Directive 2009/81/EC
Section I: Contracting authority/entity
I.1)Name, addresses and contact point(s)Official name: KENTRO MELETON ASFALEIAS (KEMEA)
Postal address: P. KANELLOPOULOU 4
Town: ATHENS
Postal code: 10177
Country: Greece
Contact person: Panagiota Benekou
E-mail: p.benekou@kemea-research.gr
Telephone: +30 2107710805
Fax: +30 2111004499
Internet address(es):
General address of the contracting authority/entity: http://kemea.gr/en/
Further information can be obtained from:
Official name: KENTRO MELETON ASFALEIAS (KEMEA)
Postal address: P. KANELLOPOULOU 4
Town: ATHENS
Postal code: 10177
Country: Greece
Contact person: Panagiota Benekou
E-mail: preventpcp-procurement@kemea-research.gr
Specifications and additional documents (including documents for competitive dialogue and a dynamic purchasing system) can be obtained from:
Official name: KENTRO MELETON ASFALEIAS (KEMEA)
Postal address: P. KANELLOPOULOU 4
Town: ATHENS
Country: Greece
Contact person: Panagiota Benekou
E-mail: preventpcp-procurement@kemea-research.gr
Tenders or requests to participate must be sent to:
The above mentioned contact point(s)
I.2)Type of the contracting authorityBody governed by public law
I.3)Main activityPublic order and safety
Other: Research agency for security homeland
I.4)Contract award on behalf of other contracting authorities/entitiesThe contracting authority is purchasing on behalf of other contracting authorities: yes
Official name: REGIE AUTONOME DES TRANSPORTS PARISIENS (RATP)
Postal address: QUAI DE LA RAPEE 54 LAC B71
Town: PARIS
Postal code: 75012
Country: France
Official name: AYUNTAMIENTO DE SEVILLA (SCC)
Postal address: Plaza Nueva 1
Town: Sevilla
Postal code: 41001
Country: Spain
Official name: TRANSPORTES URBANOS DE SEVILLA SAM (TUSSAM)
Postal address: Diego de Riano 2
Town: Sevilla
Country: Spain
Official name: Ferrocarrils de la Generalitat de Catalunya (FGC)
Postal address: Carrer del Cardenal Sentmenat 4
Town: Barcelona
Postal code: 08017
Country: Spain
Official name: METROPOLITANO DE LISBOA EP (ML)
Postal address: AV FONTES PEREIRA DE MELO 28
Town: Lisbon
Postal code: 1069095
Country: Portugal
Official name: FERROCARRIL METROPOLITA DE BARCELONA SA (TMB)
Postal address: CARRER 60 ZONA FRANCA 21-23
Town: Barcelona
Postal code: 08040
Country: Spain
Official name: FERROVIENORD S.p.A. (FN
Postal address: PIAZZALE LUIGI CADORNA 14
Town: Milano
Postal code: 20123
Country: Italy
Official name: Azienda Mobilita e Transporti Spa (AMT)
Postal address: VIA MONTALDO 2
Town: Genova
Postal code: 16137
Country: Italy
Official name: PRORAIL BV (PRORAIL)
Postal address: MOREELSEPARK 3
Town: Utrecht
Postal code: 3511P
Country: Netherlands
Official name: CONSEIL REGIONAL PROVENCE ALPES COTE D' AZUR SUD
Postal address: Place Jules Guesdes 27
Town: Marseille
Postal code: 13481
Country: France
Official name: YPERASTIKO KTEL NOMOU IOANNINON ANONYMI METAFORIKI, TOURISTIKI KAI EMPORIKI ETAIREIA DYTIKHS ELLADAS (KTEL)
Postal address: L.G. Papandreou 45
Town: Ioannina
Postal code: 45444
Country: Greece
Official name: SOCIETE NATIONALE SNCF (SNCF)
Postal address: 2 Place aux Etoiles
Town: St Denis
Postal code: 93200
Country: France
Section II: Object of the contract
II.1)Description
II.1.1)Title attributed to the contract by the contracting authority:
PRocurEments of innoVativE, advaNced systems to support security in public Transport – Pre-Commercial Procurment’ — ‘PREVENT PCP’.
II.1.2)Type of contract and location of works, place of delivery or of performanceServices
Service category No 4: Investigation and security services
Main site or location of works, place of delivery or of performance: FRANCE, GREECE, ITALY, SPAIN, PORTUGAL
II.1.3)Information on framework agreementThe notice involves the establishment of a framework agreement
II.1.4)Information on framework agreementFramework agreement with several operators
maximum number of participants to the framework agreement envisaged: 6
Duration of the framework agreement
Duration in months: 20
Estimated total value of purchases for the entire duration of the framework agreement
Estimated value excluding VAT: 7526881.72 EUR
II.1.5)Short description of the contract or purchase(s):
PREVENT Call for Tenders invites all interested parties to present their offers to improve the security in public transport through innovative procurement of technological solutions.
