loading
  • BE Brussels
  • 26.04.2017
  • Ausschreibung
  • (ID 2-260155)

BE-Brussels: NSI — Strengthening of State Nuclear Regulatory Inspectorate of Ukraine (SNRIU) capabilities relevant for the regulation of nuclear activities and in licensing and severe accident management of nuclear installations (U3.01/14 and U3.01/15)


 
  • Projektdaten

    maximieren

    Bewerbungsschluss 26.04.2017, 16:00 Bewerbungsschluss
    Verfahren Nicht offenes Verfahren
    Gebäudetyp Technische Infrastruktur
    Art der Leistung Objektplanung Ver-/ Entsorgung
    Adresse des Bauherren BE-Brussels
    TED Dokumenten-Nr. 111265-2017

  • Anzeigentext Ausschreibung

    maximieren

    • Belgium-Brussels: NSI — Strengthening of State Nuclear Regulatory Inspectorate of Ukraine (SNRIU) capabilities relevant for the regulation of nuclear activities and in licensing and severe accident management of nuclear installations (U3.01/14 and U3.01/15)

      2017/S 060-111265

      Service contract notice

      Ukraine

      1.Publication reference:
      EuropeAid/138301/DH/SER/UA.
      2.Procedure:
      Restricted.
      3.Programme title:
      Nuclear Safety Instrument.
      4.Financing:
      Instrument for Nuclear Safety Cooperation (INSC), action programme 2014 and 2015 — financing agreements.
      5.Contracting authority:

      European Union, represented by the European Commission on behalf of and for the account of the partner country, Ukraine, Brussels, BELGIUM.


      Contract specification

      6.Nature of contract:
      Fee-based.
      7.Contract description:
      The project will support the nuclear regulatory authority of Ukraine (SNRIU) in 7 different domains.
      A. Strengthening of SNRIU capabilities in licensing of new nuclear installations (except NPPs).
      The purpose is to improve the capabilities of SNRIU in licensing of the non-NPP type nuclear facilities, by transferring of practical experience of EU nuclear safety regulatory activities.
      B. Assistance to SNRIU in enhancing and ensuring robustness of models for severe accident analysis based on EU up-to-date experience and Fukushima Daiichi lessons.
      The purpose is to assist SNRIU in enhancing and ensuring robustness of models for severe accident analysis in following areas:
      • transfer of basic international experience in severe accident analysis area and activities on validation of calculation codes and models,
      • identification of the main phenomena of a severe accident in a spent fuel pool (SFP), verification of the SFP's model and receiving recommendations for its improvement,
      • developing and validation of the calculation model for analysis of a severe accident progression in a SFP,
      • modelling for the safety improvement measures on severe accident management for NPPs.
      C. Strengthening and alignment of Ukrainian nuclear safety regulations in line with the EU experience, best practice and Euratom ‘acquis’.
      The purpose is to contribute to enhancing Ukrainian regulatory framework in implementing EU directives (i.e. Council Directive 2013/59/Euratom, Council Directive 2011/70/Euratom) and WENRA reference levels.
      D. Strengthening of Ukrainian nuclear safety regulatory capabilities in the external hazard assessment area.
      The Ukrainian regulator capabilities will be strengthened in topical activities related to regulatory external hazard (natural and man-made) assessment. Familiarisation with European advanced requirements and experience in the area of external hazards analysis and their practical application will serve as a sound basis for establishing regulatory guidelines for regulatory review of Ukrainian operator safety justifications against external hazards.
      E. Enhancement of the national regulatory framework and relevant regulatory capabilities in the frames of operational experience feedback system.
      The purpose is to assist SNRIU in improving regulatory capabilities in the framework of operating experience feedback system based on up-to-date EU experience. The activities deal with relevant specific aspects (i.e. defining of the procedure for risk assessment of the events, etc.) as well as with overall revision and updating of provisions on Ukrainian NPPs operational events investigation and accounting.
      F. Support of the regulatory activity under implementation of the modern safe technologies of radioactive waste management and remediation.
      The purpose is to provide support to SNRIU for ensuring efficient regulation of RAW management on the most important safety issues, including regulation, licensing, regulatory consideration and approval. The SNRIU capabilities will be strengthened in use of international approaches and methodologies for safety assessments of activities and facilities for radioactive waste management, clearance and remediation, development of guidelines and technical assessment.
      G. Assessment of licensing and other operator activities.
      The purpose is the enhancement of SNRIU capability in assessment of measures implemented by the operator for safety upgrading of Ukrainian NPP power units with the consideration of similar activities implementation experience in EU countries.
      8.Number and titles of lots:
      1 lot only.
      9.Maximum budget:
      6 300 000 EUR.
      10.Scope for additional services:
      The contracting authority may, at its own discretion, extend the project in duration and/or scope subject to the availability of funding up to a maximum not exceeding the length and value of the initial contract. Any extension of the contract would be subject to satisfactory performance by the contractor.


