CORPORATIVE AND LEGAL TRANSLATION

Solicitation number 5X001-210317/A

Publication date

Closing date and time 2023/02/21 14:00 EST

Last amendment date


    Description
    Trade Agreement: Canadian Free Trade Agreement (CFTA)
    Tendering Procedures: All interested suppliers may submit a bid
    Competitive Procurement Strategy: Best Overall  Proposal
    Comprehensive Land Claim Agreement: No
    Nature of Requirements: 
    
    REQUIREMENT FOR BILINGUAL TRANSLATION FOR THE COURTS ADMINISTRATIVE SERVICE (CAS)
    
    5X001-210317/A  
    Contracting Authority: Christophe Hakizimana
    E-mail :    christophe.hakizimana@tpsgc-pwgsc.gc.ca
    
    ************************************************************************
    
    1. DESCRIPTION OF REQUIREMENT
    
    Courts Administration Service (CAS) has a requirement for translation services on an as and when requested basis for translation of documents that are administrative and/or legal in nature.  Translation services are required for texts to be translated from English to French and from French into English.  
    
    The Courts Administration Service was established in 2003 to provide judicial, registry, and corporate services to the four federal superior courts of record, thereby helping to maintain the independence of these courts from the government.  The four courts served by CAS are The Federal Court of Appeal, The Federal Court, The Court Martial Appeal Court of Canada and The Tax Court of Canada. 
    
    The services provided by CAS enable the courts to function and members of the courts to hear and resolve cases in a fair, expeditious and efficient manner.  They assist individuals, organizations and the Government of Canada in submitting disputes and other matters to the courts.
    
    This Request for Standing Offer is intended to result in the award of four (4) standing offers, each for one (1) year plus four (4) one-year irrevocable options allowing Canada to extend the term of the standing offers . 
    
    This requirement is limited to Canadian services.
    
    This procurement is subject to the Canadian Free Trade Agreement (CFTA).
    
    Canada to Own Intellectual Property Rights in Foreground Information. 
    
    2. ANNUAL REQUIRED CAPACITY
    
    The yearly requirement for Legal text translation is estimated to be up to 2,000,000 words from English to French and 350,000 words from French to English.  
    
    The yearly requirement for administrative (non legal) text translation is estimated to be up to 1,000,000 words from English to French and 300,000 words from French to English.
    
    3. CALL-UP ALLOCATION PROCEDURE FOR MULTIPLE STANDING OFFERS: PROPORTIONAL 
    
    Call-ups will be allocated on a proportional basis depending on the number of Offerors qualified through this RFSO process. Up to four (4) Offerors may qualify.
    
    If four (4) Offerors are qualified, 40 percent of the Work will be allocated to the first high-ranked Offeror, 25 percent of the Work will be allocated to the second highest-ranked qualified Offeror, 20 percent of the Work will be allocated to the third highest-ranked offeror and 15 percent of the work will be allocated to the forth highest-ranked qualified Offeror. 
    
    If three (3) Offerors are qualified, 45 percent of the Work will be allocated to the first high-ranked Offeror, 35 percent  of the Work will be allocated to the second highest-ranked offeror, and 20 percent of the Work will be allocated to the third highest-ranked Offeror. 
    
    If two (2) Offerors are qualified, 60 percent of the Work will be allocated to the first high-ranked Offeror, and 40 percent of the Work will be allocated to the second highest-ranked Offeror. 
    
    If one (1) Offeror is qualified, that Offeror will be allocated 100 percent of the Work. 
    
    4. SECURITY REQUIREMENT
    
    There are security requirements associated with this requirement. For additional information,
    consult Part 6 - Security, Financial and Other Requirements, and Part 7 - Resulting Contract Clauses.
    For more information on personnel and organization security screening or security clauses, Bidders
    should refer to the Contract Security Program of Public Works and Government Services Canada
    (http://www.tpsgc-pwgsc.gc.ca/esc-src/introduction-eng.html) website.
    5. BASIS OF SELECTION - Highest Combined Rating of Technical Merit (70% and Price (30%)
    
    To be declared responsive, a bid must: 
    
    (a) comply with all the requirements of the bid solicitation; and
    (b) meet all mandatory evaluation criteria; and
    (c) obtain the required minimum number of 65 points specified in Attachment 1 to Part 4 for the point rated technical criteria. The rating is performed on a scale of 110 points.
    
