract
Services
II.1.4)Short description:

Conclusion of framework contracts for correction of spelling and typographical errors as well as linguistic verification of submissions translated into French or written in French by the Advocates-General of the Court of Justice of the European Union.

The duration of the framework contracts will be for one year, with a tacit renewal for three possible new periods of one year each. 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 competence in production, contractors will be contacted in order to be offered specific work. This classification will be periodically reviewed so that it reflects the actual quality of the services provided. During the contract term, the classification may also be altered following the termination of existing framework contracts.

II.1.5)Estimated total value
Value excluding VAT: 400 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.3)Place of performance
NUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:

The contractor must carry out the correction of spelling and typographical errors as well as linguistic verification, in French, within the given deadlines. This involves the following tasks:

— correcting submissions translated into French or written in French by the Advocates-General of the Court of Justice of the European Union;

— verifying compliance with the Court's internal style rules and conventions;

— implementing the Court of Justice's Vade Mecum regarding quotation, typography and layout rules.

In carrying out these tasks, the contractor must:

— observe the confidentiality of the (judicial) documents sent by the Court;

— delivery within the deadline agreed and specified on the order form.

The texts to be corrected cover a range of legal subjects relating to cases brought before the Court. Texts vary as to their length and the urgency with which corrections are required. Examples of the types of texts to be corrected/verified can be found on the Court's website at: http://www.curia.europa.eu

Contractors will work in a computerised environment. They will play an essential role in the process of checking the quality of submissions translated into French or written in French by the Advocates-General of the Court of Justice of the European Union.

The quality of the services provided under the framework contracts must be such that the text may be used immediately, whether by publication or otherwise.

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: 400 000.00 EUR
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.2.9)Information about the limits on the number of candidates to be invited
Envisaged number of candidates: 10
Objective criteria for choosing the limited number of candidates:

In accordance with Article 164, paragraph 3 of Regulation (EU, Euratom) no 2018/1046 of the European Parliament and of the Council, the contracting authority may limit the number of candidates invited to participate in the procedure on the basis of criteria selection objectives.

If this option is exercised, the following additional objective criteria will apply for this public contract to limit the number of candidates invited to submit a tender:

— proven knowledge of another official language of the European Union (level B2 or higher);

— at least six months professional experience related to the tasks to be performed within or on behalf of an international organisation.

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:

Any natural or legal person may be awarded the contract. Subcontracting is not permitted outside the terms indicated in the specifications.

Applicants must sign a solemn declaration (part of the registration form) that they are not in any of the situations described in Articles 136 to 140 of Regulation (EU, Euratom) no 2018/1046 of the European Parliament and of the Council. In the event that the candidate is not a natural person, those exclusion criteria apply both to the candidate and to each of the providers who are part of the candidature.

The following information must also be provided:

— in the event that the candidate is not a natural person:

—— indication and proof regarding the place of establishment,

—— Indication and proof of legal status, e.g. entry in the commercial register, entry in the VAT register, or copies of the deeds 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 the candidate.

— in the event that the candidate is a natural person:

—— declaration of self-employed status in the context of providing the services covered by this invitation to tender,

—— declaration as to whether the candidate is subject to the payment of 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, allowing the selection of candidates who will be invited to submit a tender. Candidates who do not provide sufficient information when they complete the obligatory registration form (available on the website specified under point I.3), and when they submit the indicated documents and proof, may have their requests for participation excluded.

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
III.2)Conditions related to the contract
III.2.2)Contract performance conditions:

See II.2.4).

Section IV: Procedure

IV.1)Description
IV.1.1)Type of procedure
Restricted 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
Envisaged maximum number of participants to the framework agreement: 10
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 participate
Date: 09/11/2020
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:
French, English, Bulgarian, Danish, German, Greek, Estonian, Finnish, 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 tender
Duration in months: 12 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
VI.3)Additional information:

The requests for participation (registration form signed and scanned and annexed) must be submitted exclusively by email.

On the basis of the evaluation of their capacities, the candidates judged to be the most suited to performing the contract will be invited to submit tenders (a minimum of five candidates, provided that a sufficient number of candidates satisfy the selection criteria).

Participation in this contract does not entail payment and therefore does not entitle the candidate/tenderer to request any form of financial compensation for the expenses incurred.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
Telephone: +352 43031
Fax: +352 43032100
Internet address: http://curia.europa.eu/e-Curia
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please refer to the web address specified in point I.3).

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Court of Justice of the European Union
Town: Luxembourg
Postal code: L-2925
Country: Luxembourg
E-mail: freelancefr@curia.europa.eu
Telephone: +352 43031
Fax: +352 43032473
Internet address: http://curia.europa.eu
VI.5)Date of dispatch of this notice:
15/09/2020