      Conditions of participation

      11.Eligibility:
      Participation is open to all natural persons who are nationals of, and legal persons (participating either individually or in a grouping (consortium) of tenderers) which are effectively established in, a Member State of the European Union or in an eligible country or territory as defined under the Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action (CIR) for the applicable instrument under which the contract is financed (see also heading 29 below). Participation is also open to international organisations.
      12.Candidature:
      All eligible natural and legal persons (as per item 11 above) or groupings of such persons (consortia) may apply. 
      A consortium may be a permanent, legally-established grouping or a grouping which has been constituted informally for a specific tender procedure. All members of a consortium (i.e., the leader and all other members) are jointly and severally liable to the contracting authority.
      The participation of an ineligible natural or legal person (as per item 11) will result in the automatic exclusion of that person. In particular, if that ineligible person belongs to a consortium, the whole consortium will be excluded.
      13.Number of applications:
      No more than 1 application can be submitted by a natural or legal person whatever the form of participation (as an individual legal entity or as a leader or member of a consortium submitting an application). In the event that a natural or legal person submits more than 1 application, all applications in which that person has participated will be excluded.
      14.Shortlist alliances prohibited:
      Any tenders received from tenderers comprising firms other than those mentioned in the shortlisted application forms will be excluded from this restricted tender procedure unless prior approval from the contracting authority has been obtained (see ‘Practical Guide’ — PRAG 2.4.3). Shortlisted candidates may not form alliances or subcontract to each other for the contract in question.
      15.Grounds for exclusion:
      As part of the application form, candidates must submit a signed declaration, included in the standard application form, to the effect that they are not in any of the exclusion situations listed in Section 2.3.3 of the PRAG.
      16.Subcontracting:
      Subcontracting is allowed.
      In addition, the tenderer which will be awarded the contract will have to subcontract part of its activities, up to a maximum of 26 % of the contract value to the local technical support organisation (TSO), State Scientific and Technical Centre for Nuclear and Radiation Safety (SSTC-NRS), being the sole TSO of SNRIU designated by the government of Ukraine.
      17.Number of candidates to be shortlisted:
      On the basis of the applications received, between 4 and 8 candidates will be invited to submit detailed tenders for this contract. If the number of eligible candidates meeting the selection criteria is less than the minimum of 4, the contracting authority may invite the candidates who satisfy the criteria to submit a tender.


      Provisional timetable

      18.Provisional date of invitation to tender:
      April 2017.
      19.Provisional commencement date of the contract:
      June 2017.
      20.Initial period of implementation of tasks:
      36 months.


