Ausschreibungen u. Aufträge: Übersetzungsdienste - UK-London
Übersetzungsdienste.
Dokument Nr...................: 151099-2004
Veröffentlicht................: 09.09.2004
*
VERGABEBEKANNTMACHUNG
Dienstleistungsauftrag
I.1) Offizieller Name und Anschrift des öffentlichen Auftraggebers:
Foreign and Commonwealth Office, Att: Peter O"Rourke, King Charles
Street, Room WH214, UK-London SW1A 2AH. Tel.: +44 (0) 207 008 8086. Fax:
+44 (0) 207 008 8098. E-mail: peter.o"rourke@fco.gov.uk. URL:
www.europe.gov.uk.
II.1.8.1) Gemeinsames Vokabular für öffentliche Aufträge (CPV): 74831300.
Beschreibung: Übersetzungsdienste.
IV.3.3) Schlusstermin für den Eingang der Angebote oder
Teilnahmeanträge: 13.10.2004.
IV.3.5) Sprache oder Sprachen, die für die Angebotslegung oder
Teilnahmeanträge verwendet werden können: Englisch.
OT: CONTRACT NOTICE
Services
This contract is covered by the Government Procurement Agreement (GPA):
Yes.
SECTION I: CONTRACTING AUTHORITY
I.1) Official name and address of the contracting authority: Foreign and
Commonwealth Office, Att: Peter O"Rourke, King Charles Street, Room
WH214, UK-London SW1A 2AH. Tel.: +44 (0) 207 008 8086. Fax: +44 (0) 207
008 8098. E-mail: peter.o"rourke@fco.gov.uk. URL: www.europe.gov.uk.
I.2) Address from which further information can be obtained: As in I.1.
I.3) Address from which documentation may be obtained: As in I.1.
I.4) Address to which tenders/requests to participate must be sent: As
in I.1.
I.5) Type of contracting authority: Central level.
SECTION II: OBJECT OF THE CONTRACT
II.1) Description
II.1.3) Type of service contractService category: 27.
II.1.4) Framework agreement: No.
II.1.5) Title attributed to the contract by the contracting authority:
UK-London: contractors to provide translation services for the website of
the 2005 UK Presidency of the European Union.
II.1.6) Description/object of the contract: The UK will hold the
Presidency of the EU from 1 July to 31 December 2005. It will be our
responsibility to set-up and maintain a website detailing and reporting
on the business of the Presidency for the entire period. The website will
be in English and French as two of the official languages of the EU. This
contract is for the provision of the translation of electronic documents
from English to French. This is a high-volume contract with over 1.2
million words expected to require translation - a majority of which will
need to be completed with 24 hours from time of publication. The work
will be in two phases which are contractually indivisible.
Phase One:
The winning contractor will be required to:
translate the existing content of the website before 31 May 2005
including all navigation and pages (approximately 250,000 words)
Phase Two:
The winning contractor will be required to:
translate any new website content, within 24 hours of publication, during
the entire period of the Presidency including, but not limited to, press
releases, speeches, and official documents. (approximately 1m words)
Translation services.
II.1.7) Site or location of works, place of delivery or performance: UK.
II.1.8) Nomenclature
II.1.8.1) Common Procurement Vocabulary (CPV): 74831300.
II.1.8.2) Other relevant nomenclature (CPA/NACE/CPC): CPC: 8391, 83910.
II.1.9) Division into lots: No.
II.1.10) Will variants be accepted: No.
II.3) Duration of the contract or time limit for completion: Starting:
31.1.2005 - Ending: 31.12.2005.
SECTION III: LEGAL, ECONOMIC, FINANCIAL AND TECHNICAL INFORMATION
III.1) Conditions relating to the contract
III.1.1) Deposits and guarantees required: Yes.
III.1.3) Legal form to be taken by the grouping of suppliers,
contractors or service providers to whom the contract is awarded: Any
consortium bid must be led by a single service provider. Where there is a
consortium bid, the FCO will expect to contract with a single servie
provider that will take prime responsibility for completion and
performance risk on behalf of the consortium.
