Notice Information
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.
Notice Details
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
Buyer & Supplier
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
Further Information
Open Contracting Data Standard (OCDS)
View full OCDS Record for this contracting process
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"
}
]
}