Services - 52081-2023

Submission deadline has been amended by:  127693-2023
27/01/2023    S20

Belgium-Brussels: Nuclear safety services

2023/S 020-052081

Contract notice

Services

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

Procurement award procedure applying to European Union external actions financed from the general budget of the European Union and the European Development Fund (EDF)

Section I: Contracting authority

I.1)Name and addresses
Official name: European Union, represented by the European Commission, on behalf of and for the account of Ukraine
Town: Brussels
NUTS code: BE100 Arr. de Bruxelles-Capitale / Arr. Brussel-Hoofdstad
Postal code: B-1049
Country: Belgium
E-mail: INTPA-TENDERS-0010@ec.europa.eu
Internet address(es):
Main address: https://ec.europa.eu/europeaid/general_en
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=13211
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=13211
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:

Continued alignment of the Ukrainian regulatory regime with the EU acquis

Reference number: INTPA/2023/EA-RP/0010
II.1.2)Main CPV code
98113100 Nuclear safety services
II.1.3)Type of contract
Services
II.1.4)Short description:

The State Nuclear Regulatory Inspectorate of Ukraine (SNRIU) is progressing in aligning itself to EU Acquis and EU best practices in nuclear safety together with its Technical Support Organisation (SSTC-NRS). To speed up the process and work on advanced implementation such as participation in peer review and stress tests Nuclear Safety regulatory expertise is sought.

A restricted procedure for service is conducted for identifying the entity able to provide such a support at the best price-quality ratio.

II.1.5)Estimated total value
Value excluding VAT: 4 000 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: no
II.2)Description
II.2.2)Additional CPV code(s)
98113100 Nuclear safety services
71356300 Technical support services
80531200 Technical training services
80550000 Safety training services
80532000 Management training services
II.2.3)Place of performance
NUTS code: UA Ukraine
Main site or place of performance:

Ukraine

II.2.4)Description of the procurement:

Continued alignment of the Ukrainian regulatory regime with the EU acquis.

Within the project, one or more organisations with EU nuclear safety regulatory experience will support the regulator of Ukraine, SNRIU generally obtaining the main objectives (Outcomes) of this contract are as follows:

• Strengthened nuclear regulator (SNRIU) carrying out its duties effectively and in line with international standards and best practices;

• Nuclear legislative and regulatory framework in Ukraine harmonized with the EU and international legislation;

This will be achieved in particular with the following activities:

• Fully developed documentation and regulations for the follow up (National Action Plan) of the 1st ENSREG Topical Peer Review and the preparation (National Assessment Plan) of the 2nd ENSREG Topical Peer Review.

• Fully developed regulations in the field of Radiation Waste Management with focus on graded and integrated approach.

• Fully developed of regulations in the field of radiation sources and environmental monitoring.

• Strengthened regulatory capability of SNRIU in reviewing measures implementing load following mode at Ukrainian NPPs.

• Strengthened regulatory capability of SNRIU in reviewing measures implementing In-vessel Melt Retention system at Ukrainian NPPs.

• Transfer of knowledge, experience and best EU and international practices in the field of nuclear and radiation safety.

• Development of a comprehensive set of new and updated nuclear regulations harmonised with EU and international standards.

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: 4 000 000.00 EUR
II.2.7)Duration of the contract, framework agreement or dynamic purchasing system
Duration in months: 42
This contract is subject to renewal: no
II.2.9)Information about the limits on the number of candidates to be invited
Envisaged minimum number: 4
Maximum number: 8
Objective criteria for choosing the limited number of candidates:

The number of candidates is not limited. Please consult the procurement documents available at the address indicated in Section I.3.

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:

Nuclear Safety

II.2.14)Additional information

Provided they are in conformity with the basic project, new services or works consisting in the repetition of similar services or works, may be entrusted up to 100 % of the initial contract to the initial contractor by negotiated procedure without prior publication of a contract notice.

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
List and brief description of selection criteria:

The economic and financial capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice".

III.1.3)Technical and professional ability
List and brief description of selection criteria:

The professional and technical capacity required from the candidate or tenderer to perform the contract is detailed in the document A5f "Additional information about the Contract Notice"

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
Restricted 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: no
IV.2)Administrative information
IV.2.2)Time limit for receipt of tenders or requests to participate
Date: 01/03/2023
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 13/03/2023
IV.2.4)Languages in which tenders or requests to participate may be submitted:
English
IV.2.6)Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)

Section VI: Complementary information

VI.1)Information about recurrence
This is a recurrent procurement: no
VI.2)Information about electronic workflows
Electronic invoicing will be accepted
Electronic payment will be used
VI.3)Additional information:

Please consult the procurement documents available at the address indicated in Section I.3. For any additional information, please refer to the document A5f "Additional information about the Contract Notice".

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
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:
23/01/2023