Award

Vessel Traffic Service (VTS) System Tender

BELFAST HARBOUR COMMISSIONERS

This public procurement record has 2 releases in its history.

Award

24 Apr 2024 at 18:33

Tender

19 Apr 2023 at 13:25

Summary of the contracting process

The Belfast Harbour Commissioners have completed a selective procurement process for a Vessel Traffic Service (VTS) System. This contract relates to the supply of industry-specific software and hardware for a VTS system, with a focus on real-time data, enterprise-wide integration, and meeting various operational and technical performance requirements. The procurement method was a negotiated procedure with a prior call for competition.

This tender offers business growth opportunities for companies in the industry-specific software package sector. Businesses with expertise in providing VTS solutions, including radar, AIS, VHF radio, and environmental sensors, would be well-suited to compete. The contract, awarded to Belfast Harbour Commissioners, carries significant potential value and includes options for an initial 10-year period with possible extensions up to 15 years. Interested bidders need to ensure compliance with the strict standstill period regulations set by the Utilities Contracts Regulations 2016.

Find more tenders on our Open Data Platform.
How relevant is this notice?

D3 Tenders Premium

Win More Public Sector Contracts

AI-powered tender discovery, pipeline management, and market intelligence — everything you need to grow your public sector business.

Notice Title

Vessel Traffic Service (VTS) System Tender

Notice 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.

Lot Information

Lot 1

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.

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.

Publication & Lifecycle

Open Contracting ID
ocds-h6vhtk-03c20f
Publication Source
Find A Tender Service
Latest Notice
https://www.find-tender.service.gov.uk/Notice/013369-2024
Current Stage
Award
All Stages
Tender, Award

Procurement Classification

Notice Type
Tender Notice
Procurement Type
Standard
Procurement Category
Goods
Procurement Method
Selective
Procurement Method Details
Negotiated procedure with prior call for competition
Tender Suitability
Not specified
Awardee Scale
Not specified

Common Procurement Vocabulary (CPV)

CPV Divisions

48 - Software package and information systems


CPV Codes

48100000 - Industry specific software package

Notice Value(s)

Tender Value
£9,000,000 £1M-£10M
Lots Value
£9,000,000 £1M-£10M
Awards Value
Not specified
Contracts Value
Not specified

Notice Dates

Publication Date
24 Apr 20241 years ago
Submission Deadline
31 May 2023Expired
Future Notice Date
Not specified
Award Date
28 Mar 20241 years ago
Contract Period
Not specified - Not specified
Recurrence
Not specified

Notice Status

Tender Status
Complete
Lots Status
Cancelled
Awards Status
Active
Contracts Status
Active

Contracting Authority (Buyer)

Main Buyer
BELFAST HARBOUR COMMISSIONERS
Contact Name
Not specified
Contact Email
istenders@belfast-harbour.co.uk
Contact Phone
Not specified

Buyer Location

Locality
BELFAST
Postcode
BT1 3AL
Post Town
Northern Ireland
Country
Northern Ireland

Major Region (ITL 1)
TLN Northern Ireland
Basic Region (ITL 2)
TLN0 Northern Ireland
Small Region (ITL 3)
TLN06 Belfast
Delivery Location
TLN Northern Ireland

Local Authority
Belfast
Electoral Ward
Duncairn
Westminster Constituency
Belfast North

Open Contracting Data Standard (OCDS)

View full OCDS Record for this contracting process

Download

The Open Contracting Data Standard (OCDS) is a framework designed to increase transparency and access to public procurement data in the public sector. It is widely used by governments and organisations worldwide to report on procurement processes and contracts.

