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 Award Notice

Vessel Traffic Service (VTS) System Tender

  • First published: 25 April 2024
  • Last modified: 25 April 2024

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:
25 April 2024
Deadline date:
-
Notice type:
Contract Award Notice
Has documents:
No
Has SPD:
No
Has Carbon Reduction Plan:
N/A

Abstract

This contract 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 includes full project life cycle [Design > Build > Test > Train parallel operation and implementation as well as post implementation support and maintenance.

Full notice text

Contract award 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.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 contract 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 includes full project life cycle [Design > Build > Test > Train parallel operation and implementation as well as post implementation support and maintenance.

II.1.6) Information about lots

This contract is divided into lots: No

II.1.7) Total value of the procurement

Lowest offer:   / Highest offer:  

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]. 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. The system will also provide for remote access and mobile device capability.

The new VTS solution will operate as an on-premise solution, including the use of web-based technologies. The solution BHC is acquiring and implementing includes the following:

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

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

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

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

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

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

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

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

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

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

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

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

II.2.11) Information about options

Options: Yes

Description of options:

The 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

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.2.1) Previous publication concerning this procedure

Notice number in the OJ S:

2023/S 000-011235

Section V: Award of contract

A contract/lot is awarded: Yes

V.2 Award of contract

V.2.1) Date of conclusion of the contract

28/03/2024

V.2.2) Information about tenders

The contract has been awarded to a group of economic operators: No

V.2.5) Information about subcontracting

Section VI: Complementary information

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 incorporated a 10 calendar day standstill period at the point information on the award of the contract was communicated to all bidders. The standstill period provided time for unsuccessful bidders to challenge the award decision before the contract was entered into.

VI.5) Date of dispatch of this notice

24/04/2024

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.