      Selection and award criteria

      21.Selection criteria:
      The following selection criteria will be applied to candidates. In the case of applications submitted by a consortium, these selection criteria will be applied to the consortium as a whole unless specified otherwise. The selection criteria will not be applied to natural persons and single-member companies when they are subcontractors:
      1. Economic and financial capacity of candidate (based on item 3 of the application form). In the case of the candidate being a public body, equivalent information should be provided. The reference period which will be taken into account will be the last 3 years for which accounts have been closed:
      1.1. the average annual turnover of the candidate for the last 3 complete accounting years (2013, 2014, 2015) must exceed 3 000 000 EUR. Please adapt the table in the ‘standard application form’ accordingly.
      2. Professional capacity of candidate (based on items 4 and 5 of the application form). The reference period which will be taken into account will be the last 3 years from the submission deadline:
      2.1. the candidate must have at least 50 permanent staff members each year for the current year and the 2 previous years (2015, 2016) from which at least: 40 permanent staff members in the field of nuclear safety assessment directly supporting the licensing or regulation activities of a European Union (EU) nuclear safety authority.
      Please adapt the table 4 ‘staff’ of the application form in order to reflect the number of staff for each field.
      3. Technical capacity of candidate (based on items 5 and 6 of the application form). The reference period which will be taken into account will be the last 3 years from the submission deadline:
      3.1. the candidate has provided services as leader in at least 2 contracts directly supporting licensing or regulation activities of an EU nuclear safety authority. Each contract budget should be at least 1 000 000 EUR, out of which the part implemented by the candidate itself must be of at least 500 000 EUR.
      The contracts meeting this criterion must have been implemented in the EU and together must demonstrate that the candidate has experience in at least 4 of the following 7 technical areas related to nuclear safety assessment and/or regulation of nuclear activities:
      a) safety assessment and licensing of non-NPP type nuclear facilities (in particular accelerator-driven subcritical assemblies, research reactors, nuclear fuel fabrication plants and spent nuclear fuel storage facilities);
      b) modelling of severe accidents and review/assessment of severe accident management guides (SAMGs);
      c) implementing EU directives and WENRA reference levels into the national nuclear regulatory framework;
      d) supporting regulatory review/assessment of external hazard analyses;
      e) application of the risk informed approach and operational experience feedback in regulatory practices;
      f) radioactive waste management as licensing of predisposal and disposal facilities, clearance of radioactive materials from regulatory control and remediation of contaminated sites;
      g) review, licensing and on-site inspection of NPP safety improvement measures.
      3.2. The candidate must have implemented 3 contracts of transferring EU nuclear safety expertise and know-how to organisations in other countries.
      Projects used as reference for criteria 21.3.1 and 21.3.2 must have been implemented at any moment in the past 3 years from the submission deadline (March 2014 to March 2017).
      This means that the project the candidate refers to could have been started or completed at any time during the indicated period but it does not necessarily have to be started and completed during that period, nor implemented during the entire period. Candidates/tenderers are allowed to refer either to projects completed within the reference period (although started earlier) or to projects not yet completed. In the first case the project will be considered in its whole if proper evidence of performance is provided (statement or certificate from the entity which awarded the contract, proof of final payment). In case of projects still ongoing only the portion satisfactorily completed until the end of the reference period will be taken into consideration. This portion will have to be supported by documentary evidence (similarly to projects completed) also detailing its value. In this case, a precise budget and a description of the tasks which were implemented during the reference period (up to March 2017) shall be added in the detailed description of the project in the application form. Please adapt the table in the submission form accordingly.
      If a candidate/tenderer has implemented the project in a consortium, the percentage that the candidate/tenderer has successfully completed (incl. the starting and end date) must be clear from the documentary evidence, together with a description of the nature of the services provided if the selection criteria relating to the pertinence of the experience have been used.
      Previous experience which would have led to breach of contract and termination by a contracting authority shall not be used as reference.
      An economic operator may, where appropriate and for a particular contract, rely on the capacities of other entities, regardless of the legal nature of the links which it has with them. It must in that case prove to the contracting authority that it will have at its disposal the resources necessary for performance of the contract, for example by producing an undertaking on the part of those entities to place those resources at its disposal. Such entities, for instance the parent company of the economic operator, must respect the same rules of eligibility and notably that of nationality, as the economic operator.
      If more than 8 eligible candidates meet the above selection criteria, the relative strengths and weaknesses of the applications of these candidates must be re-examined to identify the 8 best candidates. The only factors which will be taken into consideration during this re-examination are:
      (1) the total number of technical areas covered by the references meeting criterion 21.3.1;

      (2) if ‘ex aequo’ in the 8th position, the total number of references meeting criterion 21.3.1 above.

      22.Award criteria:
      Best price-quality ratio.


