|
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
Analysis to support implementation of articles 5, 6, 8 and 8c of directive 2014/87/euratom
Europe
Purchaser: European Commission-Directorate General for Energy
21/11/2018 S224 European Commission - Services - Contract notice - Open procedure I.II.III.IV.VI. Luxembourg-Luxembourg: Analysis to support implementation of Articles 5, 6, 8 and 8c of Directive 2014/87/Euratom
2018/S 224-511786
Contract notice
Services
Legal Basis:
Directive 2014/24/EU Section I: Contracting authority
I.1) Name and addresses European Commission-Directorate General for Energy European Commission Directorate General Energy — Directorate D — Nuclear energy, safety and ITER, 1, rue Henri Schnadt, Zone d'activités Cloche d'Or, L-2530 Luxembourg Luxembourg 2530 Luxembourg E-mail: ENER-RADPROT@ec.europa.eu NUTS code: LU Internet address(es):
Main address: https://ec.europa.eu/energy/en
I.2) Information about joint procurement 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=4175 Additional information can be obtained from the abovementioned address Tenders or requests to participate must be submitted electronically via: https://etendering.ted.europa.eu/cft/cft-display.html?cftId=4175 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: Analysis to support implementation of Articles 5, 6, 8 and 8c of Directive 2014/87/Euratom
Reference number: ENER/D3/2018-168 II.1.2) Main CPV code 79000000 II.1.3) Type of contract Services II.1.4) Short description: Council Directive 2009/71/Euratom as amended by Council Directive 2014/87/Euratom, (the Nuclear Safety Directive, hereafter “the Directive”) significantly strengthens the EU legal framework on nuclear safety. The Directive formulates a common basis for the management of nuclear safety, describing the essential administrative, technical and procedural requirements.The Commission now wishes to broaden its analysis of the implementation of the Directive, focussing on several practical issues, namely; the responsibilities of the Competent Regulatory Authority (CRA) and the Licence Holder. In addition, the Transparency requirements, in which both the CRA and the Licence Holder play an important role, should also be analysed.
II.1.5) Estimated total value Value excluding VAT: 300 000.00 EUR II.1.6) Information about lots This contract is divided into lots: yes Tenders may be submitted for maximum number of lots: 2 II.2) Description II.2.1) Title: Implementation of requirements on the Competent Regulatory Authority (CRA) and Transparency — Article 5 and Article 8
Lot No: 1 II.2.2) Additional CPV code(s) 79000000 II.2.3) Place of performance NUTS code: 00 Main site or place of performance: Contractor's premises.
II.2.4) Description of the procurement: An analysis of the provisions of Article 5 and of Article 8 of the Directive, together with those international and European level standards and guidance that are available to support the implementation of the Directive’s legal requirements. The analysis should include scope, detail, level of practicability of the provisions of the Directive and a description of possible gaps, between the Directive and the applicable standards.
A comprehensive survey of the existing legal, administrative and organisational framework for applying the requirements of Article 5 and of Article 8 in all the EU Member States, specifically examining how these systems, procedures and practices have been set up and should work in practice.
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: 200 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 18 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no 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 II.2) Description II.2.1) Title: Implementation of requirements on Licence Holders for the safety demonstration and subsequent periodic safety review (PSR) — Articles 6(b), 6(c), 8c(a) and 8c(b)
Lot No: 2 II.2.2) Additional CPV code(s) 79000000 II.2.3) Place of performance NUTS code: 00 Main site or place of performance: Contractor's premises.
II.2.4) Description of the procurement: The underlying principle of Article 6, where the prime responsibility for the nuclear safety of a nuclear installation rests with the licence holder remains essentially unchanged.
However, Paragraph 6(b) contains a new obligation; based on IAEA requirements, for the licence holder to submit a demonstration of safety in support of an application for the licence for a nuclear installation or an activity.
The requirement gives considerable leeway to MSs to define the requested content of the safety demonstration or information to be provided in the licencing process. However the safety demonstration must as a minimum include safety assessments with respect to the requirements of Article 8a (Nuclear safety objective), 8b (Implementation of the nuclear safety objective (defence-in-depth)), 8c (Initial assessment and periodic safety reviews) and 8d (On-site emergency preparedness and response).
The provisions of Article 6(c) were already in Directive 2009/71 and remain largely unchanged. The national framework must require the licence holders to regularly:
(i) assess;
(ii) verify; and
(iii) continuously improve the nuclear safety of their nuclear installations in a “systematic and verifiable manner”. The licence holder should be required to perform appropriate safety assessments, providing evidence or arguments (e.g. developing a safety case).
The safety assessments should demonstrate that the nuclear safety objective and requirements (Article 8a-8c) have been met.
These activities should be carried out in a systematic manner that can be reviewed and verified by the CRA (or involving a TSO) as part of its supervisory competence. The CRA should define how these activities are to be performed.
The scope of Lot 2 is limited to those Member States with nuclear installations, as per the obligations of Articles 6 and 8a-8d of the Directive.
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: 100 000.00 EUR II.2.7) Duration of the contract, framework agreement or dynamic purchasing system Duration in months: 12 This contract is subject to renewal: no II.2.10) Information about variants Variants will be accepted: no II.2.11) Information about options Options: no 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 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 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.1.5) Information about reserved contracts III.2) Conditions related to the contract III.2.1) Information about a particular profession III.2.2) Contract performance conditions: III.2.3) Information about staff responsible for the performance of the contract Section IV: Procedure
IV.1) Description IV.1.1) Type of procedure Open procedure 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: yes 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: 17/12/2018 Local time: 16:00 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: Bulgarian, Czech, Danish, German, Greek, English, Spanish, Estonian, Finnish, French, Irish, Croatian, Hungarian, Italian, Lithuanian, Latvian, Maltese, Dutch, Polish, Portuguese, Romanian, Slovak, Slovenian, Swedish IV.2.6) Minimum time frame during which the tenderer must maintain the tender Duration in months: 6 (from the date stated for receipt of tender) IV.2.7) Conditions for opening of tenders Date: 19/12/2018 Local time: 10:00 Place: European Commission, DG Energy, 1, rue Henri Schnadt, Zone d'activités Cloche d'Or, L-2530 Luxembourg.
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 General Court of the European Union rue du Fort Niedergrünewald Luxembourg 2925 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 4303-2100 Internet address: http://curia.europa.eu/
VI.4.2) Body responsible for mediation procedures VI.4.3) Review procedure VI.4.4) Service from which information about the review procedure may be obtained General Court of the European Union rue du Fort Niedergrünewald Luxembourg 2925 Luxembourg Telephone: +352 4303-1 E-mail: generalcourt.registry@curia.europa.eu Fax: +352 4303-2100 Internet address: http://curia.europa.eu/
VI.5) Date of dispatch of this notice: 09/11/2018
http://ted.europa.eu/, TED database, © European Communities, 1995-2018.
|
|