Are you an ambitious procurement expert with recent publications? Check out the TED Ambassador award, our competition that aims to identify and reward research in the field of public procurement. Apply here by 28 April 2023.

Services - 14832-2017

14/01/2017    S10

Greece-Athens: Research and development consultancy services

2017/S 010-014832

Contract notice

Services

Legal Basis:
Directive 2014/24/EU

Section I: Contracting authority

I.1)Name and addresses
Official name: Center for Security Studies (KEMEA)
Postal address: P. Kanellopoulou Str. 4
Town: Athens
NUTS code: GR300 Attiki
Postal code: 101 77
Country: Greece
Contact person: Pantelis Michalis
E-mail: ewisa@kemea-research.gr
Telephone: +30 2107710805/334
Fax: +30 2111004499
Internet address(es):
Main address: www.kemea.gr
I.3)Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at: http://www.ewisa-project.eu/index.php/procurement
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be submitted to the following address:
Official name: Center for Security Studies (KEMEA)
Postal address: P. Kanellopoulou Str. 4
Town: Athens
Postal code: 101 77
Country: Greece
Contact person: Pantelis Michalis
Telephone: +30 2107710805/334
E-mail: ewisa@kemea-research.gr
Fax: +30 2111004499
NUTS code: GR300 Attiki
Internet address(es):
Main address: http://www.ewisa-project.eu/index.php/
I.4)Type of the contracting authority
Body governed by public law
I.5)Main activity
Other activity: national research agency on homeland security

Section II: Object

II.1)Scope of the procurement
II.1.1)Title:

Pre-Operational Validation (POV) Contract for R&D (research and development) services for Land Border Surveillance between EWISA project Partners.

II.1.2)Main CPV code
73200000 Research and development consultancy services
II.1.3)Type of contract
Services
II.1.4)Short description:

The purpose of POV (Pre Operational Validation) EWISA tender is to procure R&D (Research and Development) Services in Land Border Surveillance, following the concept of a unified integrated solution for the external EU borders based on Data Fusion from Heterogeneous sensors including Video Analytics Technologies generating Intelligent Analysis reports.

The aim is to obtain two (2) different technical solutions (Solution 1 and Solution 2) which will be implemented, tested and evaluated in the four (4) areas of the project (Greece, Finland, Romania and Spain).

Ownership rights of IPRs generated by a company during the POV contract should be assigned to that company, while the public authorities directly contributing to the POV Phase 2, and the institutions of the European Union, should be assigned a free licence to use the R&D results for internal use, as well as the right to require participating companies to license IPRs to third parties under fair and reasonable market conditions.

II.1.5)Estimated total value
Value excluding VAT: 5 434 000.00 EUR
II.1.6)Information about lots
This contract is divided into lots: yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 1
II.2)Description
II.2.1)Title:

Solution 1

Lot No: 1
II.2.2)Additional CPV code(s)
73200000 Research and development consultancy services
II.2.3)Place of performance
NUTS code: GR ELLADA
NUTS code: FI SUOMI / FINLAND
NUTS code: ES ESPAÑA
NUTS code: RO ROMANIA
Main site or place of performance:

a. Greece;

b. Finland;

c. Spain;

d. Romania.

II.2.4)Description of the procurement:

In each solution the EWISA core system (Video Analytics Software (VAC), Centralized — Decentralized and Data Fusion — Intelligence Analysis Reporting) will be deployed and evaluated in all above mentioned test sites, while the majority of the Surveillance Supporting Equipment (platforms and standalone sensors) will be deployed in at least 2 test sites. Thus, a comparison and the evaluation of each solution will be carried out under the same environmental and operational conditions.

The innovative solutions procured have the same common core functionality and performance characteristics, which are part of the common specifications for the call for tender. However, due to differences in the local context of each individual EWISA partner, there are also additional local functionality requirements for each EWISA partner, which are reflected in the specificities of different solutions.

In Solution 1 the following Surveillance Equipment should be deployed:

One (1) Land Vehicle with EO/IR/SWIR/RF*/SL*/LP* for six (6) months.

Two (2) Low Emission Radars for six (6) months.

Two (2) ESM for six (6) months.