{
    "tag": [
        "compiled"
    ],
    "id": "ocds-h6vhtk-03c20f-2024-04-24T19:33:54+01:00",
    "date": "2024-04-24T19:33:54+01:00",
    "ocid": "ocds-h6vhtk-03c20f",
    "description": "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",
    "initiationType": "tender",
    "tender": {
        "id": "ocds-h6vhtk-03c20f",
        "legalBasis": {
            "id": "32014L0025",
            "scheme": "CELEX"
        },
        "title": "Vessel Traffic Service (VTS) System Tender",
        "status": "complete",
        "classification": {
            "scheme": "CPV",
            "id": "48100000",
            "description": "Industry specific software package"
        },
        "mainProcurementCategory": "goods",
        "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.",
        "value": {
            "amount": 9000000,
            "currency": "GBP"
        },
        "lots": [
            {
                "id": "1",
                "description": "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.",
                "value": {
                    "amount": 9000000,
                    "currency": "GBP"
                },
                "contractPeriod": {
                    "durationInDays": 5400
                },
                "hasRenewal": false,
                "secondStage": {
                    "minimumCandidates": 4,
                    "maximumCandidates": 4
                },
                "selectionCriteria": {
                    "description": "As set out in the Pre-Qualification Questionnaire"
                },
                "submissionTerms": {
                    "variantPolicy": "notAllowed"
                },
                "hasOptions": true,
                "options": {
                    "description": "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."
                },
                "status": "cancelled"
            }
        ],
        "items": [
            {
                "id": "1",
                "deliveryAddresses": [
                    {
                        "region": "UKN"
                    },
                    {
                        "region": "UKN"
                    }
                ],
                "deliveryLocation": {
                    "description": "Belfast Harbour Estate"
                },
                "relatedLot": "1"
            }
        ],
        "submissionMethod": [
            "written"
        ],
        "submissionMethodDetails": "Belfast Harbour Commissioners, Harbour Office, Corporation Square, Belfast, BT1 3AL, United Kingdom. NUTS code: UKN0. tendersfc@belfast-harbour.co.uk, http://www.belfast-harbour.co.uk",
        "selectionCriteria": {
            "criteria": [
                {
                    "type": "suitability",
                    "description": "As specified in the Pre-Qualification Questionnaire",
                    "appliesTo": [
                        "supplier"
                    ]
                }
            ]
        },
        "documents": [
            {
                "id": "economic",
                "documentType": "economicSelectionCriteria"
            },
            {
                "id": "technical",
                "documentType": "technicalSelectionCriteria"
            }
        ],
        "otherRequirements": {
            "reductionCriteria": "As set out in the Pre-Qualification Questionnaire"
        },
        "submissionTerms": {
            "depositsGuarantees": "BHC reserves the right to require bonds, deposits, guarantees or other forms of undertaking or security to ensure proper contractual performance.",
            "languages": [
                "en"
            ],
            "bidValidityPeriod": {
                "durationInDays": 180
            }
        },
        "contractTerms": {
            "financialTerms": "As set out in the tender and contract documentation.",
            "tendererLegalForm": "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.",
            "performanceTerms": "The conditions applicable to the contract are set out in the Pre-Qualification Questionnaire and tender documents."
        },
        "procurementMethod": "selective",
        "procurementMethodDetails": "Negotiated procedure with prior call for competition",
        "coveredBy": [
            "GPA"
        ],
        "tenderPeriod": {
            "endDate": "2023-05-31T17:00:00+01:00"
        },
        "secondStage": {
            "invitationDate": "2023-06-21T00:00:00+01:00"
        },
        "hasRecurrence": false,
        "reviewDetails": "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."
    },
    "parties": [
        {
            "id": "GB-FTS-10198",
            "name": "BELFAST HARBOUR COMMISSIONERS",
            "identifier": {
                "legalName": "BELFAST HARBOUR COMMISSIONERS",
                "noIdentifierRationale": "notOnAnyRegister"
            },
            "address": {
                "streetAddress": "Harbour Office,Corporation Square",
                "locality": "BELFAST",
                "region": "UKN06",
                "postalCode": "BT13AL",
                "countryName": "United Kingdom"
            },
            "contactPoint": {
                "email": "IStenders@belfast-harbour.co.uk",
                "url": "https://www.belfast-harbour.co.uk/corporate/corporate-tender"
            },
            "roles": [
                "buyer"
            ],
            "details": {
                "url": "http://www.belfast-harbour.co.uk",
                "classifications": [
                    {
                        "scheme": "TED_CE_ACTIVITY",
                        "id": "PORT_RELATED_ACTIVITIES",
                        "description": "Port-related activities"
                    }
                ]
            }
        },
        {
            "id": "GB-FTS-9400",
            "name": "High Court of Justice in Northern Ireland",
            "identifier": {
                "legalName": "High Court of Justice in Northern Ireland"
            },
            "address": {
                "streetAddress": "Royal Courts of Justice, Chichester Street",
                "locality": "Belfast",
                "postalCode": "BT1 3JF",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewBody"
            ]
        },
        {
            "id": "GB-FTS-15894",
            "name": "Belfast Harbour Commissioners",
            "identifier": {
                "legalName": "Belfast Harbour Commissioners"
            },
            "address": {
                "streetAddress": "Harbour Office, Corporation Square",
                "locality": "Belfast",
                "postalCode": "BT1 3AL",
                "countryName": "United Kingdom"
            },
            "roles": [
                "reviewContactPoint"
            ]
        }
    ],
    "buyer": {
        "id": "GB-FTS-10198",
        "name": "BELFAST HARBOUR COMMISSIONERS"
    },
    "language": "en",
    "awards": [
        {
            "id": "013369-2024-1",
            "relatedLots": [
                "1"
            ],
            "status": "active"
        }
    ],
    "contracts": [
        {
            "id": "013369-2024-1",
            "awardID": "013369-2024-1",
            "status": "active",
            "dateSigned": "2024-03-28T00:00:00Z"
        }
    ]
}