Legal Basis:
Directive 2014/24/EU
Section I: Contracting authority
I.1)Name and addressesOfficial name: European Commission, Directorate-General for Energy, Directorate D — Nuclear Energy, Safety and ITER
Postal address: 1, rue Henri Schnadt, Zone d'activité Cloche d'Or
Town: Luxembourg
NUTS code:
LU LUXEMBOURG (GRAND-DUCHÉ)Postal code: 2530
Country: Luxembourg
E-mail:
bharat.patel@ec.europa.euInternet address(es): Main address:
https://ec.europa.eu/energy/en I.3)CommunicationAdditional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the abovementioned address
I.4)Type of the contracting authorityEuropean institution/agency or international organisation
I.5)Main activityGeneral public services
Section II: Object
II.1)Scope of the procurement
II.1.1)Title:
Analysis to support implementation in practice of Articles 8a–8c of Council Directive 2014/87/Euratom.
Reference number: ENER/D3/2017-209-2.
II.1.2)Main CPV code79000000 Business services: law, marketing, consulting, recruitment, printing and security
II.1.3)Type of contractServices
II.1.4)Short description:
This project is part of the Commission's activities to support EU Member States, competent regulatory authorities, and licensees in the effective implementation of Articles 8a-8c of the Council Directive 2014/87/Euratom by facilitating the sharing of experience, and to promote more consistent and ambitious implementation of these provisions at the EU level. For this purpose, the Commission is already working with Member States and competent regulatory authorities (notably through Ensreg) to discuss national approaches and to identify further work to support more convergence in the implementation of the nuclear safety objective. This project is complementary to the activities with Ensreg and designed to inform and identify future areas of work and priorities of the European Commission in that context.
II.1.5)Estimated total valueValue excluding VAT: 300 000.00 EUR
II.1.6)Information about lotsThis contract is divided into lots: no
II.2)Description
II.2.3)Place of performanceNUTS code: 00 Not specified
Main site or place of performance:
II.2.4)Description of the procurement:
The project will assess in detail the technical and legal requirements addressed in the Article 8a–8c provisions and examine the relevant international and European guidance to determine if it adequately supports the needs of national authorities, competent regulatory authorities and licensees, and evaluate it for its usefulness in practical implementation of strategies and decision-making; based on a survey of national practices it will examine how the requirements under existing regulatory and licensing frameworks are being applied in practice at reactor installations and facilities in the EU. In the context of these provisions, the project will further examine the processes and criteria for deciding on the relevant safety upgrades, and provide an up to date status of implementation at existing nuclear reactors. It is intended to identify any gaps in current guidance and standards, and with a view to aiding future plans and strategies of Member States on the technical application of the provisions, recommendations shall be made for EU and international-level actions to achieve more consistent and practical implementation of the Directive's provisions to a high standard. To ensure the full participation of interested parties and transparency of the work, the results of the work are to be discussed with a wide range of stakeholders, and the findings and recommendations are to be published in a final report for general distribution.
The findings and recommendations of the project will be used to identify priority topics that should be examined in greater detail in the scope of transposition and implementation monitoring of the Directive by the European Commission, after its transposition, and to inform future Commission activities in this area, for example where further community research in nuclear safety topics would be appropriate.
II.2.5)Award criteriaPrice is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6)Estimated valueValue excluding VAT: 300 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing systemDuration in months: 20
This contract is subject to renewal: no
II.2.10)Information about variantsVariants will be accepted: no
II.2.11)Information about optionsOptions: no
II.2.13)Information about European Union fundsThe 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.1.2)Economic and financial standingSelection criteria as stated in the procurement documents
III.1.3)Technical and professional abilitySelection criteria as stated in the procurement documents
Section IV: Procedure
IV.1)Description
IV.1.1)Type of procedureOpen 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 participateDate: 17/10/2017
Local time: 23:59
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 tenderDuration in months: 6 (from the date stated for receipt of tender)
IV.2.7)Conditions for opening of tendersDate: 27/10/2017
Local time: 10:00
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.3)Additional information:
VI.4)Procedures for review
VI.4.4)Service from which information about the review procedure may be obtained VI.5)Date of dispatch of this notice:01/09/2017