One (1) Fiber Optics system for three (3) months.

* RF stands for Rangefinder, SL for Spot Light and LP for Laser Pointer.

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: 2 717 000.00 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.2.13)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: This procurement receives funding from the European Union's FP7 Research and Innovation Programme, under grant agreement No 608174 — EWISA (see www.ewisa-project.eu).
II.2.14)Additional information

The POV procurement is exempted from the EU public procurement directives and the national laws that implement them (as it concerns the procurement of R&D services where the benefits do not accrue exclusively to the contracting authority for its use in the conduct of its own affairs. The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

II.2)Description
II.2.1)Title:

Solution 2

Lot No: 2
II.2.2)Additional CPV code(s)
73200000 Research and development consultancy services
II.2.3)Place of performance
NUTS code: GR ELLADA
NUTS code: FI SUOMI / FINLAND
NUTS code: ES ESPAÑA
NUTS code: RO ROMANIA
Main site or place of performance:

a. Greece;

b. Finland;

c. Spain;

d. Romania.

II.2.4)Description of the procurement:

In each solution the EWISA core system (Video Analytics Software (VAC), Centralized — Decentralized and Data Fusion — Intelligence Analysis Reporting) will be deployed and evaluated in all above mentioned test sites, while the majority of the Surveillance Supporting Equipment (platforms and standalone sensors) will be deployed in at least 2 test sites. Thus, a comparison and the evaluation of each solution will be carried out under the same environmental and operational conditions.

The innovative solutions procured have the same common core functionality and performance characteristics, which are part of the common specifications for the call for tender. However, due to differences in the local context of each individual EWISA partner, there are also additional local functionality requirements for each partner, which are reflected in the specificities of different solutions.

In Solution 2 the following Surveillance Equipment should be deployed:

One (1) Boat with EO/IR/SWIR/RF* for six (6) months.

One (1) Aerostat with EO/IR/SL*/LP* for three (3) months.

One (1) Low Emission Radars for six (6) months.

One (1) ESM for six (6) months.

One (1) Fiber Optics system for three (3) months.

* RF stands for Rangefinder, SL for Spot Light and LP for Laser Pointer.

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: 2 717 000.00 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.2.13)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: This procurement receives funding from the European Union's FP7 Research and Innovation Programme, under grant agreement No 608174 — EWISA (see www.ewisa-project.eu).
II.2.14)Additional information

The POV procurement is exempted from the EU public procurement directives and the national laws that implement them (as it concerns the procurement of R&D services where the benefits do not accrue exclusively to the contracting authority for its use in the conduct of its own affairs. The EU has given a grant for this procurement but is not participating as a contracting authority in the procurement.

Section III: Legal, economic, financial and technical information

III.1)Conditions for participation
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

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: 10/02/2017
Local time: 12:00
IV.2.3)Estimated date of dispatch of invitations to tender or to participate to selected candidates
Date: 24/02/2017
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: 8 (from the date stated for receipt of tender)

Section VI: Complementary information

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

KEMEA is acting as a contracting authority on behalf of EWISA Consortium Members.

VI.4)Procedures for review
VI.4.1)Review body
Official name: EWISA Technical Board
Town: Athens
Postal code: 101 77
Country: Greece
Telephone: +30 2107710805
Fax: +30 2111004499
Internet address: www.kemea.gr
VI.4.3)Review procedure
Precise information on deadline(s) for review procedures:

All possible complaints during the tendering process will be submitted to the Technical Board (TB). The TB is responsible to evaluate the complaints and to submit its opinion to the Contracting Board for final decision. The complaints will be submitted within 10 days following the notification of the final decision of the CB. Possible complaints against any decision of the TB may be reviewed by Greek civil courts. An arbitration clause will also be provided.Submission of complaints shall not lead to unreasonable delays in the evaluation and award procedures.

VI.4.4)Service from which information about the review procedure may be obtained
Official name: Center for Security Studies
Town: Athens
Postal code: 101 77
Country: Greece
E-mail: ewisa@kemea-research.gr
Telephone: +30 2107710805
Fax: +30 2111004499
Internet address: www.kemea.gr
VI.5)Date of dispatch of this notice:
10/01/2017