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

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.