      Application

      23.Deadline for receipt of applications:
      26.4.2017 (16:00), Central European Time.
      Any application received by the contracting authority after this deadline will not be considered.
      24.Application format and details to be provided:
      Applications must be submitted using the standard application form, the format and instructions of which must be strictly observed. The application form is available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=B

      The application must be accompanied by a declaration of honour on exclusion and selection criteria using the template available from the following Internet address:

      http://ec.europa.eu/europeaid/prag/annexes.do?chapterTitleCode=A

      Any additional documentation (brochure, letter, etc.) sent with an application will not be taken into consideration.
      25.How applications may be submitted:
      Applications must be submitted in English exclusively to the contracting authority in a sealed envelope:
      • either by recorded delivery (official postal service) to:
      European Commission, Directorate-General for International Cooperation and Development, Unit B6, EuropeAid/138301/DH/SER/UA, avenue du Bourget 1, 1049 Brussels, BELGIUM. Tel. +32 2 299 79 16,
      • or hand delivered (including courier services) directly to the contracting authority in return for a signed and dated receipt to:
      European Commission, Directorate-General for International Cooperation and Development, Unit B6, EuropeAid/138301/DH/SER/UA, avenue du Bourget 1, 1049 Brussels, BELGIUM. Tel. +32 2 299 79 16.
      This department is open from 8:00 to 17:00 from Monday to Thursday and from 8:00 to 16:00 on Friday. It is closed on Saturdays, Sundays and Commission holidays.
      In this case, the acknowledgement of receipt is proof of compliance with the time limit for receipt.
      The contract title and the publication reference (see item 1 above) must be clearly marked on the envelope containing the application and must always be mentioned in all subsequent correspondence with the contracting authority.
      Applications submitted by any other means will not be considered.
      By submitting an application candidates agree to receive notification of the outcome of the procedure by electronic means. Such notification shall be deemed to have been received on the date upon which the contracting authority sends it to the electronic address referred to in the application.
      26.Alteration or withdrawal of applications:
      Candidates may alter or withdraw their applications by written notification prior to the deadline for submission of applications. No application may be altered after this deadline.
      Any such notification of alteration or withdrawal shall be prepared and submitted in accordance with item 25. The outer envelope (and the relevant inner envelope if used) must be marked ‘Alteration’ or ‘Withdrawal’ as appropriate.
      27.Operational language:
      All written communication for this tender procedure and contract must be in English.
      28.Date of publication of prior information notice:

      9.8.2016 in OJ 2016/S 152-274971.

      29.Legal basis:
      Regulation (EU) No 236/2014 of the European Parliament and of the Council of 11.3.2014 laying down common rules and procedures for the implementation of the Union's instruments for financing external action and Council Regulation (Euratom) No 237/2014 of 13.12.2013 establishing an Instrument for Nuclear Safety Cooperation.
      30.Additional information:

      For further information about the eligibility rules, please consult Annex A2a ‘Eligibility programmes 2014–2020’ to the ‘Practical Guide’: http://ec.europa.eu/europeaid/prag/document.do

      Contact mailbox: MTNCcm9sbWI+ZmEqUWJrYWJvcCouMDUwLS49YmArYnJvbG1eK2Jy

       

       

    © European Union, http://ted.europa.eu
  • Protected by Copyscape
  • Gewährleistung

    competitionline übernimmt keine Verantwortung für Fehler, Auslassungen, Unterbrechungen, Löschungen, Mängel oder Verzögerungen im Betrieb oder bei Übertragung von Inhalten. competitionline übernimmt keine Verantwortung für Einbußen oder Schäden, die aus der Verwendung der Internetseiten, aus der Verwendung von Nutzerinhalten oder von Inhalten Dritter, die aus den Internetseiten oder über den Service gepostet oder an Nutzer übertragen werden, oder aus Interaktionen zwischen Nutzer und Internetseiten (online oder offline) resultieren. Bitte lesen Sie hierzu unsere Nutzungsbedingungen.


INFO-BOX

Ausschreibung veröffentlicht 27.03.2017
Zuletzt aktualisiert 27.03.2017
Wettbewerbs-ID 2-260155 Status Kostenpflichtig
Seitenaufrufe 73