    Bids not meeting (a) or (b) or (c) will be declared non-responsive. 
    
    6. BASIS FOR CANADA'S OWNERSHIP OF INTELLECTUAL PROPERTY
    
    Canada has determined that any intellectual property rights arising from the performance of the Work under the resulting contract will belong to Canada, for the following reason, as set out in the Policy on Title to Intellectual Property Arising Under Crown Procurement Contracts: «To generate knowledge and information for public dissemination (but not necessarily free dissemination).»
    
    
    Delivery Date: Above-mentioned
    
    The Crown retains the right to negotiate with suppliers on any procurement.
    
    Documents may be submitted in either official language of Canada.

    Contract duration

    Refer to the description above for full details.

    Trade agreements

    • Canadian Free Trade Agreement (CFTA)

    Partner with another business

    The functionality to add your company name to the list of interested businesses is temporarily unavailable.

    This list does not replace or affect the tendering procedures for this procurement process. Businesses are still required to respond to bid solicitations, and to compete based on the set criteria. For more information please read the Terms of use.

    Businesses interested in partnering for this tender opportunity:
    Note: Information may not be available in both English and French. This is because the Official Languages Act does not apply.

    Contact information

    Contracting organization

    Organization
    Public Works and Government Services Canada
    Address
    11 Laurier St, Phase III, Place du Portage
    Gatineau, Quebec, K1A 0S5
    Canada
    Contracting authority
    Hakizimana, Christophe
    Phone
    (873) 354-7592 ( )
    Email
    christophe.hakizimana@tpsgc-pwgsc.gc.ca
    Fax
    () -
    Address
    Les Terrasses de la Chaudière
    10, rue Wellington, 5e étage
    Gatineau, Québec, K1A 0S5

    Buying organization(s)

    Organization
    Courts Administration Service
    Address
    90 Sparks Street
    Ottawa, Ontario, K1A 0H9
    Canada
    Bidding details

    Full details regarding this tender opportunity are available in the documents below. Click on the document name to download the file. Contact the contracting officer if you have any questions regarding these documents.

    Tender documents
    Document title Amendment no. Language Unique downloads Date added
    001
    French
    5
    001
    English
    10
    000
    French
    14
    000
    English
    27

    Access the Getting started page for details on how to bid, and more.

    Eligibility and terms and conditions

    Government of Canada tender and awards notices, solicitation documents, and other attachments are fully accessible and available free of charge and without having to register on CanadaBuys.

    Information may be available on another source prior to being available on CanadaBuys. You may have received this information through a third-party distributor. The Government of Canada is not responsible for any tender notices and/or related documents and attachments not accessed directly from CanadaBuys.canada.ca.

    Government of Canada tender or award notices carry an OpenGovernment License - Canada that governs its use. Related solicitation documents and/or tender attachments are copyright protected. Please refer to our terms and conditions page for more information.

    Summary information

    Notice type
    Request for Proposal
    Language(s)
    French, English
    Region(s) of delivery
    National Capital Region (NCR)
    Procurement method
    Competitive – Open Bidding
    Selection criteria
    Highest Combined Rating of Technical Merit and Price
    Commodity - GSIN
    Click the links below to see a list of notices associated with the GSIN codes.

    Support for small and medium businesses

    If you have questions about this tender opportunity, please contact the contracting officer, whose information is found in the Contact information tab. 

    Refer to our Support page if you need help or have questions about the government procurement process, including how to bid or how to register in SAP Ariba. You can also contact Procurement Assistance Canada, which has offices across Canada.

     

    Date modified: