Business
Opportunities /
Tenders
by product
by date
subscribe
Find Suppliers
sourcing services
Terms of Use
© 2002 NuclearMarket
|Home | Members | Free Trial | Contact Us|


IMPORTANT NOTE:
The notice below may have expired - To receive our email alerts in the future please click here for a free trial.

Procurement Notice Details

Liability insurance services [nuclear third party liability insurances and claims handling]
Europe

Purchaser: EDF SA chez EDF Assurances

14/06/2018 S112 - - Services - Contract notice - Negotiated procedure
I.II.III.IV.VI.
France-Levallois-Perret: Liability insurance services

2018/S 112-255920

Contract notice – utilities

Services

Directive 2014/25/EU
Section I: Contracting entity

I.1)
Name and addresses
EDF SA chez EDF Assurances
Immeuble Carré vert, 45 rue Kléber
Levallois-Perret
92309
France
Contact person: Maureen Chagnon; Gilles Rousseau (gilles-g.rousseau@edf.fr)
Telephone: +33 182248732
E-mail: maureen.chagnon@edf.fr
NUTS code: FR
Internet address(es):

Main address: http://www.edf.fr

I.2)
Information about joint procurement
I.3)
Communication
Access to the procurement documents is restricted. Further information can be obtained at: http://www.edf.fr
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.6)
Main activity
Electricity
Section II: Object

II.1)
Scope of the procurement
II.1.1)
Title:
Nuclear Third Party Liability Insurances and Claims Handling

Reference number: MC/RCN2018
II.1.2)
Main CPV code
66516000
II.1.3)
Type of contract
Services
II.1.4)
Short description:
1) EDF SA NTPL Programme — Renewal under current Paris convention on Third party liability in the Field of nuclear energy, as per 18.2.2019 — French Nuclear Installations (EDF SA only) — Lot 0

2) EDF Group NTPL Programmes — Inception under Revised Paris Convention on Third party liability in the Field of nuclear energy (2004 Protocol) — French nuclear installations (EDF SA — Socodei — Framatome); UK nuclear installations (EDF Energy — Cyclife); Swedish nuclear installation (Cyclife); Belgian nuclear installation (FBFC International). Lots 1 to 6

3) Claims Handling IT system. Lot 7

4) Claims Handling adjusters in connection with each programme implemented according to Lot 0 to 6. Lots 8 to 12

5) Tort law for radioactive risks — Lots 13 to 14

II.1.5)
Estimated total value
II.1.6)
Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
II.2)
Description
II.2.1)
Title:
EDF SA NTPL Programme – Renewal under current Paris Convention on Third Party Liability in the Field of Nuclear Energy

Lot No: 0
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Insurance capacity for EDF SA nuclear installations in France: 700 000 000 EUR per incident and per site, Transport: 80 000 000 EUR per incident.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/02/2019
End: 18/02/2022
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
The duration may be reduced in the event of the entry into force of the revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol).

II.2)
Description
II.2.1)
Title:
EDF Group French nuclear installations (EDF SA +Socodei) — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 1
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Insurance capacity up to:

— 700 000 000 EUR per incident and per site for Full risk installations.

— 70 000 000 EUR for reduced risk Installations.

— 80 000 000 EUR for transport.

+ additional costs if needed.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
EDF Energy ‘s UK nuclear installations — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 2
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Insurance capacity up to a max Sterling pounds equivalent of 900 000 000 EUR per incident and per site and transport: (1st inception year equivalent of 700 000 000 EUR / 2nd year equivalent of 800 000 000 EUR/ 3rd year equivalent of 900 000 000 EUR).

Within the limit of the max period mentionned in III.2.2.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Cyclife’s UK nuclear installation — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 3
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Insurance capacity up to:

— 80 000 000 EUR for transport.

— 70 000 000 EUR per incident and per site.

+ additional costs.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Cyclife’s Swedish nuclear installation — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 4
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: SE
II.2.4)
Description of the procurement:
Insurance capacity up to:

— 70 000 000 EUR per incident and per site.

Option due to the uncertainty of the lower limit being valid for Cyclife: 700 000 000 EUR per incident and per site.

— 80 000 000 EUR for transport.

+ additional costs.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Framatome’s French nuclear installations — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 5
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Insurance capacity up to:

— 700 000 000 EUR per incident and per site for Full risk installation.

— 70 000 000 EUR for Reduced risk Installations.

— 80 000 000 EUR for transport.

+ additional costs and variant.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Framatome’s belgium nuclear installation (FBFCI) — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 6
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: BE
II.2.4)
Description of the procurement:
Insurance capacity up to:

297 000 000 EUR per incident and per site and transport + additional costs

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling IT System

Lot No: 7
II.2.2)
Additional CPV code(s)
48900000
II.2.3)
Place of performance
NUTS code: UK
NUTS code: FR
NUTS code: SE
NUTS code: BE
II.2.4)
Description of the procurement:
Provider for the implementation of a Computer System for the Registration and Management of Data and a Website in relation with the claims handling management in case of a nuclear incident.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/02/2019
End: 18/02/2022
This contract is subject to renewal: yes
Description of renewals:
This will be described in the tender according to the other lots.

II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling adjuster for EDF SA nuclear installations in France – Renewal under current Paris Convention on Third Party Liability in the Field of Nuclear Energy

Lot No: 8
II.2.2)
Additional CPV code(s)
66518300
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Claims management of the capacity as described in Lot 0.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— The duration may be reduced in the event of the entry into force of the revised Paris Convention.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling adjuster for French installations (EDF SA and Socodei) — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 9
II.2.2)
Additional CPV code(s)
66518300
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Claims management of the capacity as described in Lot 1.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This Lot will be awarded in relation with the Lot 1.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling adjuster for UK nuclear installations (EDF Energy and Cyclife)- Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 10
II.2.2)
Additional CPV code(s)
66518300
II.2.3)
Place of performance
NUTS code: UK
II.2.4)
Description of the procurement:
Claims management of the capacity as described in Lots 2 and 3.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This Lot will be awarded in relation with the Lots 2 and/or 3.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling adjuster for Swedish nuclear installation — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 11
II.2.2)
Additional CPV code(s)
66518300
II.2.3)
Place of performance
NUTS code: SE
II.2.4)
Description of the procurement:
Claims management of the capacity as described in Lot 4.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This Lot will be awarded in relation with the Lot 4.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Claims Handling adjuster for Framatome France and Belgium nuclear installations — Revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (2004 Protocol)

Lot No: 12
II.2.2)
Additional CPV code(s)
66518300
II.2.3)
Place of performance
NUTS code: BE
NUTS code: FR
II.2.4)
Description of the procurement:
Claims management of the capacity as describe in Lots 5 and 6.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
— This Lot will be awarded in relation with the Lots 5 and 6.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

II.2)
Description
II.2.1)
Title:
Tort Law liability for radioactive risks — EDF SA

Lot No: 13
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Tort law liability for radioactive risks out of the scope of the current Paris Convention on Third Party Liability in the Field of Nuclear Energy;

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Start: 18/02/2019
End: 18/02/2022
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
The duration may be reduced in the event of the entry into force of the revised Paris Convention (Protocol 2004).

II.2)
Description
II.2.1)
Title:
Tort Law liability for radioactive risks in France

Lot No: 14
II.2.2)
Additional CPV code(s)
66516000
II.2.3)
Place of performance
NUTS code: FR
II.2.4)
Description of the procurement:
Tort law liability for radioactive risks out of the scope of the revised Paris Convention on Third Party Liability in the Field of Nuclear Energy (Protocol 2004) — French nuclear operators.

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
II.2.7)
Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 36
This contract is subject to renewal: no
II.2.9)
Information about the limits on the number of candidates to be invited
II.2.10)
Information about variants
Variants will be accepted: yes
II.2.11)
Information about options
Options: yes
Description of options:
This will be in the tender if needed.

II.2.12)
Information about electronic catalogues
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
This insurance coverage will take effect upon the date at which the nuclear operator is obliged to have coverage under the revised Paris Convention pursuant to its national law in force.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite certain lots or specific coverage.