III.2) Conditions for participation
III.2.1) Information concerning the personal situation of the
contractor, supplier or service provider and information and formalities
necessary for the evaluation of the minimum economic, financial and
technical capacity required: Any supplier may be disqualified who:
(a) is bankrupt or is being wound up, whose affairs are being
administered by the court, who has entered into an arrangement with
creditors or who is in any analogous situation arising from a similar
procedure under national laws and regulations;
(b) is the subject of proceedings for a declaration of bankruptcy, for an
order for compulsory winding-up or administration by the court or for an
arrangement with creditors or is the subject of any other similar
proceedings under national laws or regulations;
(c) has been convicted of an offence concerning his professional conduct
by a judgement which has the force of res judicata;
(d) has been guilty of grave professional misconduct proven by any means
which the contracting authorities can justify;
(e) has not fulfilled obligations relating to the payment of social
security contributions in accordance with the legal provisions of the
country in which he is established or those of the country of the
contracting authority;
(f) has not fulfilled obligations relating to the payment of taxes in
accordance with the legal provisions of the country in which he is
established or those of the country of the contracting authority;
(g) is guilty of serious misrepresentation in supplying the information
required under the provisions of the Directive on the criteria for
qualitative selection;
See pre qualification criteria at VI.4, listed under Additional
Information.
III.2.1.1) Legal position - means of proof required: See pre
qualification criteria at VI.4, listed under Additional Information.
III.2.1.2) Economic and financial capacity - means of proof required:
See pre qualification criteria at VI.4, listed under Additional
Information.
III.2.1.3) Technical capacity - means of proof required: See pre
qualification criteria at VI.4, listed under Additional Information.
III.3) Conditions specific to services contracts
III.3.1) Provision of the service is reserved to a specific profession:
No.
III.3.2) Legal entities required to state the names and professional
qualifications of the personnel responsible for execution of the
contract: Yes.
SECTION IV: PROCEDURE
IV.1) Type of procedure: Restricted.
IV.1.4) Envisaged number of suppliers which will be invited to tender:
Minimum: 3 - Maximum: 6.
IV.2) Award criteria: The most economically advantageous tender in terms
of:
Criteria as stated below:
1: The extent of your knowledge and experience of technical translation
from English to French.
2: Your ability to provide complete and accurate translations within
strict timescales.
3: Your cost effectiveness and ability to provide a value for money
service, based on your example, daily rate, type of support provided for
that rate, for the team that works on the project.
4: Your ability to work seamlessly with our procedures and systems.
In descending order of priority: No.
IV.3) Administrative information
IV.3.1) Reference number attributed to the file by the contracting
authority: See II.1.5.
IV.3.3) Time-limit for receipt of tenders or requests to participate:
13.10.2004.
IV.3.4) Dispatch of invitations to tender to selected candidates:
Estimated date: 20.10.2004.
IV.3.5) Language or languages in which tenders or requests to
participate can be drawn up: English.
SECTION VI: OTHER INFORMATION
VI.3) The contract relates to a project/programme financed by EU funds:
No.
VI.4) Additional information: Interested parties should send this
completed Pre Qualification Criteria with supporting documents to Peter
O"Rourke at the address in I.I before 13.10.2004. Please complete all
details marked * 19 points in total to be answered:
1* company name.
2* Company Registration Number.
3* Full address of Registered Office.
4* Date of Registration, Formation or Incorporation.
5* Details of parent company and other group companies (please include a
structural organogram).
6* Full audited accounts for the last two financial years
7* Number of employees in your company.
8* Name, address, telephone, fax number and email of the person nominated
to be main contact for the duration of your participation in this tender
process.
9* Proposed staffing for this bid, with their qualifications/experience
and related organogram.
10* If you were a winning supplier would the impact on business involve
subcontracting the work or employment of extra staff?
11* How many subcontractors do you intend to use for this work (please
provide their company details)?
12* If subcontracting, what was the turnover of each of your
subcontractors in the financial year 2003-2004?
13* if subcontracting, what work will your subcontractors be carrying out?
14* If subcontracting, what percentage of your work do you estimate will
be contracted out?
15* Briefly describe your quality control procedures (for example ISO
9000 accreditation or equivalent) (please limit your answer to a 1 page
summary sheet on this point).
16* Do you have experience of working with Government Departments? (If
so, please list, when and where).
17* Please provide details of your experience of producing translation
work in high-volume situations.
18* Please provide five examples of previous EU or similar translation
work (ideally including for publication on a website) from English to
French.
19* Please provide written references from between three and five clients
for whom you have undertaken work of a similar nature and scale to the
FCO"s requirement.
The FCO reserves the right to abandon the tender process and not award
any contract; to make whatever changes it sees fit to the procurement
process; and, to award more than one contract.
The final contract(s) shall be subject to English Law and the exclusive
jurisdiction of the English Courts.
GO reference: GO 04090623/01.
VI.5) Date of dispatch of this notice: 7.9.2004.
--------------------------------------------------------------------------------
Database Operation & Alert Service (icc-hofmann) for:
The Office for Official Publications of the European Communities
The Federal Office of Foreign Trade Information
Phone: +49 6082-910101, Fax: +49 6082-910200, URL: http://www.icc-hofmann.de