The proposed technologies shall endow Public Transport Operators with solutions enhancing security situational awareness through:
1. Timely automatic detection of potentially dangerous unattended items in Public Transport Infrastructure and in public areas in the vicinity;
2. Identification and tracking of perpetrators;
3. Integration/interoperability of the technology in standard crisis management systems and VMS.
PREVENT is a research & development (R&D) services procurement which is conducted through a Pre-Commercial-Procurement (PCP).
II.1.6)Common procurement vocabulary (CPV)73100000 Research and experimental development services, 73400000 Research and Development services on security and defence materials, 48730000 Security software package, 48900000 Miscellaneous software package and computer systems
II.1.7)Information about subcontractingThe tenderer has to indicate in the tender any share of the contract it may intend to subcontract to third parties and any proposed subcontractor, as well as the subject-matter of the subcontracts for which they are proposed
The tenderer has to indicate any change occurring at the level of subcontractors during the execution of the contract
The successful tenderer is obliged to specify which part or parts of the contract it intends to subcontract beyond the required percentage and to indicate the subcontractors already identified
II.1.8)LotsThis contract is divided into lots: no
II.1.9)Information about variantsVariants will be accepted: no
II.2)Quantity or scope of the contract
II.2.1)Total quantity or scope:
This PCP will be divided into three Phases. Each Phase will result in a competition between the Tenderers in such a way that the number of Tenderers shall decrease from one Phase to the next one to ensure selecting those that best address the technical challenge on which this PCP is based.
Tenderers that are awarded a Framework Agreement will also be awarded a specific Contract for Phase 1 (evaluation of tenders for the Framework Agreement and Phase 1 are combined). Tenderers are therefore asked not only to submit their detailed offer for Phase 1, but also to state their goals, and to outline their plans (including price conditions) for Phases 2 and 3.
Phase 1: Solution Design. Following the tendering stage, a Framework Agreement and a specific Contract for Phase 1 will be awarded to at least six (6) Contractors.
Phase 2: Solution Prototype. A Call-Off will be organised for Phase 2, with the aim of awarding at least four (4) Phase 2 Contracts. Only offers from Contractors that successfully completed Phase 1 will be eligible for Phase 2. The procurers will validate the Phase 2 prototypes in the lab of the Contractor and in 1 station of one PTO with around 50 cameras,.
Phase 3: Operational Validation. A second Call-Off will be organised for Phase 3, with the aim of awarding a minimum of two (2) Phase 3 Contracts. Only offers from Contractors that successfully completed phase 2 will be eligible for phase 3. The procurers will validate the phase 3 prototypes in the four pilots´ sites.
The information below refers to Phase 1 Specific Contract which defines the specific terms and conditions for the implementation of the PCP procurement of R&D services for the PCP phase 1. In particular, the Contractor shall provide the R&D services (tasks, deliverables and milestones) set out in the Request for Tenders (TD1) for this specific Phase 1 Solution design. The Contractor will design and submit for technical evaluation its individual views of the solution that meets PREVENT PCP requirements and functional specifications, and will verify the technical, economic and organizational feasibility of their solution approach to address the PCP challenge.
The works carried out will also encompass the definition of verification procedures for the evaluation of the performance of the defined solutions according to technical parameters, thus leading to an evaluation of the level of compliance of the solutions with respect to the specification from a technical standpoint.
For more information on Phases 2 and 3, see the Call for Tenders.
Estimated value excluding VAT: 752688.19 EUR
II.2.2)Information about optionsOptions: no
II.2.3)Information about renewalsThis contract is subject to renewal: no
II.3)Duration of the contract or time limit for completionDuration in months: 5 (from the award of the contract)
Section III: Legal, economic, financial and technical information
III.1)Conditions relating to the contract
III.1.1)Deposits and guarantees required:
n/a
III.1.2)Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:
See sections 5.2 and 5.3 of the Call for Tenders (TD 1)
III.1.3)Legal form to be taken by the group of economic operators to whom the contract is to be awarded:
See section 3.1. of the Call for Tenders (TD 1)
III.1.4)Other particular conditions to which the performance of the contract is subject, in particular with regard to security of supply and security of information:
See section 5.1 of the Call for Tenders (TD 1).
Moreover, Contracts must be implemented in compliance with the following place of performance obligation: 100% of the R&D activities described in this Request for Tenders, the Framework Agreement and the Specific Phase Contracts must be located in EU Member States and/or in countries associated to Horizon 2020.
The principal R&D staff working on each specific contract must be located in the EU Member States and/or in countries associated to Horizon 2020. The percentage is calculated as the part of the total monetary value of the contract that is allocated to activities performed in the EU Member States and/or in other countries associated to Horizon 2020. All activities covered by the contract are included in the calculation (i.e. all R&D and operational activities that are needed to perform the R&D services, e.g. research, development, testing and certifying solutions). This includes all activities performed under the contract by contractors and, if applicable, their subcontractors.