— EDF SA and/or one of its subsidiairies retains the right not to underwrite some option/variant.

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:
— A k-bis extract dated less than 3 months. For a foreign candidate, a certificate of registration with the professional registry under the conditions laid down by the legislation of the member state in which it is established,

— A copy of the documents justifying the powers of the persons empowered to engage the candidate,

— the candidate must file a sworn statement signed and dated certifying that he does not fall within any cases of ban to tender mentioned in art 45 and 48 of the french act (‘ordonnance’) no2015-899 of 23.7.2015 relative to public procurement contracts. This statement is to be supplied by individual candidates, by each member of a consortium and/or, when necessary, by the presented subcontractors,

— For Lots 0 to 6: A copy of the approval for practicing insurance operations of the classes concerned by the call for tenders and granted by the authority of prudential supervision and an equivalent resolution or certificate in one of the member countries in which it is established.

III.1.2)
Economic and financial standing
List and brief description of selection criteria:
1) most recent activity report showing the candidate's financial results

2) For lots 0 to 6:

a)Nuclear market pools:

1) the largest part of the pool’s capacity being provided by members with rating not less than A- S&P or equivalent by another agency

And/or,

2) the pool’s members are bound by a solidarity clause which foresees that, in case of default of a member, the obligations of the latter are proportionally supported by the other members

b) Other candidates: A financial rating not less than A — S&P or equivalent by another agency

III.1.3)
Technical and professional ability
List and brief description of selection criteria:
Lots 0 to 6 and 13-14 — Description of the organization of the insurers underwriting services in the field of nuclear liability.

Lot 7 — References in the implementation of a computer system for the registration and management of data and a website for a large number of claims.

Lots 8 to 12 — References in the field of management of civil liability claims for a large number of claims namely for bodily injury.

III.1.4)
Objective rules and criteria for participation
III.1.5)
Information about reserved contracts
III.1.6)
Deposits and guarantees required:
III.1.7)
Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
III.1.8)
Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
III.2)
Conditions related to the contract
III.2.1)
Information about a particular profession
Execution of the service is reserved to a particular profession
Reference to the relevant law, regulation or administrative provision:
For Lots 0, 1 and 5: limited, pursuant to Article L.310-10 of the French insurance code, for French insurance companies and foreign companies covered by Article L.310-2 of the same code.

For Lots 2, 3, 4, 6: limited to insurance carriers licensed to issue insurance policies in the country for which the Lot is awarded.

III.2.2)
Contract performance conditions:
For Lots 1, 2, 3, 4, 5, 6, 9, 10, 11, 12, 14, the 36 months maximum period will run from the first Lot inception date.

III.2.3)
Information about staff responsible for the performance of the contract
Obligation 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 procedure
Negotiated procedure with prior call for competition
IV.1.3)
Information about a framework agreement or a dynamic purchasing system
IV.1.4)
Information about reduction of the number of solutions or tenders during negotiation or dialogue
IV.1.6)
Information about electronic auction
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.2.1)
Previous publication concerning this procedure
IV.2.2)
Time limit for receipt of tenders or requests to participate
Date: 02/07/2018
Local time: 10:00
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, French
IV.2.6)
Minimum time frame during which the tenderer must maintain the tender
Tender must be valid until: 18/02/2022
IV.2.7)
Conditions for opening of tenders
Section VI: Complementary information

VI.1)
Information about recurrence
This is a recurrent procurement: no
VI.2)
Information about electronic workflows
VI.3)
Additional information:
VI.4)
Procedures for review
VI.4.1)
Review body
Tribunal de grande instance de Paris
4 boulevard du Palais
Paris
75055
France
VI.4.2)
Body responsible for mediation procedures
x
x
France
Internet address: http://www.justice.gouv.fr

VI.4.3)
Review procedure
VI.4.4)
Service from which information about the review procedure may be obtained
Greffe du tribunal de grande instance de Paris
4 boulevard du Palais
Paris
75055
France
VI.5)
Date of dispatch of this notice:
11/06/2018


http://ted.europa.eu/, TED database, © European Communities, 1995-2018.