Awarded contract

Vessel Traffic Service (VTS) System Tender

  • BELFAST HARBOUR COMMISSIONERS

F06: Contract award notice – utilities

Notice reference: 2024/S 000-013369

Published 24 April 2024, 7:33pm



Section one: Contracting entity

one.1) Name and addresses

BELFAST HARBOUR COMMISSIONERS

Harbour Office,Corporation Square

BELFAST

BT13AL

Email

IStenders@belfast-harbour.co.uk

Country

United Kingdom

NUTS code

UKN06 - Belfast

Justification for not providing organisation identifier

Not on any register

Internet address(es)

Main address

www.belfast-harbour.co.uk

one.6) Main activity

Port-related activities


Section two: Object

two.1) Scope of the procurement

two.1.1) Title

Vessel Traffic Service (VTS) System Tender

two.1.2) Main CPV code

  • 48100000 - Industry specific software package

two.1.3) Type of contract

Supplies

two.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.

two.1.6) Information about lots

This contract is divided into lots: No

two.2) Description

two.2.3) Place of performance

NUTS codes
  • UKN - Northern Ireland
Main site or place of performance

Belfast Harbour Estate

two.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.

two.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.


Section four. Procedure

four.1) Description

four.1.1) Type of procedure

Negotiated procedure with prior call for competition

four.1.8) Information about the Government Procurement Agreement (GPA)

The procurement is covered by the Government Procurement Agreement: Yes

four.2) Administrative information

four.2.1) Previous publication concerning this procedure

Notice number: 2023/S 000-011235


Section five. Award of contract

A contract/lot is awarded: Yes

five.2) Award of contract

five.2.1) Date of conclusion of the contract

28 March 2024


Section six. Complementary information

six.4) Procedures for review

six.4.1) Review body

High Court of Justice in Northern Ireland

Royal Courts of Justice, Chichester Street

Belfast

BT1 3JF

Country

United Kingdom

six.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.