Skip to main content

We've saved some files called cookies on your device. These cookies are:

  • essential for the site to work
  • to help improve our website by collecting and reporting information on how you use it

We would also like to save some cookies to help tailor communications.

BETA
You're viewing an updated version of this service - your feedback will help us to improve it.

Contract Notice

Vessel Traffic Service (VTS) System Tender

  • First published: 20 April 2023
  • Last modified: 20 April 2023

The buyer is not using this website to administer the notice.

To record your interest or obtain additional information or documents please find instructions within the Full Notice Text. (NOTE: Contract Award Notices and Prior Information Notices do not normally require a response)

Contents

Summary

OCID:
ocds-h6vhtk-03c20f
Published by:
Belfast Harbour Commissioners
Authority ID:
AA21760
Publication date:
20 April 2023
Deadline date:
31 May 2023
Notice type:
Contract Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

The aim of this project is to replace the current VTS system and supporting infrastructure (software and hardware), with the latest technologies providing for real time data and enterprise-wide integration. The aim is to replace the current VTS system infrastructure [ Atlas VTS 9760]. At the very least the successful bidder will be required to integrate its solution to the current shipping system [Saab Technologies Klein Port -PMIS], to deliver the necessary functional requirements and BI/Analytics capability. It is anticipated this should be a standard integration. The system should also provide for remote access and mobile device capability.

The new VTS solution is anticipated to operate an on-premise solution, including the use of web-based technologies. The solution BHC is seeking to acquire and implement includes the following high-level requirements:

• The Bidder must provide a solution meeting the following IALA standards, recommendations, and guidelines:

IALA S1040 Vessel Traffic Services,

R0128 (V-128) Operational and technical performance of VTS systems,

G1111 Preparation of operational and technical performance requirements for VTS systems.

• The bidder must provide a comprehensive, mature, fully supported VTS software solution. The software must be wide ranging and capable of accepting, storing, processing, displaying, and reporting data from multiple sources.

• The Bidder must deliver a fully functional VTS Centre providing employees with the latest presentation technologies within a suitable ergonomic environment.

• The Bidder must provide a solution that delivers maximum Radar coverage, accuracy, and reliability across proposed sites. The solution must ensure redundancy and offer enhanced tracking and ship representation. The solution must meet IALA Guideline 1111(3) minimum criteria (advanced level).

• The Bidder must provide a solution that delivers the full functionality of AIS allowing for maximum AIS coverage, accuracy and reliability across proposed sites. The solution must ensure redundancy and offer future proofed digital communications.

• The Bidder must provide a solution that delivers maximum VHF Radio coverage, accuracy, and reliability across proposed sites.

• The Bidder must provide a solution that delivers Environmental Sensor coverage, accuracy, and reliability across proposed sites.

• The Bidder must ensure redundancy and limited single point of failure across all proposed sites.

• The Bidder should provide a solution that has potential to integrate with existing CCTV or provide specific CCTV, allowing for the monitoring of vessels on berths.

• The Bidder must provide a solution that delivers highly available connectivity between all communications devices, which is future proofed and compatible with emerging digital communications systems.

• The Bidder must specify an IT Infrastructure solution/specification that ensures high performance communication between a primary VTS site and secondary / DR VTS sites.

• The Bidder must provide a solution that complies with best practice non-functional requirements of Data Compliance, Storage, Recovery, Access Control and Cyber Security.

• The Bidder must provide a solution that has the potential to Integrate with existing VTS, Port Management applications, devices, and technologies.

• The Bidder must provide a solution where data migration from existing VTS, Port Management applications, devices, and technologies is possible.

• The Bidder must provide comprehensive options for the maintenance and support of all associated services.

Full notice text

Contract notice – utilities

Section I: Contracting entity

I.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office,Corporation Square

BELFAST

BT13AL

UK

E-mail: IStenders@belfast-harbour.co.uk

NUTS: UKN06

Internet address(es)

Main address: www.belfast-harbour.co.uk

I.3) Communication

The procurement documents are available for unrestricted and full direct access, free of charge at:

https://www.belfast-harbour.co.uk/corporate/corporate-tender


Additional information can be obtained from the abovementioned address


Tenders or requests to participate must be sent to the following address:

Belfast Harbour Commissioners

Harbour Office, Corporation Square

Belfast

BT1 3AL

UK

E-mail: tendersfc@belfast-harbour.co.uk

NUTS: UKN0

Internet address(es)

