Services - 303774-2021

Submission deadline has been amended by:  344443-2021
18/06/2021    S117

Luxembourg-Luxembourg: ENER/D3/2021-191 Study on monitoring of Radioactive Discharges from Nuclear Facilities in the EU

2021/S 117-303774

Contract notice

Services

Legal Basis:
Regulation (EU, Euratom) No 2018/1046

Section I: Contracting authority

I.1)Name and addresses
Official name: European Commission, Directorate-General for Energy (ENER), ENER.D.3 — Radiation protection and nuclear safety
Postal address: DG Energy, to the attention of Tri Central, rue Mercier 2
Town: Luxembourg
NUTS code: LU000 Luxembourg
Postal code: L-2144
Country: Luxembourg
E-mail: ENER-RADPROT@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/energy/
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=8611
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=8611
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:

ENER/D3/2021-191 Study on monitoring of Radioactive Discharges from Nuclear Facilities in the EU

Reference number: ENER/LUX/2021/OP/0012
II.1.2)Main CPV code
65400000 Other sources of energy supplies and distribution
II.1.3)Type of contract
Services
II.1.4)Short description:

Recommendation 2004/2/Euratom provides guidance to the EU countries on the reporting of discharges of radioactive nuclides from nuclear power reactors and reprocessing plants. The Commission's Radioactive Discharges Database (RADD) compiles the information provided by the EU countries.

The study focuses on those facilities, which have an authorisation to discharge significant amounts of radioactivity in the environment, and which are required to have technical systems in place to carry out continuous or batch-wise monitoring of these discharges. The principal objective of the project is to provide an update of the status of radioactive discharge monitoring at major nuclear facilities in the EU Member States, both in terms of regulatory framework and technology.

II.1.5)Estimated total value
Value excluding VAT: 260 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
65400000 Other sources of energy supplies and distribution
09000000 Petroleum products, fuel, electricity and other sources of energy
09343000 Radioactive materials
II.2.3)Place of performance
NUTS code: LU000 Luxembourg
II.2.4)Description of the procurement:

The project should outline the current state of the art in discharge (liquid and gaseous) monitoring technology and present the possible needs for development in each facility type included in the study.

Particular attention should be paid to the reasons causing uncertainty in the monitoring results. In addition, the project should review the regulatory status in the Member States and outline the possible needs for improvement, both on national and on EU level.

The project should cover both continuous and batch-wise discharge monitoring systems, including the possible systems dedicated to monitoring in the event of an emergency. Disposal of solid radioactive material is not included. The state of the art and possible challenges should be described. Based on this information, the contractor should analyse the adequacy of the current arrangements and prepare a best practise guideline for use by the MS competent authorities and the Commission Art. 35 verification teams.

The results of the study will provide background for future verifications by the Commission and will enable the MS to understand the state of the art in the discharge monitoring technology.

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: 260 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 14
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.2.13)Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds: yes
Identification of the project:

Please consult the procurement documents available at the address indicated in section I.3).

II.2.14)Additional information

Please consult the procurement documents available at the address indicated in section I.3).

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:

Please consult the procurement documents available at the address indicated in section I.3).

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.2)Conditions related to the contract
III.2.2)Contract performance conditions:

Please consult the procurement documents available at the address indicated in section I.3).

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.1.8)Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: yes
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 02/08/2021
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: 03/08/2021
Local time: 10:00
Place:

European Commission, Directorate-General for Energy, Euroforum Building, 1 rue Henri Schnadt, L-2530 Luxembourg.

Information about authorised persons and opening procedure:

Please consult the procurement documents available at the address indicated in section I.3).

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in section I.3). In case of unavailability or disruptions in the functioning of the electronic means of communication provided in Section I.3 in the last 5 calendar days before the time limit for receipt indicated in section IV.2.2), the contracting authority reserves the right to extend this time limit and publish the extension at the internet address provided in Section I.3, without a preceding publication of a corrigendum to this notice. Economic operators interested in this procurement are invited to subscribe to the call for tenders at the address in Section I.3 in order to get notified when new information or documents are published.

VI.4)Procedures for review
VI.4.1)Review body
Official name: General Court of the European Union
Postal address: Rue du Fort Niedergrünewald
Town: Luxembourg
Postal code: 2925
Country: Luxembourg
E-mail: GC.Registry@curia.europa.eu
Telephone: +352 4303-1
Internet address: http://curia.europa.eu
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

Please consult the procurement documents available at the address indicated in section I.3).

VI.5)Date of dispatch of this notice:
07/06/2021