The Tenderer shall specify the geographical locations in which are located the computer data related to the service, the services to be provided, the persons participating in the contract.
The selected Contractors will have to ensure that all its infrastructures (technical or organizational) are managed within the European Union.
III.1.5)Information about security clearance:
III.2)Conditions for participation
III.2.1)Personal situationCriteria regarding the personal situation of economic operators (that may lead to their exclusion) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See sections 3.1, 3.2 and 3.3. of the Call for Tenders (TD1)
Criteria regarding the personal situation of subcontractors (that may lead to their rejection) including requirements relating to enrolment on professional or trade registers
Information and formalities necessary for evaluating if the requirements are met: See section 3.1.2 of the Call for Tenders (TD1)
III.2.2)Economic and financial abilityCriteria regarding the economic and financial standing of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met: n/a
Minimum level(s) of standards possibly required: n/a
Criteria regarding the economic and financial standing of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met: n/a
Minimum level(s) of standards possibly required: n/a
III.2.3)Technical and/or professional capacityCriteria regarding the technical and/or professional ability of economic operators (that may lead to their exclusion)
Information and formalities necessary for evaluating if the requirements are met:
See section 3.3. of the Call for Tenders (TD1)
Criteria regarding the technical and/or professional ability of subcontractors (that may lead to their rejection)
Information and formalities necessary for evaluating if the requirements are met:
See section 3.1.2 of the Call for Tenders (TD1)
III.2.4)Information about reserved contracts
III.3)Conditions specific to services contracts
III.3.1)Information about a particular professionExecution of the service is reserved to a particular profession: no
III.3.2)Staff responsible for the execution of the serviceLegal persons should indicate the names and professional qualifications of the staff responsible for the execution of the service: yes
Section IV: Procedure
IV.1)Type of procedure
IV.1.1)Type of procedureRestricted
IV.1.2)Limitations on the number of operators who will be invited to tender or to participateObjective criteria for choosing the limited number of candidates: Only those Tenderers that sign and submit the NDA and the EURI Template will receive the RESTREINT UE/EU RESTRICTED and/or confidential information and be invited to submit a Tender. On a first step, in order to receive the RESTREINT UE/EU RESTRICTED and/or confidential information, interested tenderers will have to sign and submit: • An NDA (TD2) - To be filled in, signed and submitted by the Tenderer, by dully authorised person. All members of a Consortium (if applicable), all subcontractors (if applicable) and Third Parties (if applicable) also have to sign it by a duly authorised person. • An EURI Template (TD3) - To be filled in, signed and submitted by the Tenderer, by dully authorised person. All members of a Consortium (if applicable), all subcontractors (if applicable) and Third Parties (if applicable) also have to sign it by a duly authorised person. The person signing both documents on behalf of the tenderer must have the necessary powers to bind the Tenderer.
IV.1.3)Reduction of the number of operators during the negotiation or dialogue
IV.2)Award criteria
IV.2.1)Award criteriaThe most economically advantageous tender in terms of the criteria stated in the specifications, in the invitation to tender or to negotiate or in the descriptive document
IV.2.2)Information about electronic auctionAn electronic auction has been used: no
IV.3)Administrative information
IV.3.1)File reference number attributed by the contracting authority:
IV.3.2)Previous publication(s) concerning the same contract IV.3.3)Conditions for obtaining specifications and additional documents or descriptive document
IV.3.4)Time limit for receipt of tenders or requests to participate3.10.2022 - 13:00
IV.3.5)Date of dispatch of invitations to tender or to participate to selected candidates
IV.3.6)Language(s) in which tenders or requests to participate may be drawn upEnglish.
Section VI: Complementary information
VI.1)Information about recurrenceThis is a recurrent procurement: no
VI.2)Information about European Union fundsThe contract is related to a project and/or programme financed by European Union funds: yes
Reference to project(s) and/or programme(s): This PCP procurement is part of a project that is funded under the European Union’s Horizon 2020 research and innovation programme under the grant agreement No 101020374.
VI.3)Additional information:
As indicated in the EC Communication of 2007 related to PCP, this instrument falls outside the scope of the European Public Procurement Directives and the related remedies Directives.
A ground for the applicability of Directive 2009/81 is the existence of EU restricted information which the laws, regulations or administrative provisions in force in the Member State concerned require, for security reasons, to be protected from unauthorized access.
On IPRs, specific licence conditions of the developed solutions shall apply, also after termination of the framework agreement.
VI.4)Procedures for appeal
VI.4.1)Body responsible for appeal proceduresOfficial name: Administrative Court of Appeal of Athens
Town: ATHENS
Country: Greece
VI.4.2)Lodging of appeals
VI.4.3)Service from which information about the lodging of appeals may be obtained
VI.5)Date of dispatch of this notice:10.6.2022