Main address: www.belfast-harbour.co.uk

I.6) Main activity

Port-related activities

Section II: Object

II.1) Scope of the procurement

II.1.1) Title

Vessel Traffic Service (VTS) System Tender

II.1.2) Main CPV code

48100000

 

II.1.3) Type of contract

Supplies

II.1.4) Short description

This procurement relates to the supply of a Vessel Traffic Services (VTS) system (software and any necessary supporting hardware, e.g. Radar, AIS, VHF Radio, Environmental Sensors, Device Communications, Network connectivity, Server based infrastructure). The service should include full project life cycle [Design > Build > Test > Train parallel operation and implementation as well as post implementation support and maintenance. Belfast Harbour Commissioners (BHC) best estimate of the anticipated potential value of the contract, based on the full potential duration of the contract and all options available, ranges between £4million and £9million. The estimated total value provided below therefore represents the upper limit of this range.

II.1.5) Estimated total value

Value excluding VAT: 9 000 000.00  GBP

II.1.6) Information about lots

This contract is divided into lots: No

II.2) Description

II.2.3) Place of performance

NUTS code:

UKN


Main site or place of performance:

Belfast Harbour Estate

II.2.4) Description of the procurement

The aim of this project is to replace the current VTS system and supporting infrastructure (software and hardware), with the latest technologies providing for real time data and enterprise-wide integration. The aim is to replace the current VTS system infrastructure [ Atlas VTS 9760]. At the very least the successful bidder will be required to integrate its solution to the current shipping system [Saab Technologies Klein Port -PMIS], to deliver the necessary functional requirements and BI/Analytics capability. It is anticipated this should be a standard integration. The system should also provide for remote access and mobile device capability.

The new VTS solution is anticipated to operate an on-premise solution, including the use of web-based technologies. The solution BHC is seeking to acquire and implement includes the following high-level requirements:

• The Bidder must provide a solution meeting the following IALA standards, recommendations, and guidelines:

IALA S1040 Vessel Traffic Services,

R0128 (V-128) Operational and technical performance of VTS systems,

G1111 Preparation of operational and technical performance requirements for VTS systems.

• The bidder must provide a comprehensive, mature, fully supported VTS software solution. The software must be wide ranging and capable of accepting, storing, processing, displaying, and reporting data from multiple sources.

• The Bidder must deliver a fully functional VTS Centre providing employees with the latest presentation technologies within a suitable ergonomic environment.

• The Bidder must provide a solution that delivers maximum Radar coverage, accuracy, and reliability across proposed sites. The solution must ensure redundancy and offer enhanced tracking and ship representation. The solution must meet IALA Guideline 1111(3) minimum criteria (advanced level).

• The Bidder must provide a solution that delivers the full functionality of AIS allowing for maximum AIS coverage, accuracy and reliability across proposed sites. The solution must ensure redundancy and offer future proofed digital communications.

• The Bidder must provide a solution that delivers maximum VHF Radio coverage, accuracy, and reliability across proposed sites.

• The Bidder must provide a solution that delivers Environmental Sensor coverage, accuracy, and reliability across proposed sites.

• The Bidder must ensure redundancy and limited single point of failure across all proposed sites.

• The Bidder should provide a solution that has potential to integrate with existing CCTV or provide specific CCTV, allowing for the monitoring of vessels on berths.

• The Bidder must provide a solution that delivers highly available connectivity between all communications devices, which is future proofed and compatible with emerging digital communications systems.

• The Bidder must specify an IT Infrastructure solution/specification that ensures high performance communication between a primary VTS site and secondary / DR VTS sites.

• The Bidder must provide a solution that complies with best practice non-functional requirements of Data Compliance, Storage, Recovery, Access Control and Cyber Security.

• The Bidder must provide a solution that has the potential to Integrate with existing VTS, Port Management applications, devices, and technologies.

• The Bidder must provide a solution where data migration from existing VTS, Port Management applications, devices, and technologies is possible.

• The Bidder must provide comprehensive options for the maintenance and support of all associated services.

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: 9 000 000.00  GBP

II.2.7) Duration of the contract, framework agreement or dynamic purchasing system

Duration in months: 180

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: Yes

Description of options:

Any contract entered into by BHC will be for an initial 10 (ten) year period. BHC shall have the option, acting at its discretion, to extend on an annual basis on 5 (five) subsequent occasions of 12 (twelve) months each time, up to a maximum total period of 15 (fifteen) years.

II.2.13) Information about European Union funds

The procurement is related to a project and/or programme financed by European Union funds: No

II.2.14) Additional information

The costs of responding to this notice and participation in the process shall be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into.

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:

As specified in the Pre-Qualification Questionnaire

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


III.1.4) Objective rules and criteria for participation

As set out in the Pre-Qualification Questionnaire

III.1.6) Deposits and guarantees required:

BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.

III.1.7) Main financing conditions and payment arrangements and/or reference to the relevant provisions governing them:

As set out in the tender and contract documentation.

III.1.8) Legal form to be taken by the group of economic operators to whom the contract is to be awarded:

Subject to the status and involvement of the parties, BHC may require the parties to commit to joint and several liability in respect of the contract. Alternatively, BHC may require the lead operator to take total responsibility or a consortium to form a legal entity before entering into any contract.

III.2) Conditions related to the contract

III.2.2) Contract performance conditions

The conditions applicable to the contract are set out in the Pre-Qualification Questionnaire and tender documents.

Section IV: Procedure

IV.1) Description

IV.1.1) Type of procedure

Negotiated with call for competition

IV.1.8) Information about 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 participate

Date: 31/05/2023

Local time: 17:00

IV.2.3) Estimated date of dispatch of invitations to tender or to participate to selected candidates

Date: 21/06/2023

IV.2.4) Languages in which tenders or requests to participate may be submitted

EN

IV.2.6) Minimum time frame during which the tenderer must maintain the tender

Duration in months: 6 (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

This process is being conducted competitively in accordance with the Utilities Contracts Regulations 2016 (as amended). The procedure to be followed for this procurement is the negotiated procedure with a prior call for competition (Regulation 47). Bidders who wish to participate in this procurement are required to provide details of their contact point, together with an email address and telephone number upon downloading the tender documents. Bidders who fail to provide their details to BHC or register in this manner will not receive any clarifications or updated information provided by BHC during the tender process.

All tender submissions and related documents must be submitted via email to tendersfc@belfast-harbour.co.uk . Only tender submissions and related documents submitted via email to tendersfc@belfast-harbour.co.uk will be considered by BHC for the award of the contract.

The costs of responding to this notice and participation in the process (including any and all negotiations) will be borne by each bidder. All discussions and correspondence will be deemed strictly subject to contract until a formal contract is entered into. The formal contract shall not be binding until it has been signed and dated by the duly authorised representatives of both parties.

Subject to a sufficient number of compliant responses being received, BHC intends (according to the process described in the Pre-Qualification Questionnaire) to invite a maximum of the 4 highest scoring bidders, following evaluation of PQQ responses, to the invitation to negotiate stage of this process, provided that BHC, acting at its discretion, reserves the right to invite less than 4 bidders to negotiate. Where there is a tie for 4th place, all bidders in 4th place will be invited to negotiate. For the purposes of this exercise, a tie for 4th place is deemed to occur where two or more bidders have identical scores

VI.4) Procedures for review

VI.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

UK

VI.4.3) Review procedure

Precise information on deadline(s) for review procedures:

BHC will incorporate a minimum 10 calendar day standstill period at the point information on the award of contract is communicated to all bidders. The standstill period provides time for unsuccessful bidders to challenge the award decision before the contract is entered into. The Utilities Contracts Regulations 2016 (as amended) provide for aggrieved parties who have been harmed or are at risk of harm by a breach of the rules to take action in the High Court (Northern Ireland).

VI.4.4) Service from which information about the review procedure may be obtained

Belfast Harbour Commissioners

Harbour Office, Corporation Square

Belfast

BT1 3AL

UK

VI.5) Date of dispatch of this notice

19/04/2023

Coding

Commodity categories

ID Title Parent category
48100000 Industry specific software package Software package and information systems

Delivery locations

ID Description
100 UK - All

Alert region restrictions

The buyer has restricted the alert for this notice to suppliers based in the following regions.

ID Description
There are no alert restrictions for this notice.

About the buyer

Main contact:
IStenders@belfast-harbour.co.uk
Admin contact:
N/a
Technical contact:
N/a
Other contact:
N/a

Further information

Date Details
No further information has been uploaded.

0800 222 9004

Lines are open 8:30am to 5pm Monday to Friday.

Rydym yn croesawu galwadau'n Gymraeg.

We welcome